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. CW119474 with CORE DC, LLC in the not-to-exceed amount of
$2,636,018.70. The period of performance is from October 1, 2024, through September 30, 2025.
Under the proposed contract, CORE DC, LLC. shall 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:                   CW119474
    Proposed Contractor:                  CORE DC, LLC
    Proposed Contractor’s Principals:     Jack Brown, Owner
    Contract Amount:                      Not-to-exceed (NTE) $2,636,018.70
    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
    Type of Contract:                     Human Care Agreement (HCA) under which task orders
                                          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:        $ 2,636,018.70
    Option Period 1 Amount: $ 3,333,427.76
    Explanation of difference from base period (if applicable): Option year one increases 21% over
    the base year.
    Option Period 2 Amount: $ 3,499,849.15
                                                1
    Explanation of difference from base period (if applicable): Option year two increases 25% over
    the base year.
    Option Period 3 Amount: $ 3,570,924.38
    Explanation of difference from base period (if applicable): Option year three increases 26%
    over the base year.
    Option Period 4 Amount: $ 3,749,040.28
    Explanation of difference from base period (if applicable): Option year four increases 30% 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 $438,503.12 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
(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:
                                                 2
    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 84% or $2,210,055.71 of the contract, and 16% or
    $410,010 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
                                                    3
    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 for $438,503.12 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 11, 2024
                                                        5
   -     Determination and Findings for Authorizing the Use of a Letter Contract; dated September 26,
         2024.
   -     Determination and Findings for Contractor's Responsibility; dated October 11, 2024.
   -     Determination and Findings for Cost-Reimbursement; dated, October 11, 2024.
   -     Determination and Findings for Price Reasonableness; dated, October 11, 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 ofContracting and Procurement
THRU:            Delicia V. Moore                          Digita� signed by Delicia V
                       .     .    .
                 Associate ChiefFm�tttfi\f\1<;4\'toore     Moore
                 Human Support Services Cluster            Oate:2024.09.os B:2412 04W
FROM:            Hayden Bernard P.�'l.drr��4-                         If8�
                 Agency Fiscal Officer
                 Department of Human Services
DATE             September 4, 2024
SUBJECT:         Certification of Funding Availability for CORE DC Horizon- Contract# CW119474
The Office of the ChiefFinancial Officer hereby certifies that the sum of$2,636,018.70 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, Horizon - for Short Tenn 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 #: CW119474
Fiscal Year 2025 Fundine: 10/0 l/2024-9/30/2025
                      DIFS                  DIFS
             DIFS                 DIFS
 Agency               Cost                 Account Project               Award           Subtask            Amount
             Fund              Program
                     Center
   JAO     1010001 70348         700179 7141002 202218                   1000817          10.04           $2,636,018.70
                                  FY 2025 Contract Total:                                                 $2,636,018.70
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 Agreement Award over One Million Dollars
            Vendor: CORE DC, LLC
            HCA No.: CW119474
            Total Amount: Not-to-exceed (NTE) $2,636,018.70
______________________________________________________________________________
This is to Certify that this Office has reviewed the above-referenced Human Care Agree