MURIEL BOWSER
MAYOR
November 14, 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 (D.C. Official Code§ 2-352.02),
enclosed for consideration and approval by the Council of the District of Columbia is proposed
Contract No. CWl 17814 with Carahsoft Technology Corporation. in the not-to-exceed amount of
$1,600,000. The contract's period of performance I sone year from the date of the award.
Under the proposed contract, Carahsoft Technology Corporation shall provide the Office of the
Chief Technology Officer ("OCTO") with Amazon Web Service Cloud Solutions for contact
center solutions.
My administration is available to discuss any questions you 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.
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: CW117814
Proposed Contractor: Carahsoft Technology Corporation
Proposed Contractor’s Principals: Daniel Lockbaum
Contract Amount (Base Period): Not-to-Exceed (“NTE”) $1,600,000
Unit and Method of Compensation: The Contractor’s invoices will be paid through the
issuance of purchase/delivery orders.
Term of Contract: One Year From Date Of Award (base)
Type of Contract: Indefinite Delivery/Indefinite Quantity
Source Selection Method: Cooperative Agreement
(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 $1,600,000
Option Period 1 Amount: NTE $1,600,000
Explanation of difference from base period (if applicable):
N/A
(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:
1
The Office of Contracting and Procurement (OCP), on behalf of Office of the Chief Technology
Officer (OCTO), seeks a contractor to provide Amazon Web Service (AWS) Cloud Solutions from
an authorized AWS distributor partner.
(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:
The District’s procurement regulations allow acquisition by the use of cooperative agreements
when a cooperative agreement meets the District’s minimum requirements and offers pricing that is
most advantageous to the District.
In accordance with 27 DCMR § 2100, the District shall satisfy requirements by utilizing
cooperative agreements when no preceding sources are fitting. The National Association of State
Procurement Officials (NASPO), Carahsoft agreement, AR-2472, satisfies the District’s minimum
requirements and offers the District a lower price than a new contract or procurement vehicle would
offer.
This proposed contract leveraging the NASPO agreement was competitively solicited and pricing
was determined fair and reasonable at the time of award.
(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:
There were no protests associated with this procurement.
(F) A description of any other contracts the proposed contractor is currently seeking or holds
with the District:
The contractor currently holds CW118397, CW98237, CW114812, CW115541, CW110757,
CW110755, CW111548, CW100261, CW99488, CW105416, CW86571, CW102181, CW121060,
and CW8657 with the District.
(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:
Carahsoft Technology Corporation has a satisfactory record of integrity and business ethics. Based
upon DC Excluded Parties List dated April 26, 2024, and the Federal government’s System of
Award Management report dated June 06, 2024, the contractor is not excluded from doing business
with the District or Federal governments. Carahsoft Technology Corporation also has the ability to
comply with the required or proposed delivery or performance schedule, taking into consideration
all existing commercial and governmental business commitments. According to the District’s e-Val
system which records the performance of District contract awardees, Carahsoft Technology
2
Corporation has received a satisfactory performance rating from multiple District agencies for
similar services.
(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:
Subcontracting is not required for this contract.
(I) Performance standards and the expected outcome of the proposed contract:
Carahsoft Technology Corporation’s performance will be regularly and routinely monitored by the
Office of the Chief Technology Officer. OCTO incorporated AWS using Amazon Organizations. Amazon
Organizations allows OCTO to centrally manage Agency child AWS accounts, simplify integration with
enterprise usage and billing applications, manage and monitor security control and maintain governance across
the entire all District AWS accounts.
(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:
No funds have been expended by the District for the base year.
(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 Office of the Attorney General has certified that the contract is legally sufficient. A
certification of funding is attached to comply with D.C. Official Code §§ 47-392.01 and 47-392.02.
(L) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The Office of the Attorney General has certified that the 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):
Carahsoft Technology Corporation is current with its District taxes according to the Citywide Clean
Hands certification dated October 21, 2024.
3
(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:
Carahsoft Technology Corporation has certified that it is current with its federal taxes.
(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
Establishment and Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official
Code § 1-1163.34a:
According to the Bidder Offer Form submitted on June 6, 2024, the proposed contractor 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-
1163.34
(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.:
Carahsoft Technology Corporation is not a District certified business enterprise.
(Q) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None
(R) 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:
Carahsoft Technology Corporation is not listed on the District’s excluded parties or federal
excluded parties list reviewed on June 11, 2024.
(S) 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 (D&F) for Contractor Responsibility dated June 06, 2024, D&F for
Price Reasonableness dated June 06, 2024, and Cooperative Agreement authorization memo dated
April 3,2019.
4
(T) Where the contract, and any amendments or modifications, if executed, will be made
available online:
ocp.dc.gov
(U) Where the original solicitation, and any amendments or modifications, will be made available
online:
ocp.dc.gov
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: October 21, 2024 Notice Number: L0012794136
CARAHSOFT TECHNOLOGY CORPORATION FEIN: **-***9693
11493 SUNSET HILLS RD STE 100 Case ID: 18291144
RESTON VA 20190-5509
CERTIFICATE OF CLEAN HANDS
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
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
Office of the Chief Financial Officer
Government Operations Cluster
MEMORANDUM
TO: Derrick White
Contracting Officer
Office of Contracting and Procurement
FROM: Phil Peng 8/30/24
Agency Fiscal Officer
Office of the Chief Technology Officer
DATE: August 30, 2024
SUBJECT: Amazon Web Service (AWS) Cloud Solutions
Contract Number: CW117814
Period of Performance: 10/1/24 - 9/30/25
Contract Ceiling: Not to Exceed $1,600,000
By this memorandum, the Office of the Chief Financial Officer (OCFO) certifies that the Office of the
Chief Technology Officer (OCTO) has the contract minimum of $1,000.00 available in the proposed
FY25 budget to fund the AWS contract upon award. Any additional task and delivery to orders above the
minimum contract must be encumbered prior to issuance, up to the ceiling amount.
If you have any questions concerning this fund certification, please contact Phil Peng, Agency Fiscal
Officer (AFO) at 202-727-8472
Cc: Angelique Rice, ACFO, GOC
Michael Bolden, Director of Financial Operations, GOC
Stephen Miller, Interim CTO, OCTO
Carol Washington, Chief Administrative Officer, OCTO
Tehsin Faruk, Chief Operating Officer, OCTO
Abdi Yusuf, Budget Director, OCTO
Mekete Seleshi, Financial Manager, OCTO
200 I Street Washington, SE, 5th Floor, Washington DC 20003
(202) 727-2277 I Fax: (202) 727-1216
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: October 25, 2024
SUBJECT: Approval of Contract for Amazon Web Services (AWS) Cloud Solutions
Contract Number: CW117814
Contractor: Carahsoft Technology Corporation
Proposed Contract Amount: Min. $1,000, Max. $1,600,000.00
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
GOVERNMENT OF THE DISTRICT OF COLUMBIA TREQUSTTON NUMBER] PAGE
‘TASK ORDER/DELIVERY ORDER FOR SERVICES,
OFFERORTO COMPLETE BLOCKS18 & 29 1of
13
T TASRORDER AGREEMENT
NO AWARDTETFECHTVE NTE [CONTRACT ROMBER—] 5 SOUICHTATION NOMER| & SOUICITATION SSUEDATE
CWLI7814 See section 30 C Doc712158 April 4, 2024
TORSO TON TFORSINTION—] & XA TW HELERIONE poo TOFFERDOE DATE
CONTACT ma:
keyanaalexander@dc.gov | Keyana Alexander 202-306-9101 April 11,2024
TSSCEDAY TN ACHTRTTON | TBE FOR TOR [1 PANT OSCOONT THR
1 enesrucren OCRISMARKED: Net 30 days
Officeof Contracting and Procurement Gy serasioe yon BX
Information Technology Group Fate msintss us | CIs RESERVED
441 4™ Street, N.W., Suite 330 South Gl COOPARGREEMENT. | iETHODOFSOLICTTATION
Washington, D.C. 20001 xseEsTOD: Gero Ore Ore Orer O2ster
T CONTRACTOROFFEROR To FAWENTWICC EMADEDT co
CARAHSOFT TECHNOLOGY CORPORATION Office of the Chief Technology Officer
11493 SUNSET HILLS RD STE 100 200 I Street, S.E., Sth Floor
RESTON VA 20190-5230 Washington, D.C. 20003
TSADUNSNO____ISBTANIDNO.
TH DELIVERTO TE ADMINISTERED BY
Officeof the ChiefTechnology Officer
200 I Street, S.E., Sth Floor
Washington, D.C. 20003
px CCRT RETTTANCE DIFFERENT AND POT SUCH ADDRESS OFFER TRH SUBMITINVOICESTOADDRESS SHOWNINLOC
LUNLESS BLOCK BELOW IS CHECKED
1D see appenouw
7
texto o
ScneDULEOFStPPLESSERVICES a
ovary| 2>