MURIEL BOWSER
MAYOR
July 3, 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 modification no. M0009 to Contract No. CW92192 with Advanced Data Processing,
Inc. (dba ADPI). The proposed modification is adding funds to the option year two of the contract
in the estimated amount of $2,469,706 for the period of October 1, 2023, through September 30,
2024.
Under the proposed modification, Advanced Data Processing, Inc. (dba ADPI) shall continue
providing ambulance billing and data collection services to Fire and Emergency Medical
Services.
My administration is available to discuss any questions you have regarding the proposed contract
modification. 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
(Standard)
(A) Contract Number: CW92192
Proposed Contractor: Advanced Data Processing, Inc. (dba ADPI)
Contract Amount: NTE $2,469,706 Modification M0009
Unit and Method of Compensation: Fixed Monthly and Contingency Fees Based on
Actual Collections
6% Patient Account Management
1.75% Records Management System
Term of Contract: 10/1/2023 – 9/30/2024
(Option year two was exercised at NTE $4,898,000. The proposed
modification adds $2,469,706 to option year two.)
Type of Contract: Requirements contract with firm fixed hourly rates and contingency fees based
on actual collections.
Source Selection Method: 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:
Base Period Amount: $4,494,200 (CA24-0248)
Option Period One Amount: NTE $5,703,200 (CA25-0077)
Explanation of difference from base period (if applicable): Anticipated increase in Medicaid
collections, purchase of hardware/technology and related services.
Option Period Two Amount: NTE $4,898,000 (CA25-0337)
1
Explanation of difference from base period (if applicable): Proposed modification M0009
increases the not-to-exceed amount for option year two by $2,469,706, from $4,898,000 to
$7,367,706 and revises the price structure of each remaining option year. Change reflects
anticipated increase in Medicaid collections and contract no longer purchasing mobile computer
equipment.
Option Period Three Amount: NTE $4,898,000
Explanation of difference from base period (if applicable): Proposed modification M0009
increases the not-to-exceed amount for option year three by $2,038,000 from $4,898,000 to
$6,936,000. The change reflects an anticipated increase in Medicaid collections and purchase of
hardware/technology and related services.
Option Period Four Amount: NTE $4,898,000
Explanation of difference from base period (if applicable): Proposed modification M0009
increases the not-to-exceed amount for option year three by $2,432,000 from $4,898,000 to
$7,330,000. The change reflects an anticipated increase in Medicaid collections and purchase of
hardware/technology and related services.
(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:
ADPI contractual services cover billing of ambulance patients, collection of insurance payments
and other financial accountability services for the Fire and Emergency Medical Services (FEMS).
This work includes verifying patient information and establishing patient accounts, uploading
electronic patient care report data into FEMS’ computer aided dispatch incident record, submitting
insurance claims, mailing patient invoices, and answering patient/third party/insurance inquiries.
The services also include mailing and distributing forms, notices and other documents supporting
ambulance billing, payment collection and customer service, verifying, crediting (posting) and
reconciling patient payments. ADPI will be acting as FEMS’s agent to regulatory and healthcare
finance agencies.
When necessary, ADPI follows-up with patients, hospitals, and insurance companies to obtain
accurate patient and patient insurance information/supporting documentation. The contract will
also allow for the necessary equipment, technology, and related services to be procured during the
option term to meet agency requirements.
(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:
CW92192 is a task order placed against a cooperative agreement with Anne Arundel County, MD.
The contract agreement number is 10160 – Medical Transport Billing and Collection 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
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.
(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:
ADPI is the largest independent provider of medical billing and coding services and technology to
emergency medical services agencies in the United States. A Dun and Bradstreet (D&B) report
dated 4/03/2024, ADPI has been in business since 2002 and has 330 total employees across all its
locations. ADPI generates about $22.57 million dollars in sales annually.
(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 has met or exceeded all minimum performance requirements. It is the District’s
expectation that ADPI will continue the same responsive and high-quality services during the
remainder of the option year and subsequent years of this task order, in accordance with the terms
of the agreement.
(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:
$0
(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.
3
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
This contract was reviewed by the Office of the Attorney General and found to be legally sufficient.
There are 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):
As of April 19, 2024, ADPI is compliant with the Citywide Clean Hands database, indicating that
the company has no outstanding liability with the District of Columbia.
(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:
ADPI has certified that the company is current with paying 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.:
ADPI is not a certified local, small, or disadvantaged 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:
As of May 14, 2024, the contractor does not appear on the Federal or District Excluded Parties List.
The contractor is not currently debarred from providing services to any governmental entity.
(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):
Determination and Findings for Contractor Responsibility
Determination and Findings for Price Reasonableness
Determination and Findings for Use of Cooperative Agreement
4
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
OCP Website: ocp.dc.gov
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
OCP Website: 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: April 19, 2024 Notice Number: L0011818298
ADVANCED DATA PROCESSING, INC. FEIN: **-***5190
5000 TUTTLE CROSSING BLVD Case ID: 4066101
DUBLIN OH 43016-1534
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
6/6/2024
FROM: David Garner, Associate Chief Financial Officer
Public Safety and Justice Cluster
DATE: June 4, 2024
SUBJECT: Certification of Funding Availability for DigiTech (formerly Advanced Data
Processing Incorporated), Contract CW92192 - Option Year Two Additional
Funding
The Office of the Chief Financial Officer (OCFO) certifies available funding in the Fire and
Emergency Medical Services Department’s (FEMS) FY 24 Operating Budget plan in the amount
of $2,469,706, of additional funding needed to support the ambulance billing contractual services
for FY 24. Funds have been committed in PASS under RK279096 in the amount of $2,469,706.
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 21, 2023
SUBJECT: Approval of Contract for Ambulance Billing and Collection Services
Contractor: Advanced Data Processing, Inc. (ADPI)
Contract Number: CW92192
Proposed Contract Not-to-Exceed Amount: $7,367,706.00
This is to Certify that this Office has reviewed the above-referenced Contract 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 79100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922
7. Contract umber Page of Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT_| CW92192 ‘
7 AmendmenUModiicaton Number | 3. Eflecive Dale “4, RequislionPurchase | 5. Saltalion Caption
Request No.
M0009 See box 16C Ambulance Billing & Data Collection
BasedBF Cade 7 Raristred by (other Wan ine 6)
Titany Starks, Contract Specialist
Office ofContracting and Procurement Fire and Emergency Medical Services
441 4” Street, NW, Suite 330 South 2000 14" Street NW 5" Floor
Washington, DC 20001 Washington, DC 20009
tiffany starks@de-gov Andrew Beaton, Contract Admin
202.727.5225
Andrew beaton@dc,zov
'&. Name and Address of Contractor (No. street, city, county, state and zip code) ‘9A. Amendment of Solicitation
‘Contact: Michelle Dethlefsen (Director, Client Relations)
480 Bedford Road, Building 600, 2nd Floor
7 THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
[te above numbered sclctaton is amenced a setfothin tem 14. The hour and date specfed fr reeitofOtters [] is exendea [lisrot xtendad
(fers must acknowedge receipt ofthis amenementpiefothehour an date spectiedin the sobotation or as amended, byone othe flowing methods
{a} By completing tems 8and “8, and returning, copies ofthe amendiat (2) By acknowtedgig recep cis amendment on each copy of th oer
submitter () BYseparate eter or fax whch nds aeererce tothesolitonane
BERECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR 70amencment THe HOUR
number. FAILURE OF YOURACKNOVM EOGMENT-10
AND DATE SPEGIFIED MAY RESULTIN REJECTION
OF YOURmakes
OFFER.celerence
Ifby vite ofthis amendment you dest to change an of already suomi, such ay
islgiam (othe soleiaton and tis amenément, ands recaved port fe opening hou andbedatemadespeed.
by leer fax rovi6ed each late or
‘72. Accounting and Appropriation Data (if Required)
15, THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTORS/ORDERS,
ITMODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14
"This change orders esved pursuant to (Specify Authoriy)
BE The above numbered contracvorder is modified o reflec tha adminiavalive changes (such as changes i paying fice, appropvlalion data
tc, set forth in tem 14, pursuant tothe authority of,
This supplemental agreement is entered info pursuant fo aathony of
X_ | D. Olher (Specify ype of modifcation andauthoriyy
27 DCMR, Chapter 20, Section 2008 Option Exercise
E.IMPORTANT: Contractor []is not XJ is required to sign this document andretu