MURIEL BOWSER
MAYOR
November 25, 2024
The Honorable Phil Mendelson
Chairman, Council of the District of Columbia
1350 Pennsylvania Avenue NW, Suite 504
Washington, DC 20004
Dear Chairman Mendelson:
Enclosed for consideration and enactment by the Council of the District of Columbia is an
emergency bill, the “Contract No. CW117729 with Globe Manufacturing Company, LLC
Approval and Payment Authorization Emergency Act of 2024”, and the accompanying
emergency declaration resolution, in the not-to-exceed price of $15,848,608.48. The contract’s
period of performance is August 2, 2024, through August 1, 2029.
The legislation will approve multiyear Contract No. CW117729 with Globe Manufacturing
Company, LLC for structural firefighting personal protective equipment. In addition, the
legislation will approve payment for the goods and services received and to be received under the
contract.
I am available to discuss any questions you may have regarding this contract. In order to
facilitate a response to any questions, please have your staff contact Marc Scott, Chief Operating
Officer, Office of Contracting and Procurement at (202) 724-8759.
I urge you to take prompt and favorable action regarding the enclosed legislation.
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: CW117729
Proposed Contractor: Globe Manufacturing Company, LLC
Proposed Contractor’s Principals: Donald D. Welch II, Robert A. Freese, George E.
Freese III
Contract Amount (Base Period): Not-to-exceed $15,848,608.48
Unit and Method of Compensation: Fixed unit pricing
Term of Contract: August 2, 2024, through August 1, 2029
Type of Contract: Fixed price contract with fixed unit pricing, as set
forth in the price schedule.
Source Selection Method: Exempt from competition
(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:
Year One Amount: N/A
Year Two Amount: N/A
Explanation of difference from base period (if applicable):
Year Three Amount: N/A
Explanation of difference from base period (if applicable):
Year Four Amount: N/A
Explanation of difference from base period (if applicable):
1
Year Five Amount: N/A
Explanation of difference from base period (if applicable):
(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 District of Columbia Office of Contracting and Procurement, on behalf of the District of
Columbia Fire and Emergency Medical Services Department (FEMS) is seeking a contractor to
provide Structural Firefighting and Proximity Firefighting Personal Protective Equipment (PPE)
(turnout pants, turnout coats, gloves, hoods, and boots) for purchase. Closures of throat tabs, coat
and pant storm closures, and coat pockets shall be secured with Fire-resistant hook and loop
fastener tape. Pants shall be constructed with two layers of moisture barrier over the knee with
DRAGONHIDE reinforcement option and SILIZONE closed cell-padding option.
(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 Contractor has previously provided FEMS with PPE that has proven to be high performance in
nature and exceeds the national standard for personal protective equipment. The Dragonhide
reinforcement fabric and Silizone padding material was introduced by Globe specifically for use in
firefighter’s protective clothing. The products were developed in partnership with the manufacturers
of these specialized high-performance materials and thus are available only to Globe (proprietary).
Dragonhide is a reinforcing fabric that was developed by Globe for use in the fire service and, as
such, is a proprietary fabric. It has an approximate weight of 10 ounces per square yard and is a
Para-Aramid/Meta-Aramid blend with a Polymer coating on one side. Because it is coated on the
backside only, it does not absorb water or other liquids, but is not subject to the cracking that can
occur with materials that are coated on both sides. Silizone is the name Globe has given to a unique
padding material. Silizone is a flame resistant, medium density cellular silicone foam material,
which insulates, absorbs energy and cushions. Because it offers excellent insulating properties, it
increases thermal protection and has the ability to resist compression, which enhances comfort
when kneeling or crawling. Like Dragonhide, Silizone is a proprietary offering from Globe.
A five (5) year contract will allow the contractor to offer the District a 58.20% discount off the list
price of the GXTREME 3.0 Jacket for each year, a 58.20% discount off the list price the
GXTREME GIH Pant each year, a 44.00% discount off list price for the Supreme Arctic Grip Boot
(regular calf) for each year, and a 44.00% discount off list price for the Supreme Arctic Grip Boot
(wide calf) for each year. The multi-year contract enables the Contractor to offer FEMS a stable
percentage discount each year for five years as well as the additional discount on pricing.
It was therefore determined by the Contracting Officer that it was in the best interest of the District
to award this contract to Globe. This procurement is exempt from competition pursuant to Section
413 of the PPRA (D.C. Code § 2-354.13 (4)).
2
(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:
Not Applicable
(F) A description of any other contracts the proposed contractor is currently seeking or holds
with the District. For each contract, include the contract number, contracting agency, date of
award and duration of the contract, and total NTE amount of the contract including all
option periods. For each solicitation, include the date of the solicitation, solicitation number,
contracting agency, estimated contract amount, estimated total NTE amount of each
prospective contract including all option periods, and whether Council approval is required
for the prospective contracts.
Not Applicable
(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:
Globe Manufacturing, LLC, has adequate financial resources to perform the contract and the ability
to obtain those resources as evidenced by the contractor’s financial history as reported by the Dun
and Bradstreet Business Report, completed on May 29, 2024. The contractor has provided the same
or similar services for the District and other local government agencies and received positive
performance ratings.
(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. The proprietary goods are exempted from the 35%
SBE subcontracting requirement of Section 2346 of the Act (D.C. Official Code § 2-218.46)
pursuant to Section 827.5 of the amended regulations.
(I) Performance standards and the expected outcome of the proposed contract:
It is the District’s intent and expectation that Globe Manufacturing, LLC will continue to provide
FEMS with structural and proximity firefighting PPE in accordance with the terms of the letter
contract.
(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:
3
Letter contract dated August 2, 2024, in the not-to-exceed amount of $989,758.40 with a period
of performance of August 2, 2024, through October 31, 2024.
Modification of letter contract extending letter contract through November 30, 2024.
Modification of letter contract extending letter contract 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 Financial Officer has provided a certification of the availability of funding for
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 Office of the Attorney General has certified that the contract is legally sufficient. There are 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):
As of October 10th, 2024, Globe Manufacturing, LLC is compliant in the Citywide Clean
Hands database which indicates the company has no outstanding liability with the District of
Columbia.
(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 has certified that it is current with its federal taxes.
(O) A certification by the contracting officer 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:
4
The contractor has certified, via the Bidder/Offeror Certification form, that it is (1) not 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)
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.
(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.:
The contractor is not a certified local, small, or disadvantaged business enterprise.
(Q) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
Not applicable.
(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:
As of September 9, 2024, the contractor does not appear on the Federal or District Excluded
Parties List. The contractor is not currently debarred from providing services to any
governmental entity.
(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 for Contractor Responsibility
Determination and Findings for Price Reasonableness
Determination and Findings for Use of Multiyear Contract
Determination and Findings for Competition Exemption
(T) Where the contract, and any amendments or modifications, if executed, will be made
available online:
OCP website: ocp.dc.gov
(U) Where the original solicitation, and any amendments or modifications, will be made available
online:
OCP website: 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 10, 2024 Notice Number: L0012725178
GLOBE MANUFACTURING COMPANY, LLC FEIN: **-***2005
37 LOUDON RD Case ID: 18217639
PITTSFIELD NH 03263-3604
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
OFFICE OF THE ASSOCIATE CHIEF FINANCIAL OFFICER
PUBLIC SAFETY & JUSTICE CLUSTER
MEMORANDUM
TO: Nancy Hapeman, Chief Procurement Officer
Office of Contracting and Procurement
FROM: David Garner, Associate Chief Financial Officer
Public Safety and Justice Cluster
DATE: October 7, 2024
SUBJECT: Certification of Funding Availability for Globe Manufacturing Company, LLC
(CW117729)
The Office of the Chief Financial Officer (OCFO) certifies funding in the Fire and Emergency
Medical Services Department (FEMS) Fiscal Year 2025 operating budget under federal funds in
the amount of $2,007,418.68 for the purchase of personal protective equipment and uniforms.
$989,758.40 was obligated in FY24 under PO711727. The remaining portion of the contract
($12,851,431.40) is subject to future appropriation.
If you have any questions concerning this certification, please contact Dan Proudfoot, Agency
Fiscal Officer, at (202) 815-4458.
1100 4th Street, S.W. • SUITE 730E • WASHINGTON, D.C. 20024
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
A TTORNEY G ENERAL
BRIAN L. SCHWALB
Commercial Division
REVISED MEMORANDUM
TO: Sarina Loy
Deputy Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: October 9, 2024
SUBJECT: Approval of Multiyear Contract
Contract Number: CW117729
Contractor: Globe Manufacturing Company, LLC
Proposed Contract Amount: $15,848,608.48 (NTE)
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
Office of Contracting and Procurement
kkk
az
a
August 2, 2024
Mitch Soman
Segment Marketing Manager
Globe Manufacturing Company, LLC
37 Loudon Road
Pittsfield, NH 03623
Subject: Letter Contract No: CW117729
Caption: DC FEMS Structural Firefighting and Proximity Firefighting Personal Protective
Equipment
Dear Mr. Soman,
1. This is a letter contract between the District of Columbia (“District”) and Globe
Manufacturing Company, LLC (‘“Contractor”), wherein the Contractor agrees to perform
the services set forth in Attachment A.
2. This is a fixed unit price contract for Structural Firefighting and Proximity Firefighting
Personal Protective Equipment as set forth in the pricing schedule, Attachment B.
3. The District intends to definitize this letter contract within 92 days of the date of award of
this letter contract at which time this letter contract shall merge with the definitized
contract. Before the expiration ofthe 92 days, the contracting officer may authorize an
additional period