MURIEL BOWSER
MAYOR
September I 8, 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 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. M0I l to Contract No. CW91987 with Conduent State Healthcare, LLC
("Conduent") to exercise a sole source extension in the not-to-exceed amount of $31,620,000. The
period of performance is from October 1, 2024, through September 30, 2025.
Under the proposed modification, Conduent will continue to provide operations and maintenance
for a federally owned and certifiable Medicaid Management Information System (MMIS). The
contractor will enhance the MMIS by using current information technology to enable the efficient
and responsive operation of the District's Medicaid program, and to provide federally mandated
updates to the District's MMIS and the Medicaid Statistical Information System to maintain
compliance with the Center for Medicare and Medicaid Services requirements.
My administration is available to discuss any questions you may 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,
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
(Sole Source)
(A) Contract Number: CW91987
Proposed Contractor: Conduent State Healthcare LLC. (Conduent)
Contract Amount: Not-To-Exceed (NTE) $31,620,000
Unit and Method of Compensation: Firm Fixed Unit Price with Cost Reimbursable Component
Term of Contract: October 1, 2024 through September 30, 2025
Type of Contract: Firm Fixed Unit Price with Cost Reimbursable Component
Source Selection Method: Sole Source
(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: NTE $31,620,000
(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 contractor shall provide operations and maintenance for the District’s federally owned and
certifiable Medicaid Management Information System (MMIS). The contractor shall continue to
provide the MMIS by using current information technology to enable the efficient and responsive
operation of the District’s Medicaid program, and to provide federally mandated updates to the
District’s MMIS and the Medicaid Statistical Information System to maintain compliance with the
Center for Medicare and Medicaid Services requirements.
1
(D) The date on which a competitive procurement for these goods or services was last conducted,
the date of the resulting award, and a detailed explanation of why a competitive procurement
is not feasible:
On August 20, 2021 a solicitation was issued to the public to procure a new MMIS. On August 28,
2023, Council approved the proposed contract as result of the solicitation. On September 1, 2023
the Contracting Officer fully executed the contract. The design, development and implementation
phase of this newly awarded contract is set to take 24 months to complete. As a result, a sole source
extension of the current contract is requested to ensure continuity and avoid interruption of the fee-
for-service delivery model for the District’s Medicaid enrollees until the new system is live and the
transition of the existing data is transferred from the current to the newly operational MMIS Core
System and Supporting Service solution.
Council approvals for the base year and subsequent option years of the current contract, CW91987:
Base Period Amount: NTE $26,940,539 Council Approval CA24-0291
Option Period One Amount: NTE $26,640,000 Council Approval CA24-0654
Option Period Two Amount: NTE $26,640,000 Council Approval CA25-0345
(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:
The contractor has performed these services to the satisfaction of the District under the existing
contract since 2021.
The proposed contractor has demonstrated through past performance reports that its
organization has the history, organizational and technical experience, including the key
personnel, required to successfully meet the requirements of the proposed contract. Likewise, it
has been determined that the proposed contractor maintains the financial resources, accounting
and operational controls to successfully fulfill the District’s requirement. The proposed
contractor has been determined responsible in accordance with the District’s standards for
responsibility.
2
(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:
The Department of Small and Local Business Development (DSLBD) has provided a waiver to
reduce the subcontracting goal to 20%. The contractor provided a subcontracting plan with a set-
aside of 20% for a total dollar amount of $6,324,000. The contracting officer has determined that
the plan meets the DSLBD requirements.
(H) Performance standards and the expected outcome of the proposed contract:
The expected outcome of this contract is to obtain operations and maintenance required for the
District’s MMIS system to continue to be in compliance with CMS requirements.
The District requires Conduent to continue operating its federally certified MMIS. This system
supports the traditional fee-for-services delivery model for the District’s Medicaid enrollees and is
essential to ensure timely payment to health care providers treating a wide portfolio of medical
needs. The contractor will perform in accordance with the performance standards set forth in the
contract.
(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:
None.
(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 Department of Health Care Finance Agency Fiscal Officer certified that funding in the amount
of $31,620,000 is available to support the contract for MMIS.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The contract has been reviewed by the Office of the Attorney General and found to be legally
sufficient. The contractor has no pending legal claim against the District.
3
(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):
On July 3, 2024, the Citywide Clean Hands database certified that the 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 contractor has self-certified, via the Bidder/Offeror Certification form, that it is current with 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.:
The contractor 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 July 2, 2024, the contractor does not appear on the Office of Inspector General Exclusions
Database, the Federal Excluded Parties List or the District’s list of Debarred and Suspended
Contractors.
(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 a Sole Source Procurement dated August 29, 2024
Determination and Findings for Contractor Responsibility, dated August 6, 2024
Determination and Findings for Price Reasonableness, dated August 6, 2024
4
(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.
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 3, 2024 Notice Number: L0012062648
CONDUENT STATE HEALTHCARE, LLC FEIN: **-***9287
100 CAMPUS DRIVE SUITE 200 EAST Case ID: 10561101
FLORHAM PARK NJ 07932
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
Department of Health Care Finance
xk
ae
Office of the Chief Financial Officer EE
MEMORANDUM
TO: Naney Hapeman
Acting Chief Procurement Officer
Office ofContracting and Procurement
THRU: —_Delicia V. Moore pete aysto
Ooieun
Associate Chief Fingt NOO"® terkaunoe ois se
Human Support Services Cluster
FROM:
AAueney Fiscal Officer DAttIN
Darrin Shaffer ‘i
A Shafferciteassssontrioay ono
Digitally signed by Darrin A Shaffer
Departmentof Health Care Finance
DATE: September 4, 2024
SUBJECT: —MMIS Contract - (Conduent State Healthcare LLC) CW91987
The Office of the Chief Financial Officer hereby certifies that the sum of $31,620,000.00 is included in the
District's Local Budget and Financial Plan for Fiscal Year 2025 to fund the costs associated with the Department
of Health Care Finance’s (DHCF) contract with Conduent State Healthcare LLC for the Medicaid Management
Information Systems (MMIS)for the District of Columbia Medicaid Program. This certification supports the
Conduent State Healthcare LLC contract for the Sole Source Extension during the period from October 1, 2024
through September 30, 2025. This certification replaces the original document provided on 8/14/2024. The
fund allocation is as follows:
Vendor: Conduent State Healtheare LLC Contract Number: CW91987
Fiscal Year 2025: Medicaid Management Information System - MMIS Core - 10/01/2024-09/30/2025
Cost
Agency Fund Center/Office | Program/Service Account Amount
Number
HTO 1010001 70261 100203 7132001 $7,905,000.00
HTO 4025002 70261 100203 7132001 $23,715,000.00
FY 2025 Contract Total $31,620,000.00
Upon approvalofthe District's Local Budget and Financial Plan by the Council and the Mayor and
completionofthe thirty-day Congressional layover, funds will be sufficient to pay for fees and costs
associated with the contract. There is no fiscal impact associated with the contract.
Should you have any questions, please contact me at (202) 442-9079.
441 4% Street, N.W., Suite 960N, Washington, D.C. 20001 (202) 442-5988 FAX (202) 478-1373
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: September 3, 2024
SUBJECT: Approval of Contract Action for Medicaid Management Information System
Contract Number: CW91987
Contractor: Conduent State Healthcare, LLC
Contract Amount: NTE $ 31,620,00.00
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 (202) 724-4018.
______________________________
Robert Schildkraut
400 6th Street NW, Suite 9100, Washington, DC 20001 (202) 727-3400
Docusign Envelope ID: B4AF06CA-79DB-4A08-B02B-9F705C03E74E
1. Contract Number Page of Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT CW91987 1 2
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption
M011 October 1, 2024 MMIS Core
6. Issued by: Code 7. Administered by (If other than line 6)
OFFICE OF CONTRACTING AND PROCUREMENT DEPARTMENT OF HEALTH CARE FINANCE
441 4th Street NW, Suite 330S 441 4th Street, NW, Suite 900S
Washington, DC 20001 Washington, DC 20001
8. Name and Address of Contractor (No. street, city, county, 9A. Amendment of Solicitation No.
state and zip code)
9B. Dated (See Item 11)
Conduent State Healthcare LLC 10A. Modification of Contract/Order No.
100 Campus Drive
Suite 200E X CW91987
Florham Park, NJ 07932-1020
10B. Dated (See Item 13)
Code Facility
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers is extended. is not extended.
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:
(a) By completing Items 8 and 15, and returning __________ copies of the amendment: (b) By acknowledging receipt of this amendment on each copy of the offer
submitted; or (c) BY separate letter or fax which includes a reference to the solicitation and amen