MURIEL BOWSER
MAYOR
December 4, 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 Contract No. CWl 16631 with The Pittman Group, Inc. dba Vantix in the not-to-exceed
amount of $10,000,000. The period of performance is one year from the date of the award.
Under the proposed contract, The Pittman Group, Inc. dba Vantix will provide the District with
information technology equipment and software.
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,
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)
(A) Contract Number: CW116631
Proposed Contractor: The Pittman Group, Inc dba Vantix
Proposed Contractor’s Principals: Kenya Pittman, Principal Owner0
Contract Amount (Base Period): Minimum: $10.00
Maximum $10,000,000
Unit and Method of Compensation: Payment will be made on the completion of work
for an individual task/purchase order.
Term of Contract: One Year from the Date of Award
Type of Contract: Indefinite Delivery/Indefinite Quality
Source Selection Method: DC Supply Schedule
(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: Minimum: $10.00
Maximum: $10,000,000
Option Period One Amount: Minimum: $10.00
Maximum: $10,000,000
Option Period Two Amount: Minimum: $10.00
Maximum: $10,000,000
1
Option Period Three Amount: Minimum: $10.00
Maximum: $10,000,000
Option Period Four Amount: Minimum: $10.00
Maximum: $10,000,000
(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 purpose of the DC Supply Schedule (DCSS) program is to serve as the primary contract
action for all District agencies to acquire support for their recurring requirements. The contract is
for the provision of services under temporary support services. The social and economic impact of
the program is to allow District certified business enterprises (CBEs) the opportunity to conduct
business with the District of Columbia, thus creating additional jobs for city residents.
In accordance with paragraph one of the DCSS terms and conditions, the District of Columbia
receives a one percent discount based on the volume of services provided under the DCSS. This fee
is based on the invoice amount and provides revenue to the District.
(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:
DCSS solicitations are open on a continuous basis for the temporary support services category. The
solicitation for Temporary Support Services was issued on July 31, 2017. The Pittman Group, Inc.
dba Vantix submitted its application number TSS20224 on April 8, 2024.
The Pittman Group, Inc dba Vantix was selected for an award based on achieving the following
requirements as outlined in the solicitation process.
a. Accepting the DCSS terms and conditions and contract provisions for supply and
services contracts.
b. Identifying and offering prices that are no greater than those of an identified Federal
Supply Schedule that provides services or supplies consistent with the scope of the DCSS
solicitation.
c. Submitting a minimum of three satisfactory customer references demonstrating
the contractor’s ability to satisfactorily provide the services or products as identified in the
scope of the solicitation.
d. Submitting a written certification that all personnel proposed on individual task
orders shall meet the minimum education/experience requirements as stipulated in the federal
contract being used to establish the DCSS contract.
2
The Pittman Group, Inc dba Vantix. submitted its completed online application on April 8, 2024.
The application was reviewed and evaluated by the Office of Contracting and Procurement (OCP).
After review and evaluation, of the application and its supplementation as required by the District,
the contracting officer determined that the Pittman Group, Inc. dba Vantix had offered an
appropriate multiple award schedule consistent with the scope of the solicitation. OCP also
established that the pricing was reasonable based on the Pittman Group, Inc. dba Vantix offering of
pricing at or below the respective federal contract pricing.
(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 are no bid protests related to the award of the contract.
(F) A description of any other contracts the proposed contractor is currently seeking or holds
with the District:
• Information Technology Equipment and Software (DCSS) CW112165; awarded 3/12/2024
• contract amount $10,000,000
• Mission Oriented Business Integrated Services (DCSS) CW CW117353; awarded 6/07/2024
contract amount $10,000,000
• Office of the Chief Technology Officer CW102904 awarded 9/27/2024 contract amount for
• Option Year Two $146,830.50
(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 Pittman Group, Inc. dba Vantix has the background, necessary qualifications, and adequate
financial resources to perform the contract and the ability to obtain personnel. The evidence is
provided from the contractor’s financial history as reported by the Dun & Bradstreet Report; dated
October 16, 2024. The vendor has provided the same or similar services for the District since 1994
and has performed satisfactory.
(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:
The Pittman Group, Inc. dba Vantix is a CBE vendor and therefore, it is not required to have a
subcontracting plan associated with this contract.
(I) Performance standards and the expected outcome of the proposed contract:
3
The purpose of the DC Supply Schedule (DCSS) program is to serve as the primary contract
action for all District agencies to acquire support for their recurring requirements. This
contract is for provision of services under temporary support services.
(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:
None
(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 Fiscal Officer has certified that funds for the minimum quantity of ten dollars are
available for FY 2025 and that minimum-quantity funds for FY 2026 have been budgeted.
(L) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The Attorney General for the District of Columbia has reviewed and approved the contract
for legal sufficiency. The Pittman Group, Inc. dba Vantix 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):
The Citywide Clean Hands database report dated November 7, 2024, indicates that the Pittman
Group,
Inc. dba Vantix is current with its District taxes.
(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 the Pittman Group, Inc. dba Vantix is in compliance with federal
Tax requirements.
4
(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. The proposed contractor has certified in the Bidder Offeror Form that they have not violated
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.
B. The proposed contractor has also certified in the Bidder Offeror Form 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.
(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 Pittman Group, Inc dba Vantix. is currently a certified CBE; certification number no.
LSDZRE62838022025.
(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:
The Pittman Group, Inc dba Vantix. is not listed on the Federal or District Excluded Parties
List.
(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):
The Contracting Officer signed a Determination & Findings for Responsibility on
November 15, 2024.
5
(T) Where the contract, and any amendments or modifications, if executed, will be made
available online:
OCP website located at www.ocp.dc.gov.
(U) Where the original solicitation, and any amendments or modifications, will be made available
online:
OCP website located at www.ocp.dc.gov.
6
:;87<84ÿ=ÿ458ÿ 47>4ÿ=ÿ?@
8ÿ=ÿ458ÿ58=ÿ-> ?ÿB==>87 0010ÿ345ÿ6478849ÿ6
B==>8ÿ=ÿCDÿEÿF8;8@8ÿ 549ÿÿ113
ÿÿ !"ÿ#$ÿ%&%' ÿ, !"(&&)%#*&%'+
CG.ÿH/CCIJ0ÿ:FBKH9ÿ/0L -./01ÿ223222044
0ÿHÿ6Cÿ0 8ÿ/1ÿ0564748
J6G/0:CB0ÿÿÿ111030066
ÿ ÿ
abcdefeagdbÿifÿajbgkÿlgkmn
J ÿ78[748Eÿÿ458ÿ?8ÿG Eÿ\48<9ÿ458ÿA;8ÿ78=878>8EÿE;E@?o844\ÿ5 ÿÿ@44E
?A?4\ÿp45ÿ458ÿ 47>4ÿ=ÿ?@8ÿ=ÿCDÿEÿF8;8@8ÿ7ÿ458ÿ8[74<84ÿ=ÿ.<[?\<84
687;>8LÿJ ÿ=ÿ458ÿE48ÿA;89ÿ458ÿE;E@?o844\ÿ5 ÿ><[?8Eÿp45ÿÿE8ÿqÿ383549ÿÿ45878=78
45 ÿ874=>48ÿ=ÿ?8ÿG Eÿÿ @8EL
C/Cr.ÿ38LÿCJsJC/B09ÿr/.06/0:9ÿH.FI/C69ÿJ66.66I.0C69ÿJ0ÿ-..6
GJHC.Fÿ5ÿ:.0.FJrÿr/.06.
6KtGJHC.Fÿ//Lÿr.J0ÿGJ06ÿt.-BF.ÿF../_/0:ÿJÿr/.06.ÿBFÿH.FI/C
LLÿB.ÿqÿ38354ÿu114v
qÿ38354ÿHFBG/t/C/B0ÿJ:J/06Cÿ/66KJ0.ÿB-ÿr/.06.ÿBFÿH.FI/C
T,O"VRÿMWÿXQNRÿYNZNU
M"NOÿPO$ÿPQQNÿNRÿSN" NÿTR NU"N
Cÿ;?E48ÿ45 ÿ>874=>489ÿ[?8 8ÿ; 4ÿI\CDLL;LÿBÿ458ÿI\CDÿÿ5<8[89ÿ>?>]ÿ458
^_ ?E48ÿÿ874=>48ÿ=ÿ?8ÿG E`ÿ5\[87?]ÿ@E87ÿ458ÿ?8ÿG Eÿ8>4L
wwxwÿyz{ÿnz|}}zÿn~ÿnz}ÿ~xÿ~{zÿmaÿxxy{}ÿxÿyxydma
ÿ
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
GOVERNMENT OPERATIONS CLUSTER
OFFICE OF FINANCE AND RESOURCE MANAGEMENT
MEMORANDUM
TO: Nancy Hapeman, Chief Procurement Officer
Office of Contracting and Procurement
FROM: Alemayehu Awas
Agency Fiscal Officer
DATE: Sept 12, 2024
SUBJECT: Certification of Funding Availability for DCSS Contracts
VENDOR: The Pittman Group, Inc. dba Vantix– CW116631
PERIOD: October 1, 2024, thru September 30, 2025
This is to certify that the Office of Contracting and Procurement has $10,000.00 in its FY2025
budget to cover potential costs that may be incurred if a minimum order is not achieved for the
District of Columbia Supply Schedule (DCSS) contracts.
Each DCSS contract has been established as an indefinite delivery/indefinite quantity (IDIQ)
contract, and agencies may place orders against each contract by means of an individual Task
Order (TO) or delivery order (DO). If no orders are placed against a DCSS contract, pursuant to
the DCSS Terms and Conditions, clause 5, the District guarantees the minimum order for each
contract in the amount of $10.00 for the base year and four option years. Any additional orders
placed on the DCSS contracts will be encumbered by the ordering agency prior to issuance.
There are approximately 420 contractors on the DCSS, and it is estimated that $10,000.00 would
be sufficient to cover the possibility of having to pay $10.00, upon request, to multiple
contractors.
441 4th St, N.W. * Suite 890 North * Washington, D.C. 20001
Phone: (202) 727-0333 * Fax: (202) 727-0659
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
GOVERNMENT OPERATIONS CLUSTER
OFFICE OF FINANCE AND RESOURCE MANAGEMENT
MEMORANDUM
TO: Nancy Hapeman, Chief Procurement Officer
Office of Contracting and Procurement
FROM: Alemayehu Awas
Agency Fiscal Officer
DATE: Sept 12, 2024
SUBJECT: Certification of Funding Availability for DCSS Contracts
VENDOR: The Pittman Group, Inc. dba Vantix – CW116631
PERIOD: October 1, 2025, thru September 30, 2026
This is to certify that the Office of Contracting and Procurement will allocate $10,000.00 in its
FY2025 budget to cover potential costs that may be incurred if a minimum order is not achieved
for the District of Columbia Supply Schedule (DCSS) contracts.
Each DCSS contract has been established as an indefinite delivery/indefinite quantity (IDIQ)
contract, and agencies may place orders against each contract by means of an individual Task
Order (TO) or delivery order (DO). If no orders are placed against a DCSS contract, pursuant to
the DCSS Terms and Conditions, clause 5, the District guarantees the minimum order for each
contract in the amount of $10.00 for the base year and four option years. Any additional orders
placed on the DCSS contracts will be encumbered by the ordering agency prior to issuance.
There are approximately 420 contractors on the DCSS, and it is estimated that $10,000.00 would
be sufficient to cover the possibility of having to pay $10.00, upon request, to multiple
contractors.
Availability of FY 2026 budget is subject to approval of budget by the Council and Congress
441 4th St, N.W. * Suite 890 North * Washington, D.C. 20001
Phone: (202) 727-0333 * Fax: (202) 727-0659
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 Sect