MURIEL BOWSER
MAYOR
July 2, 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
contract no. CW114548 with First Priority Emergency Vehicles. The term of this contract is date
of award through September 30, 2027, at a not-to-exceed amount of $2,685,122.72.
Under this contract, the contractor shall provide fleet ALS Response Vehicle GMC 3500HD Crew
Cab BFC Buggies.
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.
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
(Multiyear)
(A) Contract Number: CW114548
Proposed Contractor: First Priority Emergency Vehicles
Contract Amount: $ 1,341,061.36- (Minimum) Capital funds
$ 2,685,122.72- (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 D.C. Fire and Emergency Medical Services (FEMS) requires the Contractor to provide a
minimum of four up to a maximum of eight ALS Response Vehicle, GMC 3500HD Crew Cab BFC
Buggies 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 ambulances 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 Battalion Fire Chief Buggies,
CW114548, 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 $1,341,061.36 for the purchase of 4 GMC Crew Cab BFC Buggies. Funds have
been committed in PASS under RK248056 in the amount of $1,341,061.36.
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
ROBERGOVERNMENT OF THE DISTRICT OF COLUMBIA TTREQUSTION NUNBER
‘TASK ORDER/DELIVERY ORDER FOR SERVICES RK248056 1of8
OFFEROR TO COMPLETE BLOCK 29
TE DELVERY
ORDERAGREEVENT NO. 3. AWAROTEFFECTIVEDRTE |. CONTRACT HUNGER 5 UICTATION WOWBER 6, SOUCTRTION SUE DATE
H-GACBuy Cooperative
cw114548 See 30C below | Agreement No.AM10-23. | ya, NIA
with First Priority
Emergency Vehicles, ne
FOR
ContacSOUICTRTION FORMATION | BNE 8 THEPHORE (wc OFFER DUEONTE
Ema: angela. BF turner@de.gov
8 Angela Turner (202) 671-2414
7 RED BY TB TASRGUETION TF,DELVERYFORUNLESSFOR [-12- PARENT ORCOUNT TERS
Office of Contracting i and Procurement 1 uveestacreo DESTINATION
Dereon Net 30 days
Transportation and Specialty Equipment Gero mon | Ewa ys
Commodity Group Sua suse Fos REED
2000 14" Street, NW, 6" Floor Bec FE REO SF STATON
Washington, DC 20009 B Cooperate aareement | 65 prrop ore ome
Gree
si:
5 CONTRACTOR7 OFFROR 6 PRVENT WL BE AGE BY
First Priority Emergency Vehicles hups:/vendorportal.de.gov
244 Ridgeway Blvd Bldg. 500
Manchester NJ 08759-5703
TSA DUNS CODE04-6246224 158 TAK ID NO.223582913,
7.DELIVERTO 18. ADMINIS RED BY
Fire and Emergency Medical Services (FEMS) Fire and Emergency Medical Services (FEMS)
1103Half Street, SW 2000 14" Street NW, Suite 5000
Washington, DC 20024 Washington, DC 20009-6211
“TBA. CHECK TF REMITTANCE 15 DIFFERENT AND PUT SUCH ADDRESS IN OFFER "TB, SUBNIT INVOICES TO ADDRESS SHOWN IN BLOCK 16 UNLESS BLOCK
a BELOW IS CHECKED
see apvenouM
w 70 7 7 By Te
ITeMNO. SCHEDULE OF SUPPLIES/SERVICES quarry | unr | unr Rice AMOUNT
1 | ALS Response Vehicle, GMC 3500HD Crew Cab, BFC
Buggie; Product Description: AM2XSB07 4 EA| $1,340,061.36| $2,680,122.72
2 | HGAC Order Processing Charge 5 EA| $ 1000.00 |$ — 5,000.00
TS. ACCOUNTING AND APPROPRIATION DATA EYOTA AWARD (oncom EON,
ENCUMBRANCE CODE: $ 1,341,061.36 (MIN)
$_2,685,122.72 (MAX)
27. CONTRACTOR 15 REQUIRED TOSIGN THIS DOCUNENT AND RETURN ONE COPY TO THE 75. THE FOLLOWING DOCUWENTS 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 ADDITIONAL PAGESSUBJECTTO THE TERNS
[AND CONDITIONS SPECIFIED HEREIN. THIS ORDER Is ISSUED SUBJECT TO THE TERMS AND
(CONDITIONS OF THE CONTRACT IDENTIFIED IN BLOCK 4
A.seas ‘OFPFFEROR CONTRACTOR ‘30K. DISTRICT OF COLUMBIA (SIGNATUREOF CONTRACTING OFFICER)
RANE AND THTLE OF SIGNERcreony BC. ONTE SIGNED “365. RANE OF CONTRACTING OFFICER raeorem WE_DATE
‘igNeD
ve of Coovors ten Sales [6/24 Angela Turner
Page 2 of 8
Delivery Order No. CW114548
1. PRODUCT REQUIRED: The contractor shall provide a minimum quantity of four (4) ALS
Response Vehicle, GMC 3500HD Crew Cab 80” walk around aluminum body, 7
compartments, painted, console, emergency lighting; BFC Buggies, contract product
description (AM2XSBO7) in accordance with the contractor's Contract Pricing Worksheet
dated January 11, 2024. ‘The Contractor shall provide the District, when andif ordered, up to
four (4) additional custom pumpers for a maximum quantity of eight (8).
COOPERATIVE AGREEMENT NUMBE! H-GACBuy Cooperative Agreement No.
AM10-23 with First Priority Emergency Vehicles.
DELIVERY ORDER NO.: CW114548
PERIOD OF PERFORMANCE: Date of award through September 30, 2027.
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 eight (8). The District will order at least the minimum quantity of
four (4).
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.
©) Any order issued during the effective period of this contract and not completed within that
period shall be completed by the Contractor within the time specified in the order. ‘The
contract shall govern the Contractor's and District's rights and obligations with respect to
that order to the same extent as if the order were completed during the contract's effective
period.
PRICE SCHEDULE:
Contract Line |ItemDescription [Fixed Price | Quantity [ Minimum | Quantity | Maximum
Per Unit | Minimum| Total Price | Maximum| Total Price
(Unit price x (Unit price x
minimum Maximum)
quantity) quantity)
0001 ‘ALS Response | $335,015.34
Vehicle, GMS per truck 4 $1,340,061.36 8 $2,680,122.72
3500HD Crew
Cab; 80” walk
around aluminum, | |