MURIEL BOWSER
MAYOR
June 24, 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 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. DCAM-24-NC-SS-0004 with Security Assurance Management, Inc., in the
not-to-exceed amount of $25,000,000.00. The contract’s period of performance from July 15,
2024, through July 14, 2025.
Under the proposed contract, Security Assurance Management, Inc., will provide security guard
services, including the management, tools, supplies, equipment, storage, vehicles, and labor to
ensure effective performance at Asset Classes, C (Public Safety and Justice), D (Human Support
Services), and E (Government Operations) facilities located throughout the District of Columbia.
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 contact Delano
Hunter, Director, Department of General Services (“DGS”), or have your staff contact George G.
Lewis, Chief of Contracts and Procurement, DGS, at (202) 727-2800.
I look forward to the Council’s favorable consideration of this contract.
Sincerely,
Muriel Bowser
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
(Sole Contract)
Transition Phase Armed/Unarmed Security Guard Personnel Services Asset Class C
(Public Safety and Justice), D (Human Support Services), and E (Government Operations)
(A) Contract Number: DCAM-24-NC-SS-0004
Proposed Contractor: Security Assurance Management, Inc.
Contract Amount: Not-to-Exceed: $25,000,000.00
Unit and Method of Compensation: Fixed Direct Hourly Labor Rates paid on a
Monthly basis
Term of Contract: July 15, 2024 – July 14, 2025
Type of Contract: Indefinite Delivery/Indefinite Quantity
(ID/IQ) with Firm Fixed Hourly Rates
Source Selection Method: Sole Source
(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:
Proposed Base Period Not-to-Exceed Amount: $25,000,000.00
Page 2 of 6
(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 Transition Phase Armed/Unarmed Security Guard Personnel
Services at various District Government leased or owned facilities identified in Asset Class
C (Public Safety and Justice) Asset Class D (Human Support Services) and Asset Class E
(Government Operations).
(D) The date on which a competitive procurement for these goods or services was last
conducted, the date of the resulting award, and a detailed explanation of why a
competitive procurement is not feasible:
On November 9, 2016, the Department issued a Request for Proposals (RFP) to engage a
contractor to provide security guard services for various District Government facilities, for
a base year and four one-year option periods. The solicitation was issued in the open
market, posted on the DGS website, and sent via email to potential firms identified through
market research as capable of providing the services. On December 22, 2016, four firms
submitted proposals by the deadline. The technical proposals were independently evaluated
by a Technical Evaluation Panel (TEP) consisting of DGS staff members. Security
Assurance Management (SAM) received the highest technical score and combined with
the lowest price, achieved the overall highest score. Contract DCAM-17-NC-0007 with
SAM was submitted to and approved by the Council (CA22-0442). SAM provided services
under this contract for the full term, including the base year and five option years, with the
final Task Order expiring on July 31, 2024.
Reason Competitive Procurement is Not Feasible:
To ensure a comprehensive and cost-effective program, the agency began preparing a new
solicitation, collaborating with client agencies to develop a revised scope of services. This
revision shifted from a "sectors" classification to "asset class groups," aligning better with
individual agency budgets.
On March 24, 2023, and December 5, 2023, the agency issued two RFPs (DCAM-23-NC-
RFP-0005 for the SBE set-aside market and DCAM-23-NC-RFP-0010 for the open
market) seeking multiple contractors to provide armed and unarmed security guard
personnel services for Asset Classes: A (Parks and Recreation), B (Public Education), C
(Public Safety and Justice), D (Human Support Services), and E (Government Operations).
These new solicitations included significant revisions to the scope of services to align better
with client agencies' budgets and requirements. The contract for Asset Class A with CSI
Corporation of DC, Inc. was approved by the Council (CA25-0641) on March 29, 2024,
and the contract for Asset Class B with U Street Parking, Inc. was approved by the Council
(CA25-0640) on March 29, 2024. Award notifications for Asset Classes C, D, and E will
be presented to the Council in June 2024.
Justification for Sole Source Contract:
The Department has determined that it is in the best interest of the District to award a sole
source contract to the incumbent, Security Assurance Management Services (SAMS), for
Department of General Services 2000 14th Street, NW, Washington D.C. 20009
Page 3 of 6
a period up to July 14, 2024. SAM's ongoing services are crucial for maintaining security
and operational stability during the transition period. The onboarding vendors require
sufficient time to complete necessary administrative and regulatory steps, including
securing security guard licenses through the Department of Licensing and Consumer
Protection (DLCP), and obtaining required weapons and uniforms. Without SAM’s
continued support, there would be a gap in security coverage during this critical phase.
A sole source procurement is the most advantageous method to minimize any disruption to
overall facility operations, ensuring continuity of services across all facilities during the
transition phase. Moreover, SAM bonified guard staff are currently securing all facilities
in Asset Class C, D and E.
(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:
N/A
(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:
Founded in 1992, SAM provides security guard services to the private sector. For over 20
years Security Assurance Management, Inc. has been providing Security Guard Services
to Washington, DC business owners and property management companies. SAM has
successfully provided similar services for the DC Government.
SAM has been determined responsible in accordance with 27 DCMR 4706.1.
(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:
SAM is certified as a local, and long-term resident business and has indicated its intent to
self-perform services with 100 % of its own resources.
(H) Performance standards and the expected outcome of the proposed contract:
In general, SAM is required to perform or exceed the requirements and performance
standards contained in the Contract. SAM’s performance will be consistently monitored by
Department of General Services 2000 14th Street, NW, Washington D.C. 20009
Page 4 of 6
Protective Service Division (PSD) staff including the Contracting Officer's Technical
Representative.
(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 statement 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 Office of the Chief Financial Officer has acknowledged that proposed Contract is
within the appropriated budget authority for the agency for FY24 and FY25 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 applicable Fiscal Sufficiency certification
accompanies this Council Package.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The proposed contract has been reviewed by the Agency’s General Counsel’s Office and
deemed legally sufficient. SAM does not have claims pending against the District.
(L) (1) 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):
The Office of Tax and Revenue and the Department of Employment Services’
Unemployment Insurance Tax Division have certified that SAM is in compliance with the
Government of the District of Columbia tax laws and regulations (see attached Citywide
Clean Hands).
(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 certifies it is current with the District and 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
Department of General Services 2000 14th Street, NW, Washington D.C. 20009
Page 5 of 6
Enterprise Development and Assistance Act of 2005, as amended, D.C. Official Code
§ 2-218.01 et seq.:
SAM is certified as a local, small, and long-term resident business, certification number
LX82326032025 with an expiration date of March 2, 2025.
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
N/A
(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:
SAM is not debarred from providing services to the Government of the District of
Columbia or the Federal Government according to the Office of Contracts &
Procurement’s Excluded Parties List and the Federal Government’s Excluded Parties List.
(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):
A Determination and Findings for Sole Source Procurement was published in accordance
with D.C. Official Code §2-354.04.
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The Department of General Services, Contract Awards Database located on the DGS
website.
(S) Where the original solicitation, and any amendments or modifications, will be made
available online:
The Department of General Services, Solicitation database is located on the DGS website.
(T) A notation identifying: (i) whether the Contractor is a covered contractor, as that
term is defined in D.C. Official Code § 1-1161.01; and (ii) to which prohibited
recipients, as that term is defined in D.C. Official Code § 1-1161.01(45D), the
Contractor is prohibited from making campaign contributions and during what
prohibited period, as that term is defined in § 11161.01(45C).
Based upon a certification from the Contractor, the Contractor has not been determined to
be in violation of D.C. Official Code § 1-1163.34a.
Department of General Services 2000 14th Street, NW, Washington D.C. 20009
Page 6 of 6
(U) A description of any other contracts the proposed Contractor is currently seeking or holds
with the District:
GAGA-2022-C-0048 – DCPS Security Services
Department of General Services 2000 14th Street, NW, Washington D.C. 20009
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: June 10, 2024 Notice Number: L0011992145
SECURITY ASSURANCE MANAGEMENT INC FEIN: **-***0187
818 CONNECTICUT AVE NW # 2NDFLOOR Case ID: 8645730
WASHINGTON DC 20006-2702
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
Contracts & Procurement
Memorandum
To: Delano Hunter
Director
Department of General Services
From: Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services
Reference: Transition Phase Armed/Unarmed Security Guard Personnel Services Asset Class
C (Public Safety and Justice), D (Human Support Services), and E (Government
Operations) (Contract No.: DCAM-24-NC-SS-0004), Security Assurance
Management, Inc.
Date: June 13, 2024
Subject: Fiscal Sufficiency Review
In my capacity as the Agency Fiscal Officer of the Department of General Services (the
“Department”), I hereby certify that funds for Transition Phase Armed/Unarmed Security Guard
Personnel Services Asset Class C (Public Safety and Justice), D (Human Support Services), and E
(Government Operations) between the Department of General Services (the “Department”) and
Security Assurance Management, Inc. (SAM), with a minimum value of $250.00 is consistent with
the Department’s current budget and that adequate funds are available in the budget for the
expenditure. The $250.00 minimum value is hereby certified.
Funds supporting individual task orders to be issued against the Not-To-Exceed Amount of
$25,000,000.00 will be certified at the time of issuance of any such task orders and are subject to
the availability of appropriated funds.
The Department of General Services (DGS) has $250.00 in its current FY24 budget allotment
balance. The DIFFs information is listed below.
Seller Funding Cost
FUND PROGRAM ACCOUNT AMT
AGY AGY Center
AM0 AM0 1010001 500063 50102 7131034 $250.00
__________________________________
Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services 3924 Minnesota Avenue, NE, Washington D.C. 20019
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
___________________________________________________________________________
OFFICE OF THE GENERAL COUNSEL
MEMORANDUM
TO: Tomás Talamante
Director, Office of Policy and Legislative Affairs
FROM: Kristen Walp
Senior Assistant General Counsel
SUBJECT: Legal Sufficiency Certification
Transition Phase Armed/Unarmed Security Guard Personnel Services Asset Class C
(Public Safety and Justice), D (Human Support Services), and E (Government Operations)
Contract Number: DCAM-24-NC-SS-0004
Contractor: