MURIEL BOWSER
MAYOR
July 1, 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 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. CW116503 with PFC Associates, LLC, in the not-to-exceed amount of
$20,130,423.28. The contract’s period of performance is from August 22, 2024, through August
21, 2025.
Under the proposed contract, PFC Associates, LLC, shall provide occupational and ancillary
healthcare services for the Police and Fire Clinic for all covered employees..
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 of Contracting and Procurement, at (202) 724-8759.
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: CW116503
Proposed Contractor: PFC Associates, LLC
Contract Amount (Base Period): Not-to-Exceed (“NTE”) $20,130,423.28
Unit and Method of Compensation: Health Services at Fixed Unit Prices with Cost
Reimbursement Components
Term of Contract: August 22, 2024, through August 21, 2025
Type of Contract: Requirements
Source Selection Method: Competitive Sealed Proposal
(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: NTE $20,130,423.28
Option Period One Amount: NTE $21,018,054.00
Explanation of difference from base period (if applicable): The contract amount for option
period one differs from the base period contract amount due to an anticipated increase in labor and
materials costs and rates were negotiated from the proposal that the contracting officer (CO)
deemed fair and reasonable.
Option Period Two Amount: NTE $22,339,914.84
Explanation of difference from base period (if applicable): The contract amount for option
period one differs from the base period contract amount due to an anticipated increase in labor and
materials costs and rates were negotiated from the proposal that the CO deemed fair and
reasonable.
Option Period Three Amount: NTE $23,336,016.35
1
Explanation of difference from base period (if applicable): The contract amount for option
period one differs from the base period contract amount due to an anticipated increase in labor and
materials costs and rates were negotiated from the proposal that the CO deemed fair and
reasonable.
Option Period Four Amount: NTE $24,809,275.20
Explanation of difference from base period (if applicable): The contract amount for option
period one differs from the base period contract amount due to an anticipated increase in labor and
materials costs and rates were negotiated from the proposal that the CO deemed fair and
reasonable.
(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:
PFC shall manage the day-to-day operations of, and provide occupational healthcare and ancillary
healthcare services at the District’s Police and Fire Clinic for all covered employees of the
Metropolitan Police Department, the Fire and Emergency Medical Services Department, the United
States Park Police, the United States Secret Service Uniformed Division, the District of Columbia
Housing Authority, the Department of Energy and Environment, and the Protective Services
Division of the Department of General Services.
(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 DOC699109 was issued to the public on January 19, 2024, and closed on February 24,
2024. The pre-proposal conference was held on January 30, 2024, with 15 attendees including four
District employees. A total of 11 prospective offerors were invited. Two proposals were received on
February 24, 2024, in response to the solicitation. The proposals were submitted by PFC and Front
Line Mobile Health. OCP conducted preliminary evaluation of the proposals for responsiveness.
Subsequently, Front Line Mobile Health was deemed non-responsive for not submitting the
subcontracting plan in accordance with Section B.4 and H.9 of the solicitation.
The proposal for PFC was evaluated by the Technical Evaluation Panel (TEP), and a consensus
meeting was held on March 15, 2024. PFC’s technical proposal met the District’s requirements and
exceeded in some areas in regard to capability, experience, technology and capacity. The CO
reviewed the TEP consensus report and ratings, evaluated the offeror’s proposal and determined
that award to PFC is the most advantageous to the District.
(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:
A protest was received from the non-responsive offeror and was dismissed by the Contract Appeals
Board on May 17, 2024.
(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:
2
(1) PFC has adequate financial resources to perform the contract or the ability to obtain those
resources as identified in the Dun and Bradstreet Report. PFC has been providing this contract
since 2009 and has maintained a satisfactory performance level. PFC has maintained a record
of compliance with the law, including labor and civil rights laws and rules and the First
Source Employment Agreement Act of 1984, effective June 29, 1984 (D.C. Law 5-93; D.C.
Official Code § 2-219.01 et seq.)
(2) PFC has the necessary financial resources to perform the required support according to the
Dun and Bradstreet report dated April 22, 2024. PFC has a satisfactory record of performance
on previous District contracts.
(3) PFC has a very good record of performance based on the past performance evaluation
completed by the contract administrator on April 24, 2024, and satisfactory Provider
Certification Review.
(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:
PFC is a certified business enterprise (CBE) under CBE Certification No. LX66295042025 and will
self-perform 96% of the contract’s total dollar volume of the contract. PFC has submitted a
subcontracting plan to sub-contract the remaining 4% with two CBEs.
(H) Performance standards and the expected outcome of the proposed contract:
PFC is expected to deliver comprehensive occupational and ancillary healthcare services for all
covered employees in a managed care environment to meet all the contract 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:
None
(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’s Chief Financial Officer has provided a certification of the availability of funding for
the proposed modification.
(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 Office of the Attorney General and found to be
legally sufficient. PFC 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
3
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 Citywide Clean Hands database certified the PFC as being in compliance with the Office of
Tax and Revenue and Department of Employment Services requirements on June 21, 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:
PFC attests to compliance with federal tax filing requirements by signing the Bidder/Offer
Certification form.
(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.:
PFC Associate, LLC is a CBE.
(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:
PFC is not currently debarred from contracting with District or federal governmental entities based
on searches on the OCP Excluded Parties List dated April 24, 2025, and federal System of Award
Management database search conducted on April 22, 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):
D&F for Price Reasonableness, dated June 21, 2024
D&F for Contractor Responsibility, dated June 21, 2024
D&F for Cost Reimbursement, dated May 23, 2024
D&F for Use of Competitive Sealed Proposal, dated January 17, 2024
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
OCP website, www.ocp.dc.gov
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
4
OCP website, www.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 21, 2024 Notice Number: L0012025186
PFC ASSOCIATES LLC FEIN: **-***8150
920 VARNUM STREET NE Case ID: 9432602
WASHINGTON DC 20017
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 ASSOCIATE CHIEF FINANCIAL OFFICER
PUBLIC SAFETY & JUSTICE CLUSTER
MEMORANDUM
TO: Nancy Hapeman, Acting Chief Procurement Officer
Office of Contracting and Procurement
David Garner, Associate Chief Financial Officer
FROM: Public Safety and Justice Cluster 6/21/24
Office of the Chief Financial Officer
DATE: June 20, 2024
SUBJECT: Certification of Funding for Police and Fire Clinic – Base Year Option
The Office of the Chief Financial Officer (OCFO) certifies available funding in
the Metropolitan Police Department’s (MPD) operating budget to exercise base year option of
the Police and Fire Clinic contract (Contract No. CW116503) in the amount of
$20,130,423.28 from August 22, 2024, through August 21, 2025. In FY 2024 approved
operating budget, funds have been encumbered in PASS under PO695705. The remaining
funding is contingent upon the approval of Fiscal Year 2025 budget.
If you have any questions, please feel free to contact Frehiwot Deresso, Agency Fiscal Officer, at
frehiwot.deresso1@dc.gov.
1100 Fourth Street SW Suite 730E Washington, DC 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 20, 2024
SUBJECT: Approval of Contract for Occupational and Ancillary Healthcare
Management Services
Contractor: PFC Associates, LLC
Contract Number: CW116503
Contract Amount: NTE $20,130,423.28
_________________________
This is to Certify that this Office has reviewed the above-referenced proposed Human Care
Agreement 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
1. Caption Page of Pages
A. AWARD/CONTRACT Occupational & Ancillary Healthcare Services
Page 1 of 74
2. Contract 3. Effective Date 4. Requisition/Purchase Request/Project No.
Number
CW116503 August 22, 2024 DOC699109
5. Issued by: Code 6. Administered by (If other than line 5)
Sulaiman Sediq, Contract Specialist Matthew Miranda, Contract Administrator
Office of Contracting and Procurement Metropolitan Police Department
441 4th Street, N.W., Suite 400 South 300 Indiana Avenue, N.W.
Washington, D.C. 20001 Washington, D.C. 20001
Email: matthew.miranda@dc.gov
8. Name and Address of Contractor (No. street, city, 8. Delivery
county, state, zip code) FOB Origin Other (See Schedule Section F)
Marian Booker , Chief Operating Officer 9. Discount for prompt payment
PFC Associates, LLC
10. Submit invoices  Section
920 Varnum Street NE to the X
Washington DC 20017 Address shown in
Phone: 202-854-7425 (3 copies unless otherwise
specified)
Email: Mbooker@pfcassociates.org
11. Ship to/Mark For 12. Payment will be made by
Same as block 6 Metropolitan Police Department
13. Reserved for future use 14. Accounting and Appropriation Data
ENCUMBRANCE CODES: See PO
15A. Item 15B. Supplies/Services