MURIEL BOWSER
MAYOR
October 2, 2024
Honorable Phil Mendelson
Chairman
Council ofthe District ofColumbia
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 ofthe Procurement Practices Reform Act of2010 (D.C. Official Code§
2-352.02), enclosed for consideration and approval by the Council of the District of Columbia is
proposed Modification No. 5 to Contract No. DCAM-20-CS-RFQ-000 1F with Advanced Air
Mechanical Systems, Inc., to exercise option year four in the not-to-exceed amount of$5,000,000.
The period ofperformance is from November 16, 2024, through November 15, 2025.
Under the proposed modification, Advanced Air Mechanical Systems, Inc. will continue to provide
on-call construction, repair, and replacement services at schools, parks, recreation facilities,
municipal buildings, fire and police stations, short-term family housing units, and other public
locations under its contract with the Department ofGeneral Services ("DGS").
My administration is available to discuss any questions you may have regarding the proposed
contract modification. To facilitate a response to any questions you may have, please contact
Delano Hunter, Director, DGS, or have your staff contact George G. Lewis, Chief of Contracts
and Procurement, DGS, at (202) 727-2800.
I look forward to the Council's favorable consideration ofthis contract modification.
Sincerely,
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
____________________________________________________________________________________
Pursuant to section 202(c-3) of the Procurement Practices Reform Act of 2010, as amended, D.C.
Official Code § 2-352.02(c-3), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(Options)
Proposed Modification No. 5 to Contract No. DCAM-20-CS-RFQ-0001F for On-Call
Construction, Repair and Replacement (“CRR”) Services
Exercise of Option Year 004
(A) Contract Number: DCAM-20-CS-RFQ-0001F
Modification No. 5 to exercise Option Year 004
Proposed Contractor: Advanced Air Mechanical Systems, Inc. (the “Contractor”)
Proposed Contract Amount
(Option Year 004): Guaranteed Minimum: $50
Not-to-Exceed (“NTE”) Amount: $5,000,000
Term of Contract
(Option Year 004): November 16, 2024, through November 15, 2025
Type of Contract: Indefinite Delivery/Indefinite Quantity (“ID/IQ”)
(B) Identifying number of the underlying contract, including the identifiers assigned to the
underlying contract by the Council for the base period and any subsequent option periods:
Contract (Base Year): DCAM-20-CS-RFQ-0001F
Council Approval: CA23-0723, November 12, 2020
Contract Amount: Guaranteed Minimum: $50; Aggregate NTE: $5,000,000
Partial Exercise of Option Year 001: Modification No. 1
Option Year 001 Amount: Guaranteed Minimum: $50; Aggregate NTE: $990,000
Full Exercise of Option Year 001: Modification No. 2
Council Approval: R24-0462, May 3, 2022
Option Year 001 Amount: Guaranteed Minimum: $50; Aggregate NTE: $5,000,000
Exercise of Option Year 002: Modification No. 3
Council Approval: CA24-0698, November 7, 2022
Option Year 002 Amount: Guaranteed Minimum: $50; NTE: $5,000,000
Exercise of Option Year 003: Modification No. 4
Council Approval: CA25-0455, October 21, 2023
Option Year 003 Amount: Guaranteed Minimum: $50; NTE: $5,000,000
Exercise of Option Year 004: Proposed Modification No. 5
Proposed Option Year 004 Amount: Guaranteed Minimum: $50; NTE: $5,000,000
(C) A description of any other contracts the proposed contractor is currently seeking or holds
with the District:
The Contractor is currently involved in below District projects:
• GG-2021-C-0015-002 HVAC Services ODC
• DGS IDIQ for Air Conditioning, Heating, and Ventilating Equipment (HVAC)
Manufacturing Services
(D) A statement 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):
The Citywide Clean Hands database indicates that the Contractor is current with its District taxes.
The relevant certification is attached.
(E) A statement 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 the Chief Financial Officer has certified that the guaranteed minimum value of $50 of
proposed Modification No. 5 is within the appropriated budget authority for the agency 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 applicable Fiscal Sufficiency certification accompanies this Council
Package.
(F) (1) A certification that the proposed contractor has been determined not to be in violation of
section 334a of the Board of Ethics and Government Accountability Establishment and
Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official Code § 1-1163.34a; and
(2) A certification from the proposed contractor that it currently is not and will not be in
violation of section 334a of the Board of Ethics and Government Accountability
Establishment and Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official
Code § 1-1163.34a:
Based upon a certification from the Contractor, the Contractor has been determined not to be in
violation of D.C. Official Code § 1-1163.34a; and will not be in violation of D.C. Official Code §
1-1163.34a.
+ Governmentofthe District ofColumbia
*
*
immuMice ofthe Chief Financial
HEE OfficeofTax and Revenue Officer 1101 4Street, SW
Washington, DC 20024
Date ofNotice: September 20, 2024 Notice Number: 10012641111 =
ADVANCED AIR MECHANICAL SYSTEMS INC FEIN: **-***3488
2316 RHODE ISLAND AVE NE ‘Case ID: 17490913
WASHINGTON DC 20018-2829
‘IFI¢
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
WK —
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 Ath Street SW, Sulte W270, Washin
DC gton,
20024/Phone: (202) 724-S045/MyTax.DCgov
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
Memorandum
To: Delano Hunter
Director, Department of General Services
From: Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services
Reference: On-Call Construction, Repair & Replacement (CRR) Services
Modification No. 5 to Contract No. DCAM-20-CS-RFQ-0001F with Advanced Air
Mechanical Systems, Inc.
Full Exercise of Option Year 004
Date: September 13, 2024
Subject: Fiscal Sufficiency Review
In my capacity as the Agency Fiscal Officer of the Department of General Services (the
“Department”), I hereby certify that Modification No. 5 to Contract No. DCAM-20-CS-RFQ-0001F
for On-Call Construction, Repair & Replacement Services between the Department and Advanced
Air Mechanical Systems, Inc. (the “Contractor”) with a Not-To-Exceed (“NTE”) value of
$5,000,000.00, has a guaranteed minimum value of $50.00, that is consistent with the
Department’s current budget and that adequate funds are available in the budget for the expenditure.
The $50.00 minimum value is hereby certified.
Funds supporting individual task order agreements, above the minimum amount certified of $50.00,
to be issued against the base period (“Base Period”) and four (4) one-year option periods (“Option
Years”) aggregate NTE value of $5,000,000.00, will be reviewed for certification and approval at
the time of issuance of any such task order agreements. Each task order is subject to availability of
appropriated funds. Task orders, ineligible for capital expenditure, will be funded under the
Department of General Services (“DGS”) operating budget, if funding is available.
The Department of General Services (AM0-Implementing AGY/Owner AGY) has $50.00 in the
DC Public Schools (Owner AGY) cumulative capital budget allotment balance.
Fiscal Sufficiency Review
On-Call Construction, Repair & Replacement (“CRR”) Services
Contract Number: DCAM-20-CS-RFQ-0001F
Modification No. 5 – Exercise of Option Year 004
The PASS information is attached/ below:
Project Number/ Fund Imp. Owner RK/PO Amount Comments
Name Subtask AY Detail Agency Agency
100065 04.01(MJMND.95101.MA N/A 3030300 AM0 GA0 RK285594 $50.00
(AM0.GM121C.M JOR
AJOR REPAIRS/MAINTENAN
REPAIRS/MAINT CE.CAP PROJ -
PHYSICAL PLANT
ENANCE - DCPS) (GA0))
Total $50.00
for AHB 9/20/24
_____________________________
Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
___________________________________________________________________________
OFFICE OF THE GENERAL COUNSEL
MEMORANDUM
TO: Tomás Talamante
Director, Office of Policy and Legislative Affairs
FROM: Kristen Walp
Senior Assistant General Counsel
SUBJECT: Legal Sufficiency Certification
Proposed Modification No. 5 to Basic Ordering Agreement for On-Call Construction,
Repair & Replacement Services
Contract Number: DCAM-20-CS-RFQ-0001F
Contractor: Advanced Air Mechanical Systems, Inc.
DATE: September 25, 2024
_____________________________________________________________________________
This is to certify that this Office has reviewed the above-referenced proposed Modification No. 5
and has found it to be legally sufficient, subject to submission of: (i) any required materials and
Council approval; (ii) Council’s approval of the same; and (iii) a Fiscal Certification issued by the
Department of General Services’ Agency Fiscal Officer.
Please feel free to contact me at (202) 727-2800 with any questions.
____________________________
Kristen Walp
Senior Assistant General Counsel
3924 Minnesota Avenue NE, 6th Floor Washington DC 20019 | Telephone (202) 727-2800 | Fax (202) 727-7283
MODIFICATION OF CON: 7. CONTRACT NO Page of Pages
WODIFICATION NUMBER mac DCAM.20-C5-RFO-0001F 1 2
S-EFFECTIVE DATE |. PURCHASE REQUISITION NO- PTION
Modification No. 5 See Block 166 Rioasso4 (On-Call Construction, Repair &
|e SSUEDBY: Replacement (‘CRR") Services
"ADMINISTERED BY (If herthan Tem 6)
Departmentof General Services DepartmentofGeneral Services
Contracting and Procurement Division Capital Construction Division
3924 Minnesota Avenue, NE Sth Floor 3924 Minnesota Avenue, NE Sth Floor
Washington, OC 20019 Washingto
[&: NAME AND ADDRESS OF CONTRACTOR (Number, sreet, Counly, Slate and ZIP Code) | n, SA.
OC 20019
AMENDMENT OF SOLICITATION NUMBER
‘Advanced Air Mechanical Systems, Ine, [S8. DATED (SEE TTEN 71)
2316 Rhode Island Avenue NE
Washington, OC 20018 HOA. MODIFICATION OF CONTRACTIORDER NUMBER
Ath: KutarKang x |DCAM-20-CS-RFO-0001F
Email: keanoaams@amailcom OB. DATED (SEE ITEM 13)
November 16, 2020
“7 THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS:
[-_]Thsabove numberedsofist amended
ationassetforth
s in em 14. Thehouranddate spe Torreceipto
cid fOfers—[_—e odanded|_ [snotextendas.
[Oflers must acknowledge receot of this amendment pir tothe hourand date specified inthe solictation or as amended, by one of te following methods:
a) By completing tems 8 and 15, and retuming copiesofthe amendment; (b)Byacknow ledging eceint ofthis amendment on each copy of
the offer submitted: or ()By separate letterorelectronic communication which includes a reference tothe soictation
JOF YOUR ACKNOWLEDGMENT TO BE
[SPECIFIED MAY RESULT IN REJECTIONRECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERSandPRIOR amendment numbers, FAILURE
TO THE HOUR AND DATE
OF YOUR OFFER. If by virtueof his amendment you desio to change an offer already submitted, such chenge
}may be made by letterorelectronic communication, provided each letteror electronic communication makes reference to the solctation and this
Jemendment, and is received prior to the opening hour and date specified.
[72 Recounting and Appropriation Data ( Required)
15. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS.
IT MODIFIES THE CONTRACTIORDER AS DESCRIBED IN ITEM 14.
‘GRCK]A THIS CHANGE ORDERIS ISSUED PURSUANT TO; (Specify authoriy)NO. THE CHANGES SET FORTH INTTEM 74 ARE MADE IWTHE
SNE_CONTRACT ORDER NUMBER IN ITEM 10A.
IB. THE ABOVE NUMBERED CONTRAGTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such es Changes in paying
loffice, appropriation data, etc.) SET FORTH IN ITEM 14,
|G. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF,
ID. OTHER (Speciy ype of modification and authoniy)
* [Tite 27 DCMR Section 4728 and Contract No. DCAM-20-CS-RFQ.0001F
JEWMPORTANT: Conracor snot, [x [quodto sgn tisdocumortandeum 1 py heRaunoa
g
14. DESCRIPTION OF AMENDMENTIMODIFICATION (Organized UCF section headings, including soltaton/contract subject matter where feasible)
[Bacio Ordering Agreement (DOA) No. DGAM-20-C8-RFG-0001F forbyOn-Call Consirucion, Repalr & Replacement (CRI) Services Is hereby modified as
fotiows:
1 Exercise of Option Year 004: In accordance with Section 1.6 ofthe Contract (Basic Ordering Agreement, or BOA"), the Department hereby exercises
Option Year004 and extends the temof the BOA through November 15, 2025. The ful term of Option Year004isfrom Novernber 16, 2024 through
"November 16, 2025. The continuationof services beyond Septomber 30, 2025 is subject tothe availabiltyofappropriated FY25 budget funding.
2 Minimum Guaranteed & Noto-Exceed ("NTE") Value of Agreement. In accordance with Section Nos. 1.8 & 1.9 of the BOA, the Contractor shall be
entitled to receive @ minimum of $50.00. The Contract has an aggregate NTE amount of $5,000,000.0 0 for Option Year 004 forall services to be
Provided under this BOA. All work will be awarded and released on a competitive basis through individual task order agreements.
3 Terms & Conditions. Except as provided herein, all terms and conditions ofthe document referenced in tem 9A or 10A, as heretofore changed,
remains unchanged and in full force and effect.
4 Release. It is mutually agreed that in exchange for this Change Order and other considerations, the Contractor hereby releases, waives, seties, and
holds the Department harmless from any and all actual or potential claimsordemands delays, disruptions, additional work, additional time, additional
‘ost, contract extensions, compensationsorliablity under any theor