MURIEL BOWSER
MAYOR
November 12, 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. CW119504 with CORE DC, LLC in the not-to-exceed amount
of $2,460,936.20. The period of performance is from October 1, 2024, through September 30,
2025.
Under the proposed contract, CORE DC, LLC will provide the comprehensive services necessary
to operate a short-term family housing site as a home-like environment for families experiencing
homelessness within the District.
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
(Letter Contract)
(A) Contract Number: CW119504
Proposed Contractor: CORE DC, LLC
Proposed Contractor’s Principals: Jack Brown, Owner
Contract Amount: $2,460,936.20 Not-to-exceed (NTE)
Unit and Method of Compensation: The contract will be paid a firm fixed price based on
monthly services rendered and a cost-reimbursable
compensation based upon the amount of allowable costs for
damaged or deteriorated furniture expenses
Term of Contract: October 1, 2024, through September 30, 2025
Base Period
Type of Contract: Human Care Agreement (HCA) under which task orders
(contracts) are to be issued for District requirements.
Source Selection Method: Request for Qualifications (RFQ)
(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: $2,460,936.20
Option Period 1 Amount: $2,583,733.01
Explanation of difference from base period (if applicable): Option year one increases 5% over
the base year.
1
Option Period 2 Amount: $2,712,669.66
Explanation of difference from base period (if applicable): Option year two increases 11% over
the base year.
Option Period 3 Amount: $2,848,053.14
Explanation of difference from base period (if applicable): Option year three increases 14%
over the base year.
Option Period 4 Amount: $2,990,205.80
Explanation of difference from base period (if applicable): Option year four increases 18% over
the base year.
(C) The date on which the letter contract or emergency contract was executed:
The Letter Contract was executed on October 1, 2024.
(D) The number of times the letter contract or emergency contract has been extended:
None.
(E) The value of the goods and services provided to date under the letter contract or emergency
contract, including under each extension of the letter contract or emergency contract:
The total value of goods and services provided is $409,322.70 NTE
(F) A description of any other contracts the proposed contractor is currently seeking or holds
with the District.:
• CW100360-Permanent Supportive Housing – July 1, 2024, through June 30, 2024-
$1,035,569.10
• CW101229-Family Rehousing Stabilization Program – October 1, 2024, through September
30, 2025-$1,660,269.48
• CW119474-Short Term Family Housing –The Horizon -October 1, 2024, through
September 30, 2025-$2,636,018.70
• CW119504-Short Term Family Housing – The Terrell -October 1, 2024, through September
30, 2025-$2,460,936.20
• CW78594-Short Term Family Housing – The Aya -January 1, 2024, through December 31,
2024-$3,684,287.64
• DCSC-22-RFP-4 -CSSD Mentoring/ Life Skills Services – The Superior Court of the
District of Columbia’s Family Court Social Services Division -December 29, 2023, through
December 31, 2024-$300,000.00
2
(G) 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 this Human Care Agreement is to provide comprehensive services necessary to
operate a Short-Term Family Housing (STFH) site as a home-like environment for families
experiencing homelessness within the District.
(H) The selection process, including the number of offerors, the evaluation criteria, and the
evaluation results, including price, technical or quality, and past performance components:
An electronic Request for Qualifications (RFQ), Doc690502, was issued in the open market utilizing
the Office of Contracting and Procurement’s (OCP) Procurement Automated Support System (PASS)
on March 8, 2024, and officially closed on April 17, 2024. The District received nine submissions, in
response to Doc690502. Seven out of the nine submissions were deemed qualified to provide
comprehensive services for the STFH. The seven providers that were deemed qualified to perform
comprehensive services for the STFH were notified on July 5, 2024.
The responses were evaluated according to the Qualification criteria set forth in Attachment D of
the RFQ’s “INSTRUCTIONS, CRITERIA, CONDITIONS AND NOTICES TO PROVIDERS”.
Providers met the criteria and were deemed Qualified. A Human Care Agreement will be awarded
contingent upon Council approval.
(I) 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:
No bid protests have been filed based on the award of the Human Care Agreement.
(J) 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:
CORE DC, LLC has the financial stability and can adequately obtain the resources required for the
support services of this contract. This evidence is provided from the contractor’s financial history as
reported by the Dun and Bradstreet Business Report; completed on October 8, 2024.
(K) 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:
CORE DC, LLC submitted a subcontracting plan that meets the minimum requirement of the
District. CORE DC, LLC will self-perform 90% or 2,210,342.58 of the contract, and 11% or
3
$254,960 of the dollar volume of the contract will be subcontracted to certified business enterprises
(CBEs) that have been certified by the District of Columbia Department of Small and Local
Business Development (DSLBD). The Contracting Officer certifies that the proposed
subcontracting plan meets the requirements.
(L) Performance standards and the expected outcome of the proposed contract:
The District expects the Contractor to provide comprehensive services necessary to operate as
home-like environments for families experiencing homelessness located within the District.
In Section D of the Human Care Agreement, the District outlined the required deliverables that the
Contractor is responsible for providing. The goal of this program is to empower every District
resident to reach their full potential by providing meaningful connections to work opportunities,
economic assistance, and supportive services.
(M) 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 in the amount of $409,322.70; was executed on October 1, 2024.
(N) 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:
Per the Funding Certification, the agency’s Associate Chief Financial Officer certified that funds in
the required amount are available to fund the services.
(O) A certification that the proposed contractor has been determined not to violate 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:
A. CORE DC, LLC certifies that they are compliant with the campaign finance Board of Ethics
and Government Accountability Establishment and Comprehensive Ethics Reform Amendment
Act of 2011, D.C. Official Code § 1-1163.34a
B. CORE DC, LLC certifies that they will comply 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
(P) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The proposed definitized HCA with CORE DC, LLC has been reviewed for legal sufficiency by the
Office of the Attorney General and has been determined to be legally sufficient.
4
The proposed provider does not have any currently pending legal claims against the District.
(Q) 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 indicates the contractor is current with its District taxes, as of
October 7, 2024.
(R) 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:
Based on information contained in the Bidder Offeror certification form, CORE DC, LLC has
certified that it is current with its federal taxes and does not have any outstanding debt to the federal
government.
(S) 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.:
CORE DC, LLC is a certified local, small, or disadvantaged business enterprise.
(T) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None.
(U) 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:
CORE DC, LLC is not debarred or suspended from Federal or District procurements, based on
searches of the District Office of Contracting and Procurement (OCP) excluded parties list, Office
of Inspector General (OIG) exclusion database, System for Award Management (SAM) database
conducted on October 7, 2024.
(V) 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):
- Determination and Findings for Human Care Agreement; dated October 14, 2024.
5
- Determination and Findings for Authorizing the Use of a Letter Contract; dated September 30,
2024.
- Determination and Findings for Contractor's Responsibility; dated October 14, 2024.
- Determination and Findings for Cost-Reimbursement; dated October 14, 2024.
- Determination and Findings for Price Reasonableness; dated October 14, 2024.
(W) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The contract is available on the Office of Contracting and Procurement website, www.ocp.dc.gov.
(X) Where the original solicitation, and any amendments or modifications, will be made available
online:
The solicitation and its amendments are available on the Office of Contracting and Procurement
website, www.ocp.dc.gov.
6
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: October 7, 2024 Notice Number: L0012771719
CORE DC LLC FEIN: **-***5238
1020 BLADENSBURG RD NE Case ID: 18217720
WASHINGTON DC 20002-2923
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 HUMAN SERVICES
***
Office of the Agency Fiscal Officer
MEMORANDUM
TO: Nancy Hapeman
Contracting Officer
Office of Contracting and Procurement
Delicia V. Moore Delicia V.
Digitally signed by
THRU: Delicia V. Moore
Associate Chief FinfJf5t.-Officer Date: 2024.09.05
Human Support Services �fu�ter 13:30:07 -04'00'
FROM: Hayden Bernard D.�-tdrr��� r/.8�
Agency Fiscal Officer
Department of Human Services
DATE September 4, 2024
SUBJECT: Certification of Funding Availability for CORE DC Terrell - Contract # CW119504
The Office of the Chief Financial Officer hereby certifies that the sum of$2,460,936.20 is included in the District's
Local Budget and Financial Plan for Fiscal Year 2025 to fund the costs associated with the Department of Human
Services Contract with CORE DC, Terrell - for Short Term Family Housing Services. This certification supports the
CORE DC contract during the period from 10/01/24 - 09/30/25. The fund allocation is as follows:
Vendor: CORE DC Contract#: CW119504
Fiscal Year 2025 Fundin2: 10/01/2024-9/30/2025
DIFS DIFS
DIFS DIFS
Agency Cost Account Project Award Subtask Amount
Fund Program
Center
JA0 1010001 70348 700179 7141002 202218 1000817 10.04 $2,460,936.20
FY 2025 Contract Total: $2,460,936.20
Upon approval of the District's Local Budget and Financial Plan by the Council and the Mayor and completion of
the 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) 671-4240.
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
BRIAN L. SCHWALB
Commercial Division
MEMORANDUM
TO: Sarina Loy
Deputy Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: November 1, 2024
SUBJECT: Approval of Human Care Agrement Award over One Million Dollars
Vendor: CORE DC, LLC
HCA No.: CW119504
Total Amount: Not-to-exceed (NTE) $2,460,936.20
_____________________________________________________________________