MURIEL BOWSER
MAYOR
November 26, 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 a
proposed resolution, the “Multiyear Contract No. CW121294 with CDW Government LLC
Emergency Approval Resolution of 2024,” and the accompanying declaration resolution.
Under the proposed contract, CDW Government LLC will provide Microsoft products and services
to the District in the not-to-exceed amount of $90,000,000.
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 Nicolette Bazel, Program Manager, Office of the Chief Technology Officer, at (202) 727-
2277.
I urge the Council to take prompt and favorable action on 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: CW121294
Proposed Contractor: CDW Government LLC (CDW)
Proposed Contractor’s Principals: Dario Bertocchi, Vice President of Operations
Contract Amount (Base Period): $ Min: $10,000 Max: $90,000,000
Unit and Method of Compensation: The Contractor’s invoices will be paid through an allocated
budget certified with the maximum amount of $90,000,000 and disbursed by the Office of Financial
Resource Management (OFRM) by review of a Payment Distribution Report (PDR)
Term of Contract: The term of this multiyear contract shall be for three years from the date of
award specified on the cover page of the contract.
Type of Contract: Indefinite Delivery Indefinite Quantity (IDIQ) Contract
Source Selection Method: Cooperative
(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: $ Min: $10,000 Max: $90,000,000
Option Year 1 Amount: $ Min: $10,000 Max: $30,000,000
Explanation of difference from base year (if applicable): Option Year One’s pricing is the same
as the base year. The base year is three years.
1
Option Year 2 Amount: $ Min: $10,000 Max: $30,000,000
Explanation of difference from base year (if applicable): Option Year Two’s pricing is the
same as the base year. The base year is three years.
(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 Office of the
Chief Technology Officer (OCTO), seeks a contractor to provide Microsoft Products and
Services to ensure the District’s software is kept updated and patched to the latest version.
The Contractor shall deliver these products and services in accordance with the terms and
conditions of Contract No. CW121294
(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:
On July 2, 2024, OCP received a request on behalf of the Office of the Chief Technology Officer
(“OCTO” or the “District”), for a contractor to provide Microsoft Products and Services to ensure
the District’s software is kept updated and patched to the latest version.
On July 30, 2024, a Request for Task Order Proposal was issued via an e-Solicitation and closed on
August 16, 2024. Upon closing two (2) proposals were received.
On September 23, 2024, both respondents were evaluated and it was determined that CDW
Government LLC would be awarded the contract as a result of being deemed the highest evaluated.
The required goods and services are available under the Sourcewell cooperative contract with the
state of Minnesota (121812 -CDW). The contract was competitively solicited (Solicitation Number:
RFP #121923) and awarded on March 13, 2024, with an expiration date of February 27, 2028
(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:
CDW Government LLC currently holds contract CW94883 where they are providing Microsoft
products and services to the District via the Office of the Chief Technology Officer, this contract’s
period of performance expires on November 30, 2024. CDW also held contract CW105256 with
the Office of Unified Communications where they provided Microsoft Enterprise licenses.
2
(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:
The Contractor has been determined responsible based on the District’s standard of responsibility as
prescribed in 27 DCMR §2200. CDW Government LLC has provided similar products and
services to the District on previous contract awards. Through the successful completion of those
contracts, the Contractor demonstrated their ability to maintain the organizational, financial
stability, and personnel to perform the required services of the proposed contract, CW121294.
Furthermore, the District has no information indicating that the Contractor, CDW Government LLC
is debarred, suspended, or involved in any activity that would disqualify them from consideration
due to lack of integrity and business ethics.
(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:
No subcontracting plan is required for this contract based on Cooperative contract guidelines.
(I) Performance standards and the expected outcome of the proposed contract:
CDW Government LLC’s performance will continue to be regularly and routinely monitored by the
Department of Employment Services (DOES). The expected outcome of the proposed contract is
for CDW Government LLC to implement a centralized System for all programs supported by the
Office of Youth Programs.
(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.
(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:
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 contractor has no pending legal claims against the District. The proposed task order contract
has been determined to be legally sufficient by the Office of the Attorney General.
3
(M) A certification that 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):
CDW Government LLC is current with its District taxes according to the Citywide Clean Hands
dated October 9, 2024.
(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:
CDW Government LLC is current with its Federal taxes according to the Bidder Offer Form
submitted on August 16, 2024, and the Certificate of Clean Hands on October 9, 2024.
(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:
According to the Bidder Offer Form submitted on August 16, 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.:
The proposed 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:
N/A
(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:
CDW Government LLC is not listed on the District Excluded Parties or Federal Excluded Parties
list reviewed on October 9, 2024.
4
(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 Responsibility dated October 9, 2024, and the Determination and
Findings for Price Reasonableness dated October 9, 2024. Determination and Findings to enter
into a multi – year contract dated October 9, 2024.
(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 9, 2024 Notice Number: L0012657483
CDW GOVERNMENT LLC. FEIN: **-***0110
230 N MILWAUKEE AVE Case ID: 18162638
VERNON HILLS IL 60061-4304
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 CHIEF FINANCIAL OFFICER
GOVERNMENT OPERATIONS CLUSTER
MEMORANDUM
TO: Derrick White
Contracting Officer
Office of Contracting and Procurement
FROM: Phil Peng 10/25/24
Agency Fiscal Officer
Office of the Chief Technology Officer (OCTO)
DATE: October 25, 2024
SUBJECT: Funding Certification
Title: Microsoft Enterprise Agreement
Contract No: CW121294
Period of Performance (PoP):12/1/2024 –11/30/2027 (3Y base, multiyear)
Contract Amount: Min $10,000 Max $90,000,000.00
By this memorandum, the Office of the Chief Financial Officer (OCFO) certifies that the
Office of the Chief Technology Officer (OCTO) has $100,000.00 available in the FY25
operating Budget to fund the subject contract. Funding will be obligated prior to all future
orders.
If you have any questions concerning this funding certification, please contact Phil Peng,
AFO, at (202) 727-8472.
cc: Angelique Rice, Associate Chief Financial Officer, GOC.
Michael Bolden, Director of Financial Operations, GOC.
Abdi Yusuf, Budget Director, OCTO.
Mekete Seleshi, Finance Manager, OCTO.
Carol Harrison, Chief Administrative Officer, OCTO.
Tehsin Faruk, Chief Operating Officer, OCTO.
Heather Reynolds, Supervisory Contracting Officer, OCP.
200 I Street SE * Washington, D.C. 20003
Phone: (202) 727-2277 * Fax: (202) 727-1216
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
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: November 20, 2024
SUBJECT: Approval of a Multiyear Contract Over One Million Dollar
Contractor: CDW Government LLC
Under Cooperative Agreement No. 21923 between
CDW Government LLC and Sourcewell
Task Order No.: CW121294
Contract Amount Minimum $10,000 Maximum $90,000,000
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
1. REQUISITION NUMBER PAGE
GOVERNMENT OF THE DISTRICT OF COLUMBIA
TASK ORDER/DELIVERY ORDER FOR SERVICES
OFFEROR TO COMPLETE BLOCKS 18 & 29
Funding cert received 1 of
2. TASK ORDER AGREEMENT NO. 3. Award/Effective Date 4. CONTRACT NUMBER 5. SOLICITATION NUMBER 6. SOLICITATION
ISSUE DATE
121923 - CDW E-Solicitation
CW121294 See 30C
July 30, 2024
7. FOR SOLICITATION INFORMATION A. NAME B. TELEPHONE (No Collect Calls) 8. OFFER DUE DATE:
CONTACT (CA)
Email:
lorraine.stanislaus@dc.gov Lorraine Stanislaus 202-805-3349
9. ISSUED BY 10. THIS ACQUISITION IS 11. DELIVERY FOR 12.
FOB DESTINATION PAYMENT
UNRESTRICTED UNLESS BLOCK IS DISCOUNT
Office of Contracting and Procurement 441 SET ASIDE %FOR MARKED
N/A
TERMS
4TH Street, N.W., Suite 330 South SMALL BUSINESS
SMALL DISADV.
13. RESERVED
Washington, D.C. 20001 BUS. DCSS 14. METHOD OF SOLICITATION
Cooperative
Agreement RFTOP RFQ IFB