MURIEL BOWSER
MAYOR
June 28, 2024
Honorable Phil Mendelson
Chairman
Councilofthe 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 202of the Procurement Practices Reform Act of 2010 (D.C. Official Code §
2-352.02), enclosed for consideration and approval by the Councilof the District of Columbia is
contract no, CW114646 with First Priority Emergency Vehicles. The term of this contract is one
year from the date of award through September 30, 2027, at a minimum amount of $973,253.50
and a not-to-exceed amount of $1,951,507.00.
Under this contract, the contractor shall provide fleet SUV command vehicles.
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 Mare Scott, Chief Operating Officer, Office of Contracting and Procurement, at (202) 724-
8759.
I look forward to the Council’s favorable considerationof this contract.
Sincerely,
iniel Howser
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
(A) Contract Number: CW114646
Proposed Contractor: First Priority Emergency Vehicles
Contract Amount: $ 972,253.50 (Minimum) (capital funds)
$ 1,951,507.00 (Maximum)
Unit and Method of Compensation: Price per unit
Term of Contract: Date of award through September 30, 2027
Type of Contract: Indefinite Delivery – Indefinite Quantity (IDIQ)
Source Selection Method: Order against Cooperative 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:
Not applicable
(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 D.C. Fire and Emergency Medical Services (FEMS) requires the Contractor to provide a
minimum of six up to a maximum of twelve SUV command vehicles that will be used to provide
emergency response services throughout the District.
(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:
1
The proposed delivery order will be awarded against the cooperative agreement between HGACBuy
and First Priority Emergency Vehicles.
(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:
Since 1998 the contractor has been successful in fabricating steel equipment into EMS vehicles. Their
growing operations which started from developing emergency vehicles for Houston Fire Emergency
Services has now evolve to developing modernized emergency vehicles not only within the United
States but to international market as well. The contractor successfully provided the District
emergency vehicles under contract no. CW112618 awarded in FY23.
(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:
Not applicable
(H) Performance standards and the expected outcome of the proposed contract:
The contractor shall provide the EMS SUV command vehicles in accordance with FEMS
requirements and timeline.
(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:
As of this date, there is no expenditure of funds by the District.
(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 Office of Chief Financial Officer has certified that there is sufficient funding for the minimum
total amount of the proposed contract.
2
(K) A certification that the contract is legally sufficient, including whether the proposed contractor
has any pending legal claims against the District:
The contract action has been determined to be legally sufficient and the proposed 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):
A certification has been issued by the Citywide Clean Hands database which indicates that the
proposed 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 proposed contractor self-certified that they are current with 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 proposed contractor is not a certified small, local, disadvantaged and resident-owned 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 debarred or excluded from providing services to the District and federal
governments.
(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 & Findings for Use of a Cooperative Agreement
Determination & Findings for Price Reasonableness
Determination & Findings for Contractor Responsibility
3
Determination & Findings for Multi-Year
(R) Where the contract, and any amendments or modifications, if executed, will be made available
online:
The contract when executed will be posted on the Office of Contracting and Procurement website –
www.ocp.dc.gov.
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
Not applicable
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 6, 2024 Notice Number: L0011859851
FIRST PRIORITY EMERGENCY VEHICLES, INC. FEIN: **-***2913
2444 RIDGEWAY BLVD Case ID: 5247608
MANCHESTER NJ 08759-5704
CERTIFICATE OF CLEAN HANDS
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
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)
§ 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 ASSOCIATE CHIEF FINANCIAL OFFICER
PUBLIC SAFETY & JUSTICE CLUSTER
MEMORANDUM
TO: Nancy Hapeman, Interim Chief Procurement Officer
Office of Contracting and Procurement
FROM: David Garner, Associate Chief Financial Officer Shelly Robinson Graham
For D.Garner
Public Safety and Justice Cluster
DATE: June 12, 2024
SUBJECT: Certification of Funding Availability for EMS Tahoes - SUV Command Vehicles
CW114646, First Priority Emergency Vehicles, Inc.
The Office of the Chief Financial Officer (OCFO) certifies available funding in the Fire and
Emergency Medical Services Department (FEMS) FY24 to FY29 Capital Improvement Plan in
the amount of $973,253.50 for the purchase of 6 SUV, Command Vehicles. Funds have been
committed in PASS under RK266725 in the amount of $973,253.50.
Future orders above the funds available are contingent upon the identification of additional
funding.
If you have any questions concerning this certification, please contact Dan Proudfoot, Agency
Fiscal Officer, at (202) 815-4458.
1100 4th Street, S.W. • SUITE 730E • WASHINGTON, D.C. 20024
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 14, 2024
SUBJECT: Contractor: First Priority Emergency Vehicles
Contract No.: CW114646
Total Amount: Min. $973,253.47; Max. $1,951,506.94
______________________________________________________________________________
This is to Certify that this Office has reviewed the above-referenced Contract and that we have
found it to be legally sufficient, conditioned on obtaining an updated certification of funding that
was issued within 90 days of award. 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 T-REQUISTION NOMBER PAGE
‘TASK ORDER/DELIVERY ORDER FOR SERVICES RK266725 1of8
OFFEROR TO COMPLETE BLOCK 29
7, DELIVERY ORDERAGREEMENTNO, —| 3, AWARDTEFFECTIVE
DATE CONTRACT NUMBER 5 SOLICITATION NUNBER 6, SOLICITATION SUE DATE
H-GACBuy Cooperative
cw114646 See 30C below | Agreement No. AM10-23 | Nya, NIA
with First Priority
Emergency Vehicles, Inc.
FOR SOLICITATION INFORMATION | Ac NANE '. TELEPHONE Gocaer cam) ‘OFFER DUEDATE:
CONTACT:
Emalt: angela.turner@de.gov Angela Turner (202) 671-2414
7 SUED BY THIS ACRUTTONS| T , DELIVERYFOR FOB 12: PAYRENT OSCOUNT TERS
Office of Contracting and Procurement 1 uvresmacreo DESTRUCTION NESS Net 30 days
‘Transportation and Specialty Equipment Gras, FOR owas ys
Commodity Group Ey Seat buses 15. EERE
2000 14" Street, NW, 6" Floor aS 14 WETHOD OFSOLICITATION
Washington, DC 20009 Bi Cooperative asreement — | oy gerop ow oe
Gi bse
sic:
15, CONTRACTOR] OFFEROR 16. PAYMENT WIL BE WADE BY
First Priority Emergency Vehicles huips:/vendorportal.dc.gov
244 Ridgeway Blvd Bldg. 500
‘Manchester NJ 08759-5703
TSA DUNS CODE OF€246224 156 TAK ID NO.223582913
7. DELIVER TO 18. ADMINISTERED BY
Fire and Emergency Medical Services (FEMS) Fire and Emergency Medical Services (FEMS)
1103 Half Street, SW. 2000 14" Street NW, Suite 5000
Washington, DC 20024 Washington, DC 20009-6211
"BA CHECK IF REMITTANCE Is DIFFERENT AND PUT SUCH ADDRESS IN OFFER TSB, SUBNIT INVOICES TO ADDRESS SHOWN IN BLOCK 16 UNLESS BLOCK
o BELOW 1S CHECKED
1 SeE ADDENOUN
ire%0. 7
ScHEDULE OF SUPPLES/SERVCES 7 | uN
quay 7 | unmaPrice m
-yOuNt
1 SUV, Command Vehicle, 4x4, rear command storage cabinet,
console, emergency lighting, graphics; Product Description: 6 | BA| $972,253.50 | $ 1,942,506.94
AM2XSCO1
2 | HGAC Order Processing Charge 7 | EA] 1,000.00 |$ — 7,000.00
| 76. TOTAL AWARD woncor EON,
S$ 973,253.50 (MIN)
$ _1,951,507.00 (MAX)
TT. CONTRACTOR 1s REQUIREDTO SIGH THIS DOCUMENT AND RETURN ONE COPY TO THE 75. THE FOLLOWING ‘TENTS ARE INCORPORATED BY REFERENCE INTO THIS
ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITENS SET FORTH OR DELIVERY ORDER INTHE FOLLOWING PRIORITY: (1) SEE SECTION 10,
[OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONALPAGESSUBJECTTOTHE TERMS
[AND CONDITIONS SPECIFIED HEREIN. THIS ORDER Is ISSUED SUBLECT TO THE TERMS AND
[CONDITIONS OF THE CONTRACT IDENTIFIED IN BLOCK 4.
BA, CL ‘OF OFFEROR pe [OR DISTRICT OF COLUMBIA (SIGNATURE OF CONTRACTING OFFICER)
TB, NAME AND TITLE OF SIGNER tre OUP) 79, DATE SGNED “308, NANE OF CONTRACTING OFFICER init oxo DATE
SigheD
VPof conversion Sales vfefr Angela Turner
Page 2 0f8
Delivery Order No. CW114646
PRODUCT REQUIRED: The contractor shall provide a minimum quantity of six (6) SUV
Command Vehicle, 4x4, rear command storage cabinet, console, emergency lighting, graphics
Product Description:(AM2XSCO1) in accordance with the contractor's Contract Pricing
Worksheet dated February 28, 2027 The Contractor shall provide the District, when and if
ordered, up to six (6) additional SUV, Command Vehicles for a maximum quantity of twelve
(12).
COOPERATIVE AGREEMENT NUMBER: H-GACBuy Cooperative Agreement No.
AM10-23 with First Priority Emergency Vehicles.
DELIVERY ORDER NO.: CW114646
PERIOD OF PERFORMANCE: Date of award through September 30, 2027.
5. TYPE OF CONTRACT: Indefinite Delivery — Indefinite Quantity (IDIQ)
This is an IDIQ contract for the supplies or services specified, and effective for the period stated.
a) Delivery or performance shall be made only as authorized by orders issued in accordance
with the Ordering Clause, (Section 11). The Contractor shall furnish to the District, when
and if ordered, the supplies or services specified in the schedule up to and including the
maximum quantity of twelve (12). The District will order at least the minimum quantity of
six (6).
b) There is no limit on the number of orders that may be issued. The District may issue orders