MURIEL BOWSER
MAYOR
June 17, 2024
Honorable Phil Mendelson
ChairmanLett
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 Act of 2010 (D.C. Official Code §
2-352.02), enclosed for consideration and approval by the Council of the District of Columbia is
proposed Contract No. DCRL-2024-H-0019 with Sasha Bruce Youthwork, Inc. in the not to
exceed amount of $1,005,056.66. The period of performance is one year from the date of the
award.
Under the proposed contract, Sasha Bruce Youthwork, Inc. will provide a residential independent
living program for approximately six pregnant and parenting youth between the ages of nineteen
and twenty, and their children, in the District’s foster care system.
My administration is available to discuss any questions you may have regarding the proposed
contract. In order to facilitate a response to any questions you may have, please have your staff
contact Ms. Ebony Terrell, Chief Contracting Officer, Child and Family Services Agency, at 202-
724-5300.
I look forward to the Council’s favorable consideration of this contract.
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
(Standard and multiyear)
(A) Contract Number: DCRL-2024-H-0019
Proposed Contractor: Sasha Bruce Youthwork, Inc. (SBY)
Contract Amount: Not-to-exceed $1,005,056.66
Unit and Method of Compensation: Fixed price
Term of Contract: One year from date of award
Type of Contract: Firm Fixed Price
Source Selection Method: Human Care 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 Year Amount: Not-to-exceed $1,005,056.66
Base Year: One year from the date of award
Option Period One Amount: TBD
Option Year One:
Option Period One Amount: TBD
Option Year Two:
Option Period One Amount: TBD
Option Year Three:
Option Period One Amount: TBD
Option Year Four:
1
(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:
The Contractor shall provide a residential independent living program for approximately six (6)
pregnant and parenting youth (PPY), between the ages of 19 and 20 and their children in the
District’s foster care system.
(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:
Solicitation No. DOC691057 titled " Pregnant and Parenting Youth (PPY) Residential Independent
Living Program (ILP)" was advertised on 11/20/2023 in Ariba e-Sourcing. Solicitation DOC691057
had two Amendments published to extend the closing time of the solicitation and respond to vendor
questions as follows:
Amendment A001 was published on 12/08/2023 to extend the closing of the solicitation.
Amendment A002 was published on 12/18/2023 to respond to vendor questions and extend the closing
of the solicitation.
The solicitation closed on 1/05/2024 at 2:00 PM., four proposals were received.
On 1/18/2024 Technical Evaluation Panel (TEP) met to discuss instructions for the TEP and final
consensus was received on 2/14/2024.
On 5/16/2024, Notice of Intent to Award was sent to the unsuccessful offerors and the successful offeror
Sasha Bruce.
On 5/31/2024, the Certification of Funding was received from the Agency Chief Fiscal Officer.
(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:
No protests has been filed.
(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:
SBY was founded in 1974 and seeks to improve the lives of runaway, homeless, abused, neglected,
and at-risk youth and their families in the Washington region. SBY has adequate financial
resources, based on a review of relevant financial information. SBY has the necessary personnel to
perform the required services, based on a review of their qualifications and clearances.
2
(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:
On May 21, 2024, a waiver for exemption request was sent to DSLBD. Awaiting decision from
DSLBD.
(H) Performance standards and the expected outcome of the proposed contract:
The performance standards for the contract are set forth in the contract. The Contractor is expected to
provide apartment style living within one facility (on-site) for PPY and their children. The program
shall provide 24-hour supervision and supportive services. The professional staff shall be equipped to
deal with youth who’ve experienced significant childhood and possibly on-going trauma, substance use
and mental health challenges. The professional staff shall also be equipped in restorative practices as it
relates to conflict resolution with the youth.
The Contractor is expected to comply with all federal and District laws, regulations and standards
governing child welfare, including those established by the Agency and under the Adoptions and Safe
Families Act. The Contractor is also expected to comply with all HIPAA requirements.
(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:
The Base Period not-to-exceed amount is $1,005,056.66 for the period of performance is one year
from the date of award.
(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 Agency Fiscal Officer has certified that the agency, in its approved budget for fiscal year 2025,
has sufficient funds to meet the obligations of the proposed contract.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The District of Columbia, Office of the Attorney General (OAG) has certified that the proposed contract
is legally sufficient. 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;
3
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):
The Citywide Clean Hands dated April 5, 2024, indicates that SBY is current with its District taxes.
The notarized self-certification form dated May 20, 2024, indicates that SBY is in compliance with
the Campaign Finance Reform Amendment Act of 2018.
(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, SBY has certified that it is current with its federal taxes in accordance with the signed
Bidders/Offeror Certification dated January 3, 2024.
(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.:
None
(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:
SBY is not currently debarred from contracting with the District or Federal Government based on
searches on the OCP EPLS database, the System for Award Management (SAM) Search database, and
Office of Inspector General (OIG) database conducted on April 5, 2024.
(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 Price Reasonableness
Determination and Findings for Contractor Responsibility
Determination and Findings for Human Care Agreement
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
www.ocp.dc.gov
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
4
Not Applicable
5
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: April 5, 2024 Notice Number: L0011659613
SASHA BRUCE YOUTHWORK INC FEIN: **-***6486
741 8TH STREET SE Case ID: 2941003
WASHINGTON DC 20003
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
Child and Family Services Agency
Office of Finance
MEMORANDUM
TO: Robert Matthews
Director
Child and Family Services Agency
FROM: Justin Kopca
Agency Fiscal Officer
Child and Family Services Agency
DATE:
SUBJECT: Certification of Funds Availability
Total Contract Value: $1,005,074.42
The Office of the Chief Financial Officer hereby certifies that the sum of $1,005,074.42 is
Local Budget and Financial Plan for Fiscal Year 2025 to fund contract with
Sasha Bruce Youthwork for Pregnant and Parenting Youth (PPY) Residential Independent Living Program (ILP).
This certification supports Sasha Bruce Youthwork contract during the period from October 1, 2024 through January
2, 2025. The fund allocation are as follows:
Vendor: Sasha Bruce Youthwork Contract #: DCRL-2024-H-0019
Fiscal Year 2025 Funding: 10/1/2024 through 9/30/2025
Agency Project Award Sub- Account Fund Program Cost Amount
Task Center
None 7141002 1010001 700254 70407 $1,005,074.42
RLO No Project No Award
FY 2025 Contract Total: $1,005,074.42
Funding for the period of October 1, 2024 through September 30, 2025, totaling $1,005,074.42, will be subject to
by the Council and the Mayor 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 202-727-7383.
Headquarters: 200 I Street, SE Washington, D.C. 20003 202-442-6100
www.cfsa.dc.gov http://dc.mandatedreporter.org www.adoptdckids.org
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: June 10, 2024
SUBJECT: Contractor: Sasha Bruce Youthwork, Inc.
Contract No.: DCRL-2024-0019
Total Amount: NTE $1,005,056.66
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 Child and Family Services Agency (CFSA)
1. Caption Page of Pages
SOLICITATION, OFFER, AND AWARD Pregnant and Parenting Youth (PPY) Residential Independent Living
1 87
Program (ILP)
2. Contract Number 5. Type of Solicitation 6. Type of Market
DCRL-2024-H-0019 ‫ ܆‬Sealed Bid (IFB) ‫ ܈‬Open
3. Solicitation Number ‫܈‬ Sealed Proposals (RFP) ‫܆‬ Set Aside
‫܆‬ Sole Source ‫܆‬ Open with Sub-Contracting Set Aside
4. Date Issued ‫܆‬ Human Care Agreements NOTE: In sealed bid solicitations "offer" and “offeror"
‫ ܆‬Emergency means "bid" and "bidder".
7. Issued By: 8. Address Offer to: Delivery
Contracts and Procurement Administration Contracts and Procurement Administration
Child and Family Services Agency (CFSA) Child and Family Services Agency (CFSA)
200 I Street, S.E. Suite 2031 200 I Street, S.E. Suite 2031
Washington, DC 20003 Washington, DC 20003
(202) 724-5300 (202) 724-5300
A. SOLICITATION / CONTRACT FORM
9. Submission Deadline Date Due Monday, December 11, 2023 Time Due 2:00pm
CAUTION: Late Submissions, Modifications and Withdrawals: See 27 DCMR chapters 15 & 16 as applicable. All offers are subject to all terms and conditions contained in this solicitation.
10. Agency Contact A. Name B. Telephone Extension C. E-mail Address
CFSA Tyree Johnson, Contract Specialist 202-724-7645 tyree.johnson@dc.gov
11. Table of Contents (X) Section Description Page No.
(X) Section Description Page No. X G Contract Administration Data 30
X A Solicitation/Contract Form 1 X H Special Contract Requirements 38
X B Supplies or Services and Price/Cost 2 X I Contract Clauses 72
X C Specifications/Work Statement 4 X J List of Attachments