MURIEL BOWSER
MAYOR
June 12, 2024
Honorable Phil Mendelson
Chairman
Council of the District of Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, NW, Suite 504
Washington, DC 20004
Dear Chairman Mendelson:
Pursuant to section 451 of the District of Columbia Home Rule Act (D.C. Official Code § 1-
204.51) and section 202 of the Procurement Practices Reform Actof 2010 (D.C. Official Code §
2-352.02), enclosed for consideration and approval by the Councilof the District of Columbia is
proposed Modification No. M003 to Contract No. CWI11811 with Merative US L.P. to exercise
option year one in the not-to-exceed amount of $6,751,755. The period of performance is from
July 1, 2024 through June 30, 2025.
Under the proposed modification, Merative US L.P. will continue to provide software subscription
and support, and Curam v8 upgrade services to support the operations of the District of Columbia
Access System (DCAS). DCAS requires continued use of Merative Curam software in order to
remain operational.
My administration is available to discuss any questions you may have regarding the proposed
contract modification. In order to facilitate a response to any questions you may have, please have
yourstaffcontact Mare Scott, Chief Operating Officer, Office of Contracting and Procurement, at
(202) 724-8759.
I look forward to the Council's favorable consideration of this contract modification.
Sincerely,
Muriel Bowser
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
Pursuant to section 202(c) of the Procurement Practices Reform Act of 2010, as amended, D.C.
Official Code § 2-352.02(c), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(OPTION)
(A) Contract Number: CW111811
Proposed Contractor: Merative US L.P. (Merative)
Contract Amount (Option Period One): Not-to-exceed (NTE) $6,751,755
Unit and Method of Compensation: Monthly per Firm Fixed Price and per Licensing Fee
Term of Contract: July 1, 2024 through June 30, 2025
Type of Contract: Requirements Contract with a Firm Fixed Price Component
Source Selection Method: Exempt from Competition
(B) For a contract containing option periods, the contract amount for the base period and for
each option period. If the contract amount for one or more of the option periods differs from
the amount for the base period, provide an explanation of the reason for the difference:
Base Period Amount: $4,183,444.42. NTE
(November 1, 2023 through June 30, 2024)
(Council Approval CA25-0564)
Option Period One Amount: $6,751,755. NTE
Explanation of difference from base period (if applicable):
The amount for option period one is higher than the price from the base period because Curam v8
Upgrade Services are only required for option period one.
Option Period Two Amount: $3,828,257.65 NTE
Explanation of difference from base period (if applicable):
The amount for option period two is lower than the price from the base period, because Curam
Product Specific Workflow and Task Management Services are only required for the base period.
(C) The goods or services to be provided, the methods of delivering goods or services, and any
significant program changes reflected in the proposed contract:
1
The Government of the District of Columbia (the District), Office of Contracting and Procurement
(OCP), on behalf of the Department of Health Care Finance (DHCF) is purchasing Merative
software subscription and support and Curam v8 Upgrade Services to support the operations of the
District of Columbia Access System (DCAS). DCAS requires continued use of Merative Curam
software in order to remain operational. The District is implementing Merative Curam software
services that (1) meets the need of the requirements for the Curam v8 Upgrade Services and (2)
provides software subscription and support.
(D) The selection process, including the number of offerors, the evaluation criteria, and the
evaluation results, including price, technical or quality, and past performance components:
The licenses and maintenance and support of the software remain the intellectual property of
Merative and Merative is the only source of the licenses and maintenance and support. The licenses,
software subscription, and support and maintenance are proprietary only to Merative.
Pursuant to the Procurement Practices Reform Act – Competition Exemptions §2-354.13(8),
contracts shall be exempt from the competition requirements for maintenance and support of
existing software and technology to the extent that the creator of the intellectual property is still
protected and is the only source of the maintenance and support of the existing software and
technology. Accordingly, the contracting officer awarded a letter contract to Merative to continue
providing Curam software and support services.
(E) A description of any bid protest related to the award of the contract, including whether the
protest was resolved through litigation, withdrawal of the protest by the protestor, or
voluntary corrective action by the District. Include the identity of the protestor, the grounds
alleged in the protest, and any deficiencies identified by the District as a result of the protest:
None
(F) The background and qualifications of the proposed contractor, including its organization,
financial stability, personnel, and performance on past or current government or private
sector contracts with requirements similar to those of the proposed contract:
The proposed contractor has demonstrated through past performance reports that its organization
has the history, organizational and technical experience, required to successfully meet the
requirements of the proposed contract. Likewise, it has been determined that the proposed
contractor maintains the financial resources, accounting and operational controls to successfully
fulfill the District’s requirement. The proposed contractor has been determined responsible in
accordance with the District’s standards of responsibility.
(G) A summary of the subcontracting plan required under section 2346 of the Small, Local, and
Disadvantaged Business Enterprise Development and Assistance Act of 2005, as amended,
D.C. Official Code § 2-218.01 et seq. (“Act”), including a certification that the subcontracting
plan meets the minimum requirements of the Act and the dollar volume of the portion of the
contract to be subcontracted, expressed both in total dollars and as a percentage of the total
contract amount:
2
The contractor provided a subcontracting plan with a set aside of at least 32.60% with a total dollar
amount of $2,201,072.13. The Department of Small and Local Business Development (DSLBD)
approved a waiver on April 2, 2024 to waive 2.40% CBE subcontracting requirement.
(H) Performance standards and the expected outcome of the proposed contract:
As a part of the Curam software and support services, the contractor shall provide Curam software
to remain operational. The District requires Merative Curam software services that (1) meets the
need of the requirements for the Curam v8 Upgrade Services and (2) provides software subscription
and support.
(I) The amount and date of any expenditure of funds by the District pursuant to the contract
prior to its submission to the Council for approval:
None
(J) A certification that the proposed contract is within the appropriated budget authority for the
agency for the fiscal year and is consistent with the financial plan and budget adopted in
accordance with D.C. Official Code §§ 47-392.01 and 47-392.02:
The DHCF Agency Fiscal Officer certified that funding in the amount of $6,751,755 is available.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The contract has been determined legally sufficient and the contractor has no pending legal claims
against the District.
(L) A certification that Citywide Clean Hands database indicates that the proposed contractor is
current with its District taxes. If the Citywide Clean Hands Database indicates that the
proposed contractor is not current with its District taxes, either: (1) a certification that the
contractor has worked out and is current with a payment schedule approved by the District;
or (2) a certification that the contractor will be current with its District taxes after the District
recovers any outstanding debt as provided under D.C. Official Code § 2-353.01(b):
On May 1, 2024, the Citywide Clean Hands database certified that the contractor is current with its
District taxes.
(M) A certification from the proposed contractor that it is current with its federal taxes, or has
worked out and is current with a payment schedule approved by the federal government:
The contractor has self-certified, via the Bidder/Offeror Certification form, that it is current with its
federal taxes.
(N) The status of the proposed contractor as a certified local, small, or disadvantaged business
enterprise as defined in the Small, Local, and Disadvantaged Business Enterprise
Development and Assistance Act of 2005, as amended; D.C. Official Code § 2-218.01 et seq.:
The contractor is not a certified local, small or disadvantaged business enterprise.
3
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None
(P) A statement indicating whether the proposed contractor is currently debarred from providing
services or goods to the District or federal government, the dates of the debarment, and the
reasons for debarment:
The contractor does not appear on the Office of Inspector General Exclusions Database, the Federal
Excluded Parties List or the District’s list of Debarred and Suspended Contractors.
(Q) Any determination and findings issues relating to the contract’s formation, including any
determination and findings made under D.C. Official Code § 2-352.05 (privatization
contracts):
Determination and Findings for Contractor’s Responsibility, dated April 5, 2024
Determination and Findings for Price Reasonableness, dated May 20, 2024
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
http://ocp.dc.gov
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
http://ocp.dc.gov
4
Government of the District of Columbia
Office of the Chief Financial Officer 1101 4th Street, SW
Office of Tax and Revenue Washington, DC 20024
Date of Notice: May 1, 2024 Notice Number: L0011780445
MERATIVE US L.P. FEIN: **-***0661
100 PHOENIX DR STE 200 Case ID: 4967201
ANN ARBOR MI 48108-2635
CERTIFICATE OF CLEAN HANDS
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
CO
liability with the District of Columbia Office of Tax and Revenue or the Department of Employment
Services. As of the date above, the individual/entity has complied with DC Code § 47-2862, therefore
this Certificate of Clean Hands is issued.
TITLE 47. TAXATION, LICENSING, PERMITS, ASSESSMENTS, AND FEES
CHAPTER 28 GENERAL LICENSE
SUBCHAPTER II. CLEAN HANDS BEFORE RECEIVING A LICENSE OR PERMIT
D.C. CODE § 47-2862 (2006)
PY
§ 47-2862 PROHIBITION AGAINST ISSUANCE OF LICENSE OR PERMIT
Authorized By Melinda Jenkins
Branch Chief, Collection and Enforcement Administration
To validate this certificate, please visit MyTax.DC.gov. On the MyTax DC homepage, click the
“Validate a Certificate of Clean Hands” hyperlink under the Clean Hands section.
1101 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DC.gov
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Department of Health Care Finance
Office of the Chief Financial Officer
MEMORANDUM
TO: Nancy Hapeman
Acting Chief Procurement Officer
Office of Contracting and Procurement
THRU: Delicia V. Moore
Associate Chief Financial Officer
Human Support Services Cluster
FROM: Darrin Shaffer
Agency Fiscal Officer
Department of Health Care Finance
DATE: April 2, 2024
SUBJECT: Certification of Funding for the DCAS Merative Curam Software and Support Contract-Option Period One
The Office of the Chief Financial Officer hereby certifies that the sum of $6,751,755.00
Budget and Financial Plan for Fiscal Year 2024 to fund the
(DHCF) Merative software subscription, support and workflow/task management services contract to support the operations of
the District of Columbia Access System (DCAS). This certification supports the Merative Curam Software and Support
Contract costs from July 1, 2024 through June 30, 2025. The fund allocation is as follows:
Vendor: Merative Contract# CW111811
Fiscal Year 2024 Funding: 07/01/24 09/30/2024
DIFS DIFS Cost DIFS DIFS
Agency Project Award Sub Task Allocation Total
Fund Center Program Account
HT0 4025002 70155 700079 7132001 200881 2001521 23.06 42.75% 562,859.07
HT0 1010001 70155 700079 7132001 - - - 14.25% 187,619.69
HT0 4020002 70321 100071 7132001 400553 2001689 23.01 13.50% 177,744.97
HT0 1010001 70155 700079 7132001 - - - 13.50% 177,744.97
HT0 1010001 70155 700079 7132001 - - - 16.00% 210,660.70
FY24 Merative - Parent ID 10412 Total 1,316,629.40
Fiscal Year 2024 Funding: 07/01/24 09/30/2024
DIFS DIFS Cost DIFS DIFS
Agency Project Award Sub Task Allocation Total
Fund Center Program Account
HT0 4025002 70154 700083 7132001 200881 2001521 23.03 42.75% 158,734.75
HT0 1010001 70154 700083 7132001 - - - 14.25% 52,911.58
HT0 4020002 70321 100071 7132001 400553 2001689 23.01 13.50% 50,126.76
HT0 1010001 70154 700079 7132001 - - - 13.50% 50,126.76
HT0 1010001 70154 700079 7132001 - - - 16.00% 59,409.50
FY24 Merative - Parent ID 10360 Total 371,309.35
441 4th St. NW, Suite 900 South, Washington, D.C. 20001 (202) 442-5988 FAX (202) 478-1373
Fiscal Year 2025 Funding: 10/01/24 - 06/30/25
DIFS DIFS Cost DIFS DIFS
Agency Project Award Sub Task Allocation Total
Fund Center Program Account
HT0 4025002 70155 700083 7171009 200881 2001984 25.46 42.75% 152,168.63
HT0 1010001 70155 700083 7171009 - - - 14.25% 50,722.88
JA0 4020002 70321 100071 7171009 400553 2002085 23.01 13.50% 48,053.25
HT0 1010001 70155 700079 7171009 - - - 13.50% 48,053.25
HT0 1010001 70155 700079 7171009 - - - 16.00% 56,952.00
FY25 Merative - Parent ID 10456 Total 355,950.01
DIFS DIFS Cost DIFS DIFS
Agency Project Award Sub Task Allocation Total
Fund Center Program Account
HT0 4025002 70154 700083 7132001 200881 2001984 25.45 42.75% 161,452.32
HT0 1010001 70154 700083 7132001 - - - 14.25% 53,817.44
JA0 4020002 70321 100071 7132001 400553 2002085 23.01 13.50% 50,984.94
HT0 1010001 70154 700079 7132001 - - - 13.50% 50,984.94
HT0 1010001 70154 700079 7132001 - - - 16.00% 60426.60
FY25 Merative - Parent ID 10360 Total 377,666.24
DIFS DIFS Cost DIFS DIFS
Agency Project Award Sub Task Allocation Total
Fund Center Program Account
HT0 4025002 70155 700083 7171009 200881 2001984 25.46 42.75% 1,851,160.50
HT0 1010001 70155 700083 7171009 - - - 14.25% 617,053.50
JA0 4020002 70321 100071 7171009 400553 2002085 23.01 13.50% 584,577.00
HT0 1010001 70155 700079 7171009 - - - 13.50% 584,577.00
HT0 1010001 70155 700079 7171009 - - - 16.00% 692,832.00
FY25 Merative - Parent ID 10391 Total 4,330,200.00
Budget and Financial Plan by the Council and the Mayor and completion of the thirty-
day Congressional layover, funds will be sufficient to pay for fees and costs associated with the contract. There is no fiscal
impact associated with the contract.
Should you have any questions, please contact me at (202) 442-9079.
441 4th St. NW, Suite 900 South, Washington, D.C. 20001 (202) 442-5988 FAX (202) 478-1373
.com
DocusSign Envelope ID: EF2ABABF-$3AC-4593-A502-80F9BDB7E7D4
ATTACHMENT A
Revised Price Schedule
Option Year One
Contract N