MURIEL BOWSER
MAYOR
August 29, 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 Contract No. CW117547 with DigiDoc, Inc., in the not-to-exceed amount of
$10,000,000. The proposed contract’s period of performance is one year from the date of the
award.
Under the proposed contract, DigiDoc, Inc., shall provide temporary support services under the
DC Supply Schedule program.
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
(Standard)
(A) Contract Number: CW117547
Proposed Contractor: DigiDoc, Inc.
Contract Amount: Minimum: $10
Maximum: $10,000,000
Unit and Method of Compensation: Payment will be made upon completion of
work for an individual task/purchase order.
Term of Contract: One Year from the Date of Award
Type of Contract: Indefinite Delivery/Indefinite Quantity
Source Selection Method: DC Supply Schedule
(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: Minimum: $10
Maximum: $10,000,000
Option Period One Amount: Minimum $10
Maximum $10,000,000
Option Period Two Amount: Minimum: $10
Maximum: $10,000,000
Option Period Three Amount: Minimum: $10
Maximum: $10,000,000
Option Period Four Amount: Minimum: $10
Maximum: $10,000,000
(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 purpose of the DC Supply Schedule (DCSS) program is to serve as the primary
contract action for all District agencies to acquire support for their recurring
requirements. The contract is for the provision of services under temporary support
services. The social and economic impact of the program is to allow District certified
business enterprises (CBEs) the opportunity to conduct business with the District of
Columbia, thus creating additional jobs for city residents.
In accordance with paragraph one of the DCSS terms and conditions, the District of
Columbia receives a one percent discount based on the volume of services provided
under the DCSS. This fee is based on the invoice amount and provides revenue to the
District.
(D) The selection process, including the number of offerors, the evaluation criteria, and
the evaluation result, including price, technical or quality, and past performance
components:
DCSS solicitations are open on a continuous basis for the temporary support services
category. The solicitation for temporary support services was issued on July 31, 2017.
DigiDoc, Inc., submitted its application number TSS202411 on April 15, 2024.
DigiDoc, Inc., was selected for an award based on achieving the following requirements
as outlined in the solicitation process:
a. Accepting the DCSS terms and conditions and contract provisions for supply and
service contracts.
b. Identifying and offering prices that are no greater than those of an identified Federal
Supply Schedule that provides services or supplies consistent with the scope of the
DCSS solicitation.
c. Submitting a minimum of three satisfactory customer references demonstrating the
contractor’s ability to satisfactorily provide the services or products as identified in
the scope of the solicitation.
d. Submitting a written certification that all personnel proposed on individual task
orders shall meet the minimum education/experience requirements as stipulated in the
federal contract being used to establish the DCSS contract.
DigiDoc, Inc., submitted its completed online application on April 15, 2024. The
application was reviewed and evaluated by the Office of Contracting and Procurement
2
(OCP). After review and evaluation of the application and its supplementation as required
by the District, the contracting officer (CO) determined that DigiDoc, Inc., had offered an
appropriate multiple award schedule consistent with the scope of the solicitation. OCP
also established that the pricing was reasonable based on DigiDoc, Inc., offering pricing
at or below the respective federal contract pricing.
(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:
There are no bid protests related to the award of the contract.
(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:
Based on the CO’s review of the Dun & Bradstreet Report, dated May 15, 2024, the
CO determined that DigiDoc, Inc., has the necessary organizational experience, technical
skills, accounting and operational controls to provide the requirements of the contract.
(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:
DigiDoc, Inc., is a CBE vendor and therefore, it is not required to have a subcontracting
plan associated with this contract.
(H) Performance standards and the expected outcome of the proposed contract:
The purpose of the DCSS program is to serve as the primary contract action for all
District agencies to acquire support for their recurring requirements. This contract is for
provision of services under temporary support services.
(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:
There are no expenditure against this contract.
3
(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 Fiscal Officer has certified that funds for the minimum quantity of ten
dollars are available for FY2024 and minimum-quantity funds for FY2025 have been
budgeted.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The Office of the Attorney General for the District of Columbia has reviewed and found
the contract to be legal sufficient. DigiDoc, Inc., 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):
The Citywide Clean Hands database report dated July 31, 2024, indicates that DigiDoc,
Inc., 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 contractor has certified that Digidoc, Inc., is in compliance with federal tax
requirements.
(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.:
DigiDoc, Inc., is currently a certified CBE with Certification Number No.
LSDZRE85025022027.
(O) Other aspects of the proposed contract that the Chief Procurement Officer
considers significant:
4
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:
DigiDoc, Inc., is not listed on the Federal or District Excluded Parties List.
(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):
A Determination and Findings for Contractor’s Responsibility was signed by the
Contracting Officer on June 13, 2024.
(R) Where the contract, and any amendments or modifications, if executed, will be
made available online:
On the OCP website, located at www.ocp.dc.gov.
(S) Where the original solicitation, and any amendments or modifications, will be made
available online:
One the OCP website, located at 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: July 31, 2024 Notice Number: L0012125313
DIGIDOC INCORPORATED FEIN: **-***6023
7331 GEORGIA AVE NW Case ID: 12946901
WASHINGTON DC 20012-1719
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 CHIEF FINANCIAL OFFICER
GOVERNMENT OPERATIONS CLUSTER
OFFICE OF FINANCE AND RESOURCE MANAGEMENT
MEMORANDUM
TO: Nancy Hapeman, Interim Chief Procurement Officer
Office of Contracting and Procurement
FROM: for Alemayehu Awas
Agency Fiscal Officer
DATE: August 20, 2024
SUBJECT: Certification of Funding Availability for DCSS Contracts
VENDOR: CW117547 – DigiDoc, Inc
PERIOD: October 1, 2023, thru September 30, 2024
This is to certify that the Office of Contracting and Procurement has $10,000.00 in its FY2024
budget to cover potential costs that may be incurred if a minimum order is not achieved for the
District of Columbia Supply Schedule (DCSS) contracts.
Each DCSS contract has been established as an indefinite delivery/indefinite quantity (IDIQ)
contract, and agencies may place orders against each contract by means of an individual Task
Order (TO) or delivery order (DO). If no orders are placed against a DCSS contract, pursuant to
the DCSS Terms and Conditions, clause 5, the District guarantees the minimum order for each
contract in the amount of $10.00 for the base year and four option years. Any additional orders
placed on the DCSS contracts will be encumbered by the ordering agency prior to issuance.
There are approximately 420 contractors on the DCSS, and it is estimated that $10,000.00 would
be sufficient to cover the possibility of having to pay $10.00, upon request, to multiple
contractors.
441 4th St, N.W. * Suite 890 North * Washington, D.C. 20001
Phone: (202) 727-0333 * Fax: (202) 727-0659
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
GOVERNMENT OPERATIONS CLUSTER
OFFICE OF FINANCE AND RESOURCE MANAGEMENT
MEMORANDUM
TO: Nancy Hapeman, Interim Chief Procurement Officer
Office of Contracting and Procurement
FROM: for Alemayehu Awas
Agency Fiscal Officer
DATE: August 20, 2024
SUBJECT: Certification of Funding Availability for DCSS Contracts
VENDOR: CW117547 – DigiDoc, Inc
PERIOD: October 1, 2024, thru September 30, 2025
This is to certify that the Office of Contracting and Procurement will allocate $10,000.00 in its
FY2025 budget to cover potential costs that may be incurred if a minimum order is not achieved
for the District of Columbia Supply Schedule (DCSS) contracts.
Each DCSS contract has been established as an indefinite delivery/indefinite quantity (IDIQ)
contract, and agencies may place orders against each contract by means of an individual Task
Order (TO) or delivery order (DO). If no orders are placed against a DCSS contract, pursuant to
the DCSS Terms and Conditions, clause 5, the District guarantees the minimum order for each
contract in the amount of $10.00 for the base year and four option years. Any additional orders
placed on the DCSS contracts will be encumbered by the ordering agency prior to issuance.
There are approximately 420 contractors on the DCSS, and it is estimated that $10,000.00 would
be sufficient to cover the possibility of having to pay $10.00, upon request, to multiple
contractors.
Availability of FY 2025 budget is subject to Congressional approval.
441 4th St, N.W. * Suite 890 North * Washington, D.C. 20001
Phone: (202) 727-0333 * Fax: (202) 727-0659
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: July 23, 2024
SUBJECT: Approval of Contract Award over One Million Dollars
Contractor: DigiDoc, Inc.
Contract No.: CW117547
Total Amount: DC Supply Schedule, IDIQ Contract
Minimum: $10
Maximum: $10,000,000
______________________________________________________________________________
This is to Certify that this Office has reviewed the above-referenced Contract and that we have
found it to be legally sufficient, with the condition that the vendor correct an inaccurate address
on its Business License
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 9100, Washington, DC 20001 (202) 727-3400
1. Caption – CBE Market Page 1 of 23
AWARD/CONTRACT CBE Set-Aside
2. Contract Number 3. Effective Date 4. Solicitation/Requisition/Purchase Request/Project No.
CW117547 See Block 20C TSS202411
5. Issued By: Code 6. Administered by (If other than line 5)
Office of Contracting and Procurement Office of Contracting and Procurement
DC Supply Schedule DC Supply Schedule
441- 4th Street NW, Suite 330 - South 441- 4th Street NW, Suite 330 South
Washington, DC 2