MURIEL BOWSER
MAYOR
June 27, 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. CW115647 with Ridge IT Cyber, LLC, in the not-to-exceed amount of
$20,000,000. The contract’s period of performance is 12 months from date of award.
Under the proposed contract, Ridge IT Cyber, LLC, shall provide managed zero trust services to
immediately meet the critical cyber security needs of existing and future OCTO federal customers.
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 Marc 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
(Sole Source)
(A) Contract Number: CW115647
Proposed Contractor: Ridge IT Cyber, LLC
Contract Amount: Not-to-Exceed (“NTE”) $20,000,000.00
Unit and Method of Compensation: The Contractor’s invoices will be paid through the
issuance of purchase/delivery orders.
Term of Contract: 12 months from date of award (base year)
Type of Contract: Indefinite Delivery/Indefinite Quantity
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:
Base Period Amount:
Guaranteed Minimum: $10,000
NTE Amount: $20,000,000
Option Period One Amount:
Guaranteed Minimum: $10,000
NTE Amount: $20,000,000
Option Period Two Amount:
Guaranteed Minimum: $10,000
NTE Amount: $20,000,000
Option Period Three Amount:
1
Guaranteed Minimum: $10,000
NTE Amount: $20,000,000
Option Period Four Amount:
Guaranteed Minimum: $10,000
NTE Amount: $20,000,000
(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 Office of Contracting and Procurement (“OCP”), on behalf of the Office of the Chief
Technology Officer (“OCTO”), has a need for a contractor to provide managed zero trust services
to immediately meet the critical cyber security needs of existing and future OCTO federal
customers.
(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:
The District’s procurement regulations allow acquisition by the use of a sole source procurement.
While there are numerous companies that offer zero trust services, Ridge-IT Cyber, LLC, (“the
Contractor”) is the only company authorized as a Managed Service Provider (“MSP”) for the
FedRamp versions of Zscaler, Okta and CrowdStrike, which are the core cyber security applications
incorporated into the OCTO/DC-Net managed zero trust service offering. Ridge-IT is also the only
authorized Zscaler, Okta and CrowdStrike FedRamp MSP that simultaneously operates as a
Microsoft Direct Gold Partner, Qualys-certified Partner, and Picus-certified Partner, ensuring
successful integration and support for each of these additional critical cyber security tools.
In accordance with 27 DCMR § 1700, the contracting officer may award a contract through a sole
source procurement when there is only one source for the required goods and services. Here:
a) A sole source determination and findings (D&F) justifying the use of a sole source procurement
was prepared and approved.
b) The notice of intent to award a sole source procurement was prepared and posted to OCP’s
website.
c) OCP issued a market research survey email on March 25, 2024, with a due date of March 28,
2024, to all vendors listed under NIGP code 9563575 to determine if the vendors were qualified
to provide services.
d) OCP received two vendor responses and determined that neither vendor were capable of
performing 35% of the subcontracting requirements needed.
(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
2
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:
There were no protests associated with this procurement.
(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 Contractor has been determined responsible based on the District’s standard of responsibility as
prescribed in 27 DCMR § 2200. Ridge IT has provided similar products and services to customers
on multiple contract awards. The District has no information indicating that the Contractor is
debarred, suspended, or involved in any activity that would disqualify them from consideration due
to lack of integrity and business ethics.
(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:
OCP issued a market research survey email on March 25, 2024, with a due date of March 28, 2024,
to all vendors listed under NIGP code 9563575 to determine if the vendors were qualified to
provide services. OCP received two vendor responses and forwarded their capability statements to
OCTO. OCTO found that the vendors lacked the experience needed and determined that neither
vendor could perform 35% of the subcontracting requirements needed.
The Department od Small and Local Businesses has approved a waiver of the 35% subcontracting
requirement.
(H) Performance standards and the expected outcome of the proposed contract:
The Contractor’s performance will be regularly and routinely monitored by the Office of the Chief
Technology Officer. The expected outcome of the proposed contract is to immediately meet the
critical Cyber Security needs of existing and future OCTO federal customers.
(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:
No funds have been expended by the District for the base year.
(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:
3
A certification of funding is attached to comply with D.C. Official Code §§ 47-392.01 and 47-
392.02.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The proposed task order contract has been determined to be legally sufficient by the Office of the
Attorney General. The contractor has no pending legal claims against the District.
(L) 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 work No funds have been expended by the District prior to its submission to
Council for approval 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 Contractor is current with its District taxes according to the Citywide Clean Hands certification
dated June 13, 2024.
(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 certified 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 District certified business enterprise.
(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 is not listed on the District’s excluded parties or federal excluded parties list
reviewed on April 26, 2024.
(Q) 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):
4
Determination and Findings for Contractor Responsibility dated April 30, 2024.
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
ocp.dc.gov
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
ocp.dc.gov
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: June 13, 2024 Notice Number: L0011978275
RIDGE IT CORPORATION FEIN: **-***9620
7901 4TH ST N STE 12333 Case ID: 8940301
SAINT PETERSBURG FL 33702-4305
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
MEMORANDUM
TO: Derrick White
Contracting Officer
Office of Contracting and Procurement
FROM: Phil Peng 5/18/24
Agency Fiscal Officer
Office of the Chief Technology Officer
DATE: May 18, 2024
SUBJECT: Contractor - Ridge IT Cyber, LLC
Contract Number: CW115647 (Managed Zero Trust)
Period of Performance: Award date to one year Contract
Ceiling: Not to Exceed $20,000,000
By this memorandum, the Office of the Chief Financial Officer (OCFO) certifies that the Office of the
Chief Technology Officer (OCTO) has the contract minimum of $10,000.00 available in the approved
FY24 budget to fund the Managed Zero Trust contract upon award. Any additional task and delivery to
orders above the minimum contract must be encumbered prior to issuance, up to the ceiling amount.
If you have any questions concerning this fund certification, please contact Phil Peng, Agency Fiscal
Officer (AFO) at 202-727-8472
Cc: Angelique Rice, ACFO, GOC
Michael Bolden, Director of Financial Operations, GOC
Stephen Miller, Interim CTO, OCTO
Carol Washington, Chief Administrative Officer, OCTO
Tehsin Faruk, Chief Operating Officer, OCTO
Abdi Yusuf, Budget Director, OCTO
Mekete Seleshi, Financial Manager, OCTO
200 I Street Washington, SE, 5th Floor, Washington DC 20003
(202) 727-2277 I Fax: (202) 727-1216
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 12, 2023
SUBJECT: Approval of Contract for Managed Zero Trust Cybersecurity Services
Contractor: Ridge IT Cyber, LLC
Contract Number: CW115647
Contract Amount: Min - $10,000.00 Max $20,000,000.00
This is to Certify that this Office has reviewed the above-referenced Contract and that we have
found it to be legally sufficient conditioned upon the receipt of a Certificate of Insurance
evidencing that Ridge-IT has obtained all required insurance policies.
If you have any questions in this regard, please do not hesitate to call me at (202) 724-4018.
______________________________
Robert Schildkraut
400 6th Street NW, Suite 9100, Washington, DC 20001 (202) 727-3400
1. Reserved for later use Page of Pages
AWARD/CONTRACT 1 51
2. Contract Number 3. Effective Date 4. Requisition/Purchase Request/Project No.
CW115647 See Block 20C
5. Issued By Code 6. Administered By (If other than line 5)
Office of the Chief Technology Officer
200 I Street, S.E., 5th Floor
Washington, D.C. 20003
Office of Contracting and Procurement
Information Technology Group
441 4TH Street, N.W., Suite 330 South
Washington, D.C. 20001
7. Name and Address of Contractor (No. Street, city, country, state and ZIP Code) 8. Delivery
Ridge IT Cyber, LLC FOB Origin Other (See Schedule Section F)
500 N West Shore Blvd.
9. Discount for prompt payment
Suite 455
Tampa, FL 33609 10. Submit Invoices to the Address shown in  Item
Code Facility (2 copies unless
otherwise specified)
11. Ship to/Mark For Code 12. Payment will be made by Code
Office of the Chief Technology Officer Office of the Chief Technology Officer
200 I Street, S.E., 5th Floor 200 I Street, S.E., 5th Floor
Washington, D.C. 20003 Washington, D.C. 20003
13. Reserved for future use 14. Accounting and Appropriation Data
15A. Item 15B. Supplies/Services 15C. Qty 15D. Unit 15E. Unit Price 15F. Amount
Attachment A Managed Zero Trust Services --- --- --- Minimum
$10,000.00
Maximum
$2