MURIEL BOWSER MAYOR September 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 contract CW116651 with Capital Consulting LLC DBA Tharseo LLC. The proposed contract is in the not-to-exceed amount of $10,000,000 for the period of one year from the date of the award. Under the proposed contract, Capital Consulting LLC DBA Tharseo IT shall provide information technology equipment and software. 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: CW116651 Proposed Contractor: Capital Consulting LLC DBA Tharseo IT Contract Amount: Minimum: $10 Maximum: $10,000,000 Unit and Method of Compensation: Payment will be made on the 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 information technology equipment and software. This particular schedule is designed to provide information technology equipment and software. The social and economic impact of the program is to allow District certified business enterprises (CBE’s) 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 results, including price, technical or quality, and past performance components: DCSS solicitations are open on a continuous basis for information technology equipment and software category. The solicitation for information technology equipment and software was issued on July 31, 2017. Capital Consulting LLC DBA Tharseo IT submitted application number ITES202420 on March 21, 2024. Capital Consulting LLC DBA Tharseo IT 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 standard 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. 2 Capital Consulting LLC submitted its online application on March 21, 2024. The application was reviewed and evaluated by the Office of Contracting and Procurement (OCP). After review and evaluation of the application, the contracting officer (CO) determined that Capital Consulting LLC DBA Tharseo IT had offered an appropriate multiple award schedule consistent with the scope of the solicitation. OCP also established that the pricing proposed by Capital Consulting LLC DBA Tharseo IT was reasonable based on Capital Consulting LLC DBA Tharseo IT 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 April 11, 2024, Capital Consulting LLC DBA Tharseo IT 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: Capital Consulting LLC DBA Tharseo IT is a CBE certified 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 vehicle for all District agencies to acquire support for their recurring requirements. This particular schedule is designed to provide information technology equipment and software in support of District agencies. (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 expenditures 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 $10 dollars are available for FY2024 and that 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 Attorney General for the District of Columbia has reviewed and approved the subject contract for legal sufficiency. Capital Consulting LLC DBA Tharseo IT has no pending legal claims against the District. (L) A statement 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 indicates Capital Consulting LLC DBA Tharseo IT is current with its District taxes dated May 8, 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: The contractor has certified that Capital Consulting LLC DBA Tharseo IT 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.: Capital Consulting LLC is currently a certified CBE; certification number no. LSDZRE34566062025. (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: Capital Consulting LLC DBA Tharseo IT is not listed on the Federal or District Excluded Parties List. 4 (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): The CO signed a Determination & Findings for Responsibility on May 24, 2024. (R) Where the contract, and any amendments or modifications, if executed, will be made available online: OCP website located at www.ocp.dc.gov. (S) Where the original solicitation, and any amendments or modifications, will be made available online: OCP website located at www.ocp.dc.gov. 5 ;<87=84ÿ>ÿ458ÿ 47?4ÿ>ÿ@A=B C>>?8ÿ>ÿ458ÿ58>ÿ.? @ÿC>>?87 0010ÿ345ÿ6478849ÿ6 C>>?8ÿ>ÿDEÿFÿG8<8A8ÿ 549ÿÿ113 ÿÿ  !"ÿ##$ÿ#%#& ÿ +,-'%%(#&#)*&( HI0DHJÿC16KJD01;ÿJLJL ./012ÿ334333567 017ÿMHG0C1ÿNHGGOÿHP/ÿ6/ÿ6D/ÿ1Q  8ÿ02ÿ03678910 H6R01;DC1ÿÿÿ111495Q7 ÿ ÿ defghihdjgeÿliÿdmejnÿojnpq H ÿ78_748Fÿÿ458ÿ@8ÿR Fÿ`48=9ÿ458ÿB<8ÿ78>878?8FÿFÿ@A=B ÿC>>?8ÿ>ÿDEÿFÿG8<8A8ÿ7ÿ458ÿ8_74=84ÿ>ÿ/=_@`=84 687ÿ458ÿF48ÿB<89ÿ458ÿF78 45 ÿ874>?48ÿ>ÿ@8ÿR Fÿÿ A8FL D0DJ/ÿ38LÿDHuHD0C19ÿJ0/1601;9ÿI/GM0D69ÿH66/66M/1D69ÿH1ÿ.//6 RHID/Gÿ6ÿ;/1/GHJÿJ0/16/ 6KNRHID/Gÿ00LÿJ/H1ÿRH16ÿN/.CG/ÿG//0P01;ÿHÿJ0/16/ÿCGÿI/GM0D LLÿC/ÿtÿ38469ÿv119w tÿ38469ÿIGCR0N0D0C1ÿH;H016Dÿ066KH1/ÿC.ÿJ0/16/ÿCGÿI/GM0D  U-ZXÿS[ÿ\WTXÿ]T^T" S-TUÿVU$ÿVWWTÿTXÿYT-+TÿX+T"-T Dÿ<@F48ÿ45 ÿ?874>?489ÿ_@8 8ÿ< 4ÿM`DELL?48ÿ>ÿ@8ÿR Fcÿ5`_87@aÿAF87ÿ458ÿ@8ÿR Fÿ8?4L xxyxÿz{|ÿq{}~~{ÿq€ÿq‚{~ÿƒ„y€ÿ †|‚‡ˆ{‰‡€ÿpdÿƒyyƒzŠ‹|‰‡~ŒÿƒyƒŽÿ„ƒzyzŠ‘’g “”pd”ˆ‰• ÿ 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: CW116651 – Capital Consulting LLC 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: CW116651 – Capital Consulting LLC 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 19, 2024 SUBJECT: Approval of Contract Action for Capital Consulting IT Equipment and Software Contract Number: CW116651 Contractor: Capital Consulting, LLC dba Tharseo IT Contract Amount: NTE $10,000,000.00 This is to Certify that this Office has reviewed the above-referenced Contract and that we have found it to be legally sufficient subject to the condition that the automobile insurance, and all other insurance requirements, be procured by the vendor prior to contract award. If you have any questions in this regard, please do not hesitate to call me at (202) 724-4018. ______________________________ Robert Schildkraut 8/22/2024 SECTION 1 SERVICES OR SUPPLIES AND PRICES 1.1 DESCRIPTION The Governmentofthe District of Columbia, Office of Contracting and Procurement (OCP), on behalf of District agencies shall award this contract to provide Information Technology Equipment and Software in support of District agencies. 1.2. CONTRACT TYPE The District’s award of this contract shall establish a District wide, multiple awards, Indefinite Delivery/Indefinite Quantity (IDIQ) type contract. The contract will constitute a District of Columbia Supply Schedule. This contract will allow District agencies to use this vehicle to acquire a wide variety of services or supplies. The work shall be accomplished in the manner and within the scope and time specified in an individual Task Order (TO) for