MURIEL BOWSER
MAYOR
October 28, 2024
The Honorable Phil Mendelson
Chairman, Council of the District of Columbia
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 definitive Contract No. DCRL-2024-D-0073 with All Pro All Services (“APAS”) in the
not to exceed amount of $1,619,000. The period of performance is from August 7, 2024, through
August 6, 2025.
Under the proposed contract, APAS will continue to provide all supervision, personnel, licenses,
insurance, equipment, fuel, and operating supplies required to perform transportation services for
approximately 40-75 Child and Family Services Agency (“CFSA”) clients.
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 Ebony Terrell, Chief Contracting Officer, CFSA, at (202) 724-5300.
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, tipping, retroactive without changes, and multiyear)
(A) Contract Number: DCRL-2024-C-0073
Proposed Contractor: All Pro All Services (APAS)
Contract Amount: Not-to-exceed $1,619,000.00 (Base Period)
Unit and Method of Compensation: The contractor will be compensated based on the fixed unit
rates per trip as set forth in Section B.4, Price Schedule.
Term of Contract: August 7, 2024 through August 6, 2025
Type of Contract: Fixed Unit Price
Source Selection Method: Invitation for Bid (IFB)
(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 of Performance: August 7, 2024 through August 6, 2025
Base Period Amount: Not-to-exceed $1,619,000.00.
Council Approval Date: To Be Determined
(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 Child and Family Services Agency is seeking the proposed contractor, APAS, to provide all the
necessary labor, personnel, equipment, materials, facility(s) and any other items necessary for
School Transportation Services for clients of CFSA.
(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:
1
School Transportation Services FY24-25 (IFB) Number DCRL-2024-B-0073, was issued in the
open market via the Office of Contracting and Procurement’s (OCP) e-sourcing system on June 28,
2024. The closing date and time for proposals was set for July 5, 2024, at 2:00 PM E.D.T. Two
previous pre-bid conferences were held and thereby it was determined that a limited number of
questions would be responded to given the necessity to get this project bid prior to the start of the
school year of August 12, 2024.
On July 2, 2024 the Agency Chief Contracting Officer (ACCO) extended the closing date to July
10, 2024 at 2:00 PM E.D.T by way of Amendment A001, which was posted to the e-sourcing
system. Amendment A002 dated July 5, 2024 was issued by the ACCO to give guidance on
question submittal and response deadlines and provided potential bidders a copy of the pre-bid
conference meeting via the e-sourcing system. Amendment A003 dated July 8, 2024 was issued to
respond to questions.
The solicitation closed on July 12, 2024 with five (5) bids received. The procedures set forth in 27
DCMR §1540 and 1541 were followed to determine bidder’s responsiveness to the solicitation and
were responsible for the work to be performed. Upon evaluation of all bids, it was determined that
three of the five bids were non-responsive to the solicitation and were notified that their bids were
rejected. The remaining bids were determined to be responsive; however, their responsibility was in
question as CFSA had never conducted business with the firms.
Site visits were arranged with the two remaining bidders and information pertinent to the
solicitation was requested for review. Both bidders submitted the data in a timely manner and the
sites were conducted consecutively on July 19, 2024. The lowest bidder was determined
nonresponsible due to the following:
1) The company’s fleet was inadequate and/or in disrepair.
2) Vendor did not possess the experience required to handle the requirements of the contract.
3) There was not a viable communication system for constant contact with CFSA employees who
are tasked with ensuring security and well-being of youth in their care.
4) No visible security measures observed for the company’s vehicular fleet.
The remaining bidder’s site visit determined they were capable of performing the contract as
written. However, the unit prices were considered higher than that researched in the marketplace
and the ACCO issued a D&F to cancel and negotiate with the only responsive and responsible
bidder, APAS, on July 24, 2024. APAS submitted a revised price schedule and it was accepted and
a letter contract was issued on August 7, 2024. This contract action is to have the letter contract
definitized.
(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.
2
(F) A description of any other contracts the proposed contractor is currently seeking or holds
with the District:
Contract No. Contract Title Description Details
On-site fleet vehicle waterless exterior
washing, interior cleaning, and COVID-
Superintendent of 19 cleaning and sanitation services, plus
BPA WS469162-
Education (OSSE), Cleaning of Vehicles specialty hazardous cleaning services for
___
Division of Student up to 656 school buses. These services
Transportation (DOT) shall be provided on a scheduled “as
needed”
Provide Part-Time Motor
(DFHV) District of Vehicle Operators with
DFHV - Provide CDL Drivers to transport
Columbia Government, Commercial Driver's Licenses
DOC637596/ students safely to and from the assigned
Department for Hire (CDL) to transport students to
CW98194 schools during the school year.
Vehicles (CDL Driver) and from schools in Wards 7 and
8 of the District of Columbia
(OSSE) District of
Provide Vehicle Operators and Vehicle
Columbia Government,
Provide alternative transportation attendants to transport eligible District of
OSSE - Office of State
services to eligible students with Columbia students to and from home
CW110210 Superintendent of
disabilities and their education programs and/or
Education - Alternative
school, as specified.
Student Transportation
District of Columbia
Government Office oof
Provide Production Staffing Services to
Cable Television, Film,
supplement OCTFME's production
OCTFME - Media and Provide Temporary Staffing
needs for projects and productions in
CW100196 Entertainment support on an as-needed basis
association with the DC Government 3
(OCTFME) Production
Public Channels
Staffing Services
CW100196
(Culinary Instructor)
DPR - DOC District of Columbia Provide 1 Culinary instructor to instruct
Culinary Summer Camp
603763/ Government, children ages 8-12 in a Culinary Summer
Instructor
PO661834 Department of Parks and Camp at Kenilworth Recreation Center
Recreation
Provide Temporary staffing support to
supplement government staffing. Staffing
(DHS - TSS) District of
Support varies and (i.e. Administrative,
DHS - CW88809 Columbia Government, SME III - Staffing Support
Data Analyst, Technical Writing, Subject
Department of Health
Matter Experts in various health fields,
Grants Management etc.)
(G) 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:
1. APAS is a private for-profit organization located in Washington, DC with its fleet
maintained in District Heights, Maryland. The company was incorporated in 2011. The
information submitted during the responsibility determination shows the availability of staff,
3
facilities and necessary licenses to provide the services required and therefore have been
deemed qualified, responsive and responsible.
2. APAS has been a transportation provider since 2022 for both children and adults.
3. APAS has the experience required and the ability to deliver daily transportation needs of
CFSA foster clients as required by various agencies within the District government. APAS
currently provides transportation services to other agencies within the District government,
including the Office of the State Superintendent of Education (OSSE) and the Department
of For-Hire Vehicles (DFHV).
4. APAS has configured a team of drivers and aides to facilitate the transportation needs of
CFSA’s clients to and from school throughout the performance of this contract.
5. APAS has a satisfactory record of performance based upon the reference inquiries from their
responsibility determination conducted by our office from OSSE and DFHV.
(H) 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:
APAS is a Certified Business Enterprise (CBE) certified by the Department of Small and Local
Business Development (DSLBD) and will perform 100% of the contract work with its own
workforce.
(I) Performance standards and the expected outcome of the proposed contract:
The performance standards for the contract are set forth in the contract. The Contractor is expected
to provide all supervision, personnel, licenses, insurance, equipment, fuel, and operating supplies
required to perform the transportation services for approximately 40 - 60 CFSA clients daily,
however the number could increase to as high as 75. The transportation services may be a hybrid
model of one-to-one and pool transportation services. To ensure youth are transported to school on
time, the transportation provider shall mainly utilize a one-to-one method for transportation.
However, for multiple youth being transported from and to the same location (example: siblings in
the same household), a pool method may be utilized. The Contractor shall comply with all required
Federal, State, District or Municipal regulations that are required to perform transportation services
during the term of the contract. The Contractor shall possess, for those vehicles operating outside of
Washington DC; Baltimore City, and Baltimore, Charles, and Montgomery and Prince George’s
Counties in Maryland and Arlington and Fairfax Counties in Virginia, an authority to operate as a
carrier of passengers by motor vehicles in Intra-State Commerce by the Public Services
Commission (PSC) of Maryland. The Contractor shall provide at contract initiation and maintain
throughout the term of this Contract a PSC Certificate, which attests to its authority to engage in the
business of transportation of children, ages three (3) through twenty-one (21).
4
The Contractor is expected to comply with all federal and District laws, regulations and standards
governing child welfare, including those established by the Agency and under the Adoptions and
Safe Families Act. The Contractor is also expected to comply with all Health Insurance Portability
and Accountability Act of l996 (HIPAA) requirements.
(J) 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:
The Letter Contract not-to-exceed amount is $518,080.00 for the period of performance from
August 7, 2024 through December 5, 2024.
(K) 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 Chief Fiscal Officer certified on August 28, 2024, that the agency has in its approved
budget for Fiscal Year 2024, sufficient funds to meet the obligations of the proposed contract.
(L) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The District of Columbia, Office of the Attorney General (OAG) has certified that the proposed
contract is legally sufficient. The contractor has no pending legal claims against the District.
(M) 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 dated August 16, 2024, indicates that APAS is current with its District
taxes.
(N) 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, APAS, has certified that it is current with its federal taxes in accordance with the
signed Bidder/Offeror Certification dated July 9, 2024.
(O) (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
5
Establishment and Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official
Code § 1-1163.34a:
Pursuant to APAS’ Self-Certification form they are compliant with the laws of this section.
(P) 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.:
APAS is a CBE certified by the DSLBD. Their certification number is LSDZRE93963112025 and
it does not expire until November 2, 2025.
(Q) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None.
(R) A statement