MURIEL BOWSER
MAYOR
June 14, 2024
Honorable Phil Mendelson
Chairman
Council ofthe District ofColumbia
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 ofthe Procurement Practices Reform Act of2010 (D.C. Official Code§
2-352.02), enclosed for consideration and approval by the Council ofthe District ofColumbia is
proposed definitive Contract No. CWl 11263 with Fieldprint, Inc., in the not-to-exceed amount of
$1,800,000. The period ofperformance is March 8, 2024, through March 7, 2025.
Under the proposed contract, Fieldprint, Inc., will provide preemployment services, including
fingerprinting and background checks ofDistrict employees, job applicants, volunteers, and other
recipients of District funds.
My administration is available to discuss any questions you have regarding the proposed contract.
In order to facilitate a response to any questions you may have, please have your staff contact Marc
Scott, Chief Operating Officer, Office ofContracting and Procurement, at (202) 724-8759.
I look forward to the Council's favorable consideration ofthis contract.
Munel 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
(Letter Contract)
(A) Contract Number: CW111263
Proposed Contractor: Fieldprint, Inc.
Contract Amount: Not-to-Exceed (“NTE”) $1,800,000
Unit and Method of Compensation: Fixed-unit prices
Term of Contract: March 8, 2024, through March 7, 2025
Type of Contract: Requirements
Source Selection Method: Cooperative Purchasing Agreement
(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: $1,800,000
Option Period One Amount: $1,800,000
Option Period Two Amount: $1,800,000
Option Period Three Amount: $1,800,000
(C) The date on which the letter contract or emergency contract was executed:
March 8, 2024
(D) The number of times the letter contract or emergency contract has been extended:
1
None.
(E) The value of the goods and services provided to date under the letter contract or emergency
contract, including under each extension of the letter contract or emergency contract:
$900,000
(F) The goods or services to be provided, the methods of delivering goods or services, and any
significant program changes reflected in the proposed contract:
The contractor will continue to provide pre-employment services, including fingerprinting services,
background checks, and other suitability checks for District employees, applicants, and other
recipients of District funding.
Due to an increase in new hires, more demand from District agencies, and an escalation of
suitability recertifications, the agency forecasts estimated annual spend of around $1,800,000,
which is an increase of approximately $800,000 in prior years.
(G) 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 proposed contract was selected through a cooperative purchasing agreement, pursuant to D.C.
Official Code § 2-354.11, which authorizes and encourages the Chief Procurement Officer and her
delegated procurement officer to participate in, sponsor, conduct, or administer cooperative
purchasing agreements with any state, county, or municipal jurisdiction for the procurement of
goods and services or construction.
The proposed contractor has a contract in place with the Commonwealth of Virginia, providing
identical services as those required by DC Department of Human Resources (DCHR). The District
is utilizing the Commonwealth of Virginia’s contract as the master agreement.
(H) 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.
(I) 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 been providing federal, state, and local government agencies with
nationwide fingerprinting services and background checks since 2008 and has provided the District
with these services since 2015. District program staff regularly rate the contractor as exceptional.
2
(J) 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:
The contract was awarded through a cooperative purchasing agreement and does not require a
subcontracting plan or waiver.
(K) Performance standards and the expected outcome of the proposed contract:
The contractor will provide the District with timely background check results so that the District’s
hiring processes run as smoothly and quickly as possible. Each background check report has been
customized by DCHR to ensure that they provide the information human resources staff need.
The award is a based on the contractor fulfilling specific requirements in the contract, scope of
work and deliverable schedule, which are ordered and paid for on an as needed and accepted basis.
(L) 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:
The letter contract was awarded in the amount of $900,000 for the period of March 8, 2024, through
July 6, 2024.
(M) 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:
On March 27, 2024, the Office of the Chief Final Officer certified that the proposed contract is
within the appropriated budget authority for the Department of Human Resources for fiscal year
2024.
(N) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The Office of the Attorney General certified that the contract is legally sufficient, and the proposed
contractor does not have any pending legal claims against the District.
(O) A certification that the 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):
3
On March 27, 2024, the Citywide Clean Hands database reported that the proposed contractor is
current with its District taxes.
(P) 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:
On March 7, 2024, the proposed contractor certified on their Bidder-Offeror Certification Form that
they are current with their federal taxes.
(Q) 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 proposed contractor is not a certified local, small, or disadvantaged business enterprise.
(R) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None.
(S) 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 proposed contractor is not currently debarred from providing services or goods to the District
or federal government, based on searches of the District’s Excluded Parties List and the federal
System for Award Management, conducted on March 1, 2024.
(T) Any determination and findings issued 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 Responsibility
Determination and Findings for Price Reasonableness
Determination and Findings for Use of a Cooperative Purchasing Agreement
Determination and Findings for a Cost-Reimbursement Line Item
(U) Where the contract, and any amendments or modifications, if executed, will be made
available online:
www.ocp.dc.gov
(V) Where the original solicitation, and any amendments or modifications, will be made available
online:
www.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: March 27, 2024 Notice Number: L0011568289
FIELDPRINT, INC FEIN: **-***5524
12000 COMMERCE PKWY Case ID: 2066008
MOUNT LAUREL NJ 08054-2241
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
OFFICE OF THE CHIEF FINANCIAL OFFICER
GOVERNMENT OPERATIONS CLUSTER
OFFICE OF FINANCE AND RESOURCE MANAGEMENT
TO: Julius Wiggins
Supervisory Contract Specialist / Contracting Officer
Office of Contracting and Procurement
FROM: James M. Hurley
Agency Fiscal Officer
DATE: March 27, 2024
SUBJECT: FY 24 Certification of Available Funds for Fingerprinting and
Background Check Services
The Office of the Chief Financial Officer for the D.C. Department of Human Resources
hereby certifies that the operating budget has allocated $1,800,000.00 for fingerprinting
and background check services. The FY25 funding is contingent upon the passage of the
FY25 budget.
Vendor: Fieldprint, Inc.
Contract Number: CW111263
Contract Option/Modification: Base year – new contract
Dates: March 8, 2024, through March 7, 2025
Certified Amount: $1,800,000.00
If there are any questions regarding this matter, please feel free to contact Yared Assefa,
Financial Manager, at 202-727-2718.
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
BRIAN L. SCHWALB
Commercial Division
MEMORANDUM
TO: Tomás Talamante
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: May 23, 2024
SUBJECT: Approval of Base Period for Pre-employment Services
Contract Number: CW111263
Contractor: Fieldprint, Inc.
Contract Amount: $1,800,000.00
This is to Certify that this Office has reviewed the above-referenced Contract and that we have
found it to be legally sufficient. If you have any questions in this regard, please do not hesitate to
call me at 724-4018.
______________________________
Robert Schildkraut
400 6th Street, NW, Suite 9100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
March 7, 2024
Fieldprint, Inc.
Anthony D’Orazio
12000 Commerce Parkway, Suite 100
Mount Laurel, NJ 08054
Subject: Letter Contract No.: CW111263
Caption: Fingerprinting & Background Checks
Dear Mr. D’Orazio,
1. This is a letter contract between the District of Columbia’s Department of Human
Resources (DCHR and/or the District) and Fieldprint, Inc. (Fieldprint and/or the
Contractor) wherein the Contractor agrees to perform services starting on the date of award
(the date this letter contract is signed by the contracting officer), as set forth in the
Specifications/Work Statement (Attachment A).
2. This is a requirements contract with fixed unit prices in accordance with the price schedule
(Attachment B).
3. Ordering. Any supplies and services to be furnished under this contract must be ordered by
issuance of delivery, task or purchase orders by the CO. Such orders may be issued during
the term of this contract.
All delivery, task, or purchase orders are subject to the terms and conditions of this contract.
In the event of a conflict between a delivery, task or purchase orders and this contract, the
contract shall control.
If mailed, a delivery, task or purchase order is considered "issued" when the District
deposits the order in the mail. Orders may be issued by facsimile or by electronic
commerce methods.
4. The District agrees to pay the Contractor an amount not to exceed $900,000.00 for services
rendered pursuant to this contract and shall remit payment in accordance with the payment
terms below:
Invoicing
441 4th Street N.W., Suite 330 South, Washington, D.C. 20001
(202) 727-0252 Fax: (202) 727-3229
The Contractor shall create and submit on a monthly basis payment requests in an
electronic format through the D.C. Vendor Portal, https://vendorportal.dc.gov. To
constitute a proper invoice, the Contractor shall enter all required information into the
Portal after selecting the applicable purchase order number which is listed on the
Contractor’s profile.
Payment
The District will make payments to the Contractor, upon the submission of proper invoices,
at the prices stipulated in this contract, for supplies delivered and accepted or services
performed and accepted, less any discounts, allowances or adjustments provided for in this
contract. The District will pay the Contractor on or before the 30th day after receiving a
proper invoice from the Contractor.
5. Cost Reimbursement Ceiling. The total billed against Other Direct Costs (CLIN 0018)
during the term of this letter contract shall not exceed the cost reimbursement ceiling,
which is $50,000 (see Attachment A, Specifications, Section 5.6.1.6, and Attachment B,
Price Schedule).
The Contractor agrees to use its best efforts to perform the work specified in this letter
contract and to meet all cost-reimbursable obligations under this letter contract within the
cost reimbursement ceiling.
The Contractor must notify the CO, in writing, whenever it has reason to believe that the
total cost for performance of the cost-reimbursable elements of this letter contract will be
either greater or substantially less than the cost reimbursement ceiling.
As part of the notification, the Contractor must provide the CO a revised estimate of the
total cost of performing the cost-reimbursable elements of this letter contract.
The District is not obligated to reimburse the Contractor for costs incurred in excess of the
cost reimbursement ceiling specified in the price schedule, and the Contractor is not
obligated to continue performance under this letter contract (including actions under the
termination clauses of this contract), or otherwise incur costs in excess of the cost
reimbursement ceiling specified in the price schedule, until the CO notifies the Contractor,
in writing, that the estimated cost has been increased and provides revised cost
reimbursement ceiling for performing this letter contract.
No notice, communication, or representation in any form from any person other than the
CO shall change the cost reimbursement ceiling. In the absence of the specified notice, the
District is not obligated to reimburse the Contractor for any costs in excess of the cost
reimbursement ceiling, whether such costs were incurred during the course of letter
contract performance or as a result of termination.
If the cost reimbursement ceiling specified in this paragraph is increased, any costs the
Contractor incurs before the increase that are in excess of the previous cost reimbursement
ceiling shall be allowable to the same extent as if incurred afterward, unless the CO issues
a termination or other notice d