MURIEL BOWSER
MAYOR
July 1, 2024
Honorable Phil Mendelson
Chairman
Council ofthe District ofColumbia
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. CWl 15001 with Atlantic Emergency Solutions, Inc., in the not-to-exceed
amount of$ 6,501,023.72. The period of performance is from date of award through September
30, 2027.
Under the proposed contract, Atlantic Emergency Solutions, Inc., shall provide up to two EMS
mobile command units that will be used to provide emergency response services throughout the
District.
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, ChiefOperating Officer, Office ofContracting and Procurement, at (202) 724-
8759.
I look forward to the Council's favorable consideration ofthis contract.
Sincerely,
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: CW115001
Proposed Contractor: Atlantic Emergency Solutions, Inc.
Contract Amount: $3,250,511.86 (Minimum)
$6,501,023.72 (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 Fire and Emergency Medical Services Department (“FEMS”) requires the Contractor to provide
between one and two EMS Mobile Command Units 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 the Houston-
Galveston Area Council (H-GAC) and Atlantic Emergency Services.
(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 2010, Atlantic Emergency Solutions, Inc., has provided fire and rescue emergency vehicles
and associated equipment to various jurisdictions. Their Dun and Bradstreet Report reflects
satisfactory financial resources, and they have successfully provided equipment parts and repair
services to the District in prior years.
(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:
No subcontracting is required for this contract.
(H) Performance standards and the expected outcome of the proposed contract:
The contractor shall provide the mobile 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 has been 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 the 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 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 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 or 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 or 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 Contract
(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:
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: June 12, 2024 Notice Number: L0011953518
ATLANTIC EMERGENCY SOLUTIONS INC FEIN: **-***7193
12351 RANDOLPH RIDGE LN Case ID: 8647202
MANASSAS VA 20109-5213
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 Mobile Command Unit,
CW115001, Atlantic Emergency Solutions
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 $3,250,511.86 for the purchase of 1 EMS Mobile Command Unit. Funds have
been committed in PASS under RK244685 in the amount of $3,250,511.86.
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 18, 2024
SUBJECT: Approval of Contract Award for EMS Mobile Command Units
Contract Number: CW115001
Contractor: Atlantic Emergency Solutions, Inc.
Contract Amount: Min - $3,250,511.86 and Max - $6,501,023.72
This is to Certify that this Office has reviewed the above-referenced Contract and that we have
found it to be legally sufficient contingent on the Contracting Officer receiving a funding
certificate issued within 90 days of award. 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 79100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922
GOVERNMENT OF THE DISTRICT OF COLUMBIA TREQUSTION NUMBER PAGE
‘TASK ORDER/DELIVERY ORDER FOR SERVICES RK244685 1of8
OFFEROR TO COMPLETEBLOCK. %. CONTRACT WONBER 5 SOUCTATION NONER | 6, SOLCTATION SUE DATE
PeDLRORDER AGREEVENT NO. — | 3. AWARDTEFFECTIVE DATE] H-GACBuy Cooperative
CW115001 See 30C below Agreement No. AM10-23 NIA
ee N/A
7 FORSOUCTTRTION THFORIRTION [WARE
Solutions
TTELEPHONE (ocara OFFERDUEDATE
contact: Angela Turner
aangea-turner@dc.Bov (202) 671-2414
7Brat!
UDR FORFOB | 1,PATENTDSCOUNT TERNS
S| 1, DELIVERY
5TSACGUTION
Office of Contracting and Procurement 13 useesrncren DeSTmmTIONUNLESS N
BSS gO Ona let 30 days
‘Transportation and Specialty Equipment
Commodity Group iswtpisaby. bus, | O13. RESERVED
NW,6"Floor
2000 14" Street, oes OFSOLITATION
74 ETHOD
‘Washington, DC 20009 TB Cooperative areement| 59 aerop om oe
6 2sre
sxe:
15, CONTRACTOR
7OFFEROR
Atlantic Emergency Solutions
12351 Randolph Ridge Ln. hitps://vendorportal.de.gov
Manassas VA 20109
TEA_DINS CODE96-ABTDOIS 156 TAKTONO. 27HTA7IOS
17. VERO TERONSTERED 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
“THA.CHECKIF REMITTANCE BSDIFFERENTAND PUTSUCHADDRESSINOFFER 7B.SUBRIT INVOICESTOADDRESSSHOWNINBLOCK 16UNLESS
o ‘BLOCKBE15CHECKED
LOW
seeADDENDUM
9 w 2 2 B 7%
TEM NO. OF SUPPLIES/SERVICES
‘SCHEDULE quarry| unr| UN PRICE ‘AMOUNT
1 | EMS Mobile Command Unit (C-40 Enforcer) 2 | BA| $3,249,511.86| $6,499,023.72
2 |HGAC Order Processing Charge 2 | BA| $ 1,000.00 |$ 2,000.00
5. ACCOUNTING AND APPROPRIATION DATA 36.TOTAL AWARD oxcor seo)
ENCUMBRANCE CODE: $3,250,511.86 (MIN)
$6,501,023.72 (MAX)
"T,CONTRACTOR 15REQUIRED TO SIGNTHISDOCUMENTANDRETURNON E COPYTOTHE "2 THEFOLLOWINGDOCUMENTSARE INCORPORATEDBY REFERENCEINTO
AGREES TOFURNISHAND DELIVERALLIT
ISSUINGOFFICE. CONTRACTOREANDONANY EMS SETFORTHOR “THisDELIVERYORDER INTHEFOLLOWINGPRIORITY: (1)SEESECTION 10.
ADDITIONALPAGES SUBJECTTOTHETERNS.
OTHERWISEIDENTIFIEDABOVHEREIN,THISORDER
‘ANDCONDITIONSSPECIFIED ISISSUEDSUBJECT TOTHETERMSAND
CONDITIONSO F THECONTRACTIDENTIFIED INBLOCK 4. ‘30K, DISTRICTOFCOLUMBIA (SIGNATUREOFCONTRACTING OFFICER)
BA, SIGNATURE OFOFFEROR CONTRACTOR
| RANEANDTITLE OPSIGNER(recPn) BE.DATESGNED “3, NANEOFCONTRACTING
OFFICERivr xr) ‘WE. DATE
SIGNED
Sack Sacksen, Secretary — l06/iyfoe24 Angela Turner
Page 2 of 8
Delivery Order No. CW115001
1. PRODUCT REQUIRED: The contractor shall provide a minimum quantity of one (1) Mobile
Command Unit, Pierce Enforcer custom chassis with custom aluminum length, 2WD, Dual axle,
Diesel; (Product Code: C-40 Enforcer) in accordance with the contractor’s Contract Pricing
Worksheet dated February 16, 2024. The Contractor shall provide the District, when and if
ordered, up to two (2) Mobile Command Units.
2. COOPERATIVE AGREEMENT NUMBER: H-GACBuy Cooperative Agreement No.
AM10-23 with Atlantic Emergency Solutions.
3. DELIVERY ORDER NO.: CW115001
4. 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 two (2). The District will order at least the minimum quantity of one
(1).
b) There is no limit on the number of orders that may be issued. The District may issue orders
requiring delivery to multiple destinations or performance at multiple locations.