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§ 2-302.02), enclosed for consideration and approval by the Council of the District of Columbia is proposed Modification No. M0lO to Contract No. CW97545 with Dynamic Systems Inc. (Dynamic) to exercise option year three in the amount of $1,611,776.74. The period of performance is from December 29, 2024 through December 28, 2025. Under the proposed contract modification, Dynamic will continue to provide license renewal software and services granting the District access to Oracle's online portal, which includes downloadable access to software fixes, feature packs, new releases and new versions of the District's licensed software, in order to maintain the operations of the District of Columbia Access System. My administration is available to discuss any questions you may have regarding the proposed contract modification. In order to facilitate a response to any questions you may have, please have your staff contact Marc Scott, Chief Operating Officer of the Office of Contracting and Procurement, at (202) 724-8759. I look forward to the Council's favorable consideration of this contract modification. Sincerely, GOVERNMENT OF THE DISTRICT OF COLUMBIA Office of Contracting and Procurement Pursuant to section 202(c-3) of the Procurement Practices Reform Act of 2010, as amended, D.C. Official Code § 2-352.02(c-3), the following contract summary is provided: COUNCIL CONTRACT SUMMARY (Options) (A) Contract Number: CW97545 Proposed Contractor: Dynamic Systems, Inc. (Dynamic) Contract Amount (Option Period Three): $1,611,776.74 Term of Contract: December 29, 2024 through December 28, 2025 Type of Contract: Firm Fixed Price (B) Identifying number of the underlying contract, including the identifiers assigned to the underlying contract by the Council for the base period and any subsequent option periods: Base Period Amount: $1,924,401.22 (Council Approval CA24-0749) Option Period One Amount: $1,434,475.56 (December 29, 2022, through December 28, 2023) (Council Approval A25-0076) Option Period Two Amount: $1,520,544.12 (December 29, 2023, through December 28, 2024) (Council Approval CA25-0530) Option Period Three Amount: $1,611,776.74 (December 29, 2024, through December 28, 2025) Explanation of difference from base period (if applicable): The base period total is higher than option period three because the base period includes one-time reinstatement and co-termination fees. 1 Option Period Four Amount: $1,708,483.32 (December 29, 2025, through December 28, 2026) Explanation of difference from base period (if applicable): The base period total is higher than option period four because the base period includes one-time reinstatement and co-termination fees. (C) A statement 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): On October 24, 2024, the Citywide Clean Hands database certified that the contractor is current with its District taxes. (D) A statement 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 Department of Health Care Finance Agency Fiscal Officer certified that funding in the amount of $1,611,776.74 is available to support the contract for the District’s Oracle Software Support and Maintenance. 9:87;84ÿ<ÿ458ÿ 47=4ÿ<ÿ>?;@ A<<=8ÿ<ÿ458ÿ58<ÿ-= >ÿA<<=87 0010ÿ345ÿ6478849ÿ6 A<<=8ÿ<ÿBCÿDÿE8:8?8ÿ 549ÿÿ113 ÿÿ !ÿ"#$ÿ"%"# ÿ+, !&%%'"())*(( F0GH/ÿ6F6B.H6ÿ/0I -./01ÿ223222445 441ÿ0ÿJGEKÿL/. ÿE  8ÿ/1ÿ045067 .Mÿ6.9N0AÿGÿÿ513733503 ÿ ÿ cdefghgcifdÿkhÿcldimÿnimop G ÿ78]748Dÿÿ458ÿ>8ÿa Dÿ^48;9ÿ458ÿ@:8ÿ78<878=8DÿD:D?>q844^ÿ5 ÿÿ?44D >@>4^ÿr45ÿ458ÿ 47=4ÿ<ÿ>?;@ ÿA<<=8ÿ<ÿBCÿDÿE8:8?8ÿ7ÿ458ÿ8]74;84ÿ<ÿ.;]>^;84 687:=8IÿG ÿ<ÿ458ÿD48ÿ@:89ÿ458ÿD:D?>q844^ÿ5 ÿ=;]>8Dÿr45ÿÿD8ÿsÿ3634t9ÿÿ45878<78 45 ÿ874<=48ÿ<ÿ>8ÿa Dÿÿ ?8DI B/BM.ÿ36IÿBGuGB/A09ÿM/.06/099ÿJ.EH/B69ÿG66.66H.0B69ÿG0ÿ-..6 aGJB.Eÿ4ÿ9.0.EGMÿM/.06. 6NvaGJB.Eÿ//IÿM.G0ÿaG06ÿv.-AE.ÿE../L/09ÿGÿM/.06.ÿAEÿJ.EH/B IIÿA.ÿsÿ3634tÿw11tx sÿ3634tÿJEAa/v/B/A0ÿG9G/06Bÿ/66NG0.ÿA-ÿM/.06.ÿAEÿJ.EH/B V+Q!XTÿOYÿZSPTÿ[P\PW O!PQÿRQ$ÿRSSPÿPTÿUP!,PÿVT,PW!P Bÿ:>D48ÿ45 ÿ=874<=489ÿ]>8 8ÿ: 4ÿH^BCII:IÿAÿ458ÿH^BCÿÿ5;8]89ÿ=>=_ÿ458 `L >D48ÿÿ874<=48ÿ<ÿ>8ÿa Dbÿ5^]87>_ÿ?D87ÿ458ÿ>8ÿa Dÿ8=4I yyzyÿ{|}ÿp|~|ÿp€ÿp‚ƒ|ÿ€„zÿ€†‡}ƒˆ‰|Šˆÿocÿ„zz„{‹Œ}ŠˆÿŽ„z„ÿ„{‘z{‘‹’“f†”•oc•‰Š– ÿ GOVERNMENT OF THE DISTRICT OF COLUMBIA Department of Health Care Finance xk * ET Officeof the Chief Financial Officer ca MEMORANDUM TO: Nancy Hapeman Interim Chief Procurement Officer Office ofContracting and Procurement THRU: Delicia V. Moore vo Stsoe yaa ‘Associate ChiefFinanBad Gakaay: MOTE rsaoe Human Support Services Cluster FROM: Darrin Shaffer 1 ‘il net Sher aIA ‘Agency Fiscal Officer D&ITiN A Shaffer sates yeas or Department of Health Care Finance DATE: October 23, 2024 SUBJECT: Certification of Funding for the DCAS — Dynamic Systems, Inc Contract — Option Year Three ‘The Office of the Chief Financial Officer hereby certifies that the sum of $ 1,611,776.74 is included in the District’s Local Budget and Financial Plan for Fiscal Year 2025 to fund the costs associated with the Department of Health Finance’s (DHCF) Dynamic Systems, Inc contract, This contract will support software enhancements, renewals, Care and upgrades to ensure that the District of Columbia Access System (DCAS) system operates with maximum functionality and maintains its security functions. This certification supports the Dynamic Systems, Inc contract during the period from December 29, 2024, through December 28, 2025. The fund allocation is as follows: Vendor: Dynamic Systems, Inc Contract Number: CW97545 Fiscal Year 2025 Funding: 12/29/24 —09/30/25 DIFS [Agency] DIFS Pang on. Program| pirs_| Account| pirs PFeiect| - Award |SubTask | Allocation | Total HT0_| 4025002|"70155|” 100202 _|7171009| 200881 | 2001984 |__25.46 FA25%| $267,454.20 HT0| 1010001 ["70155_[~ 100202 [7171009|—~ 5 - 14.75% $89,151.40 JAa0_| 4020002| 70321_|~ 100071 [7171009| 400553 | 2002085| 23.01 13.50% $81,596.20 HT0| 1010001 [70155 [100202 [7171009] - = - 13.50% $81,596.20 HT0_| 1010001| 70155 | 100202 [7171009 = 5 = 14.00% $84,618.28 FY25 DynamicSystems, Inc. -Parent ID - 10413, Total | $604,416.28 DIFS Agency! DIFS DiFS_ | DIFS Fung | C8 | program|Acc ‘ ount| Proiest| Award | SubTask| Alloc Tot Center HT0| 4025002 | 70155|" 100202_|7171009| 200881 | 2001984| 25.46 44.25%| $251,665.92 Ho [1010001 |70155_ |" 100202 |7171009 14.75%. $83,888.64 Jao_| 4020002| "70321 | 100071 [7171009| "400553 | 2002085 |__23.01 13.50% $76,779.43, HO| 1010001 | 70155 | 100202_|7171009|—_- = - 13.50% $76,779.43 HTO [1010001| 70155 | 100202_|7171009[ _- 5 = 14.00% ‘$79,623.12 FY25 Dynamic Systems, Inc. - Parent ID- 10414 Total ‘$568,736.54 441 4° St. NW, Suite 900 South, Washington, D.C. 20001 (202) 442-5988 FAX (202) 478-1373 DIFS pirs | pirs | seen] DIFS Fund | £2| program |Account| Piet| Award | SubTask| Allocadon| , Tota H1T0_| 4025002. 70155 |~r00202_|7171009| 200881| 2001984| 25.46 | 44.35% | 815,788.30 HT0_| 1010001 |~70155 | 100202 [7171009] : : 14.75% $5,262.76 JA0_| 4020002| 70321 |" 100071 | 7171009 400533 | 2002085| 23.01 | 13.50% | $4,816.76 HT0_| 1010001| 70185 | 100202 |7171000 - A : 13.50% | $4,816.76 HT| 1010001 | 70135 | 100202 |7171009| m = 14.00% |__ $4,995.16 FY25 Dynamic Systems, Inc. - Parent ID - 10415 Total | $35,679.74 Fiseal Year2026 Funding: 10/1/25~ 12/28/25 DIFS pirs_ | pirs | eenes] DIFS Fund | 2%| program , [Account| PPieet| Award | SubTask| Allocation| Tota HT0_| 4025002 | 7015s | 100202 |7171009| 200881 | 2001984| 25.46 | 44.25%| Sa9,ISI.41 HTO_{ 1010001 | 70155| 100202_| 7171009] —_- = e 14.75% |_ $29,717.13, JA0_| 4020002| 70321 |~100071 [7171009| 400583| 2002085| 23.01__| 13.50% | $27,198.73 HT0_| 1010001 [70155 | 100202 _[7171009| . = 13.50% | $27,198.73 HT0 | 1010001 | 70155 | 100202 |7171009] _- = = 14.00% | $28,206.09 FY26 Dynamic Systems, Inc. -Parent ID- 10413 Total |— $201,472.09 DIFS Agency} PIES | Cost Progen DIRS|| Project | Award | Sub'Task| Alloc Total Center HiT0_| 4025002|" 70155| 100202 7171009 200881| 2001984| 2546 | 44.25% | $73,363.11 HTO_| 1010001 [70135| 100202_[7171009|_- 5 ‘i 14.75%| $24.454.37 JA0_| 4020002| 70321 | 100071 | 7171009| 400583| 2002085 | 23.01 | 13.50% | $22,381.97 HTO_| 1010001 | 70155 | 100202_| 7171009] - = = 13.50% | $22,381.97 uo| 1010001 | 70185 100202| 7171009] - = : 14.00% | $23,210.93 FY26 Dynamic Systems, Inc. - Parent ID- 10414 Total | $165,792.35 DIFS [Agency] puns et Prosrem|Account| Project | Award | SubTask| Allocation | Total H1TO_{ 4025002| 70155| 100202 | 7171009 200881| 2001984| 25.46 | 44.25% | $15,788.30 HT0_| 1010001 |~70155| 100202_[7171009|_- < = 14.75% | $5,262.76 JA0_[ 4020002| 70321 | 100071] 7171009 400553| 2002085| 23.01 | 13.50% | _$4.816.76 HT0| 1010001| 70155_| 100202_[7171009]—_- = = 13.50% | $4,816.76 HT0| 1010001 | 7o1s5_| 100202|7171009| _- 5 : 14.00% | $4,995.16 FY26 Dynamic Systems, Inc. - Parent ID - 10415 Total | $35,679.74 Upon approvalof the District’s Local Budget and Financial Plan by the Council and the Mayor and completionofthe thirty-day Congressional layover, funds 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) 442-9079. 441 4% St. NW, Suite 900 South, Washington, D.C. 20001 (202) 442-5988 FAX (202) 478-1373, AMENDMENT OF SOLICITATION / MODIFICATION OF 1. Contract Number Page of Pages CW97545 1 2 CONTRACT 2. Amendment/Modification No. 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption M010 12/29/2024 Oracle Software and Maintenance 6. Issued by: Code 7. Administered by (If other than line 6) Office of Contracting and Procurement Office of Contracting and Procurement 441 4th Street NW, Suite 330S 441 4th Street NW, Suite 330S Washington, DC 20001 Washington, DC 20001 8. Name and Address of Contractor (No. street, city, county, state and zip code) 9A. Amendment of Solicitation No. 9B. Dated (See Item 11) Dynamic Systems Inc 10A. Modification of Contract/Order No. 880 Parkview Drive North El Segundo, CA 90245 X CW97545 POC: Kristi Giordano Kristi.giordano@dynamicsystemsinc.com 10B. Dated (See Item 16C) Code Facility May 27, 2022 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers is extended. is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning _________ copies of the amendment: (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) BY separate letter or fax which includes a reference to the solicitation and amendment number. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such may be made by letter or fax, provided each letter or telegram makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. Accounting and Appropriation Data (If Required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACT/ORDERS , IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14 A. This change order is issued pursuant to (Specify Authority): 27 DCMR, Chapter 36, Contract Modifications The changes set forth in Item 14 are made in the contract/order no. in item 10A. B. The above numbered contract/order is modified to reflect the administrative changes (such as changes in paying office, appropriation data X etc.) set forth in item 14, pursuant to the authority of C. This supplemental agreement is entered into pursuant to authority of: D. Other (Specify type of modification and authority) 27 DCMR, Chapter 36, Section 3601.2. E. IMPORTANT: Contractor is not is required to sign this document and return 1 copy to the issuing office. 14. Description of Amendment Contract CW97545 is hereby modified as described below: 1. Pursuant to Section F.2 of the contract, the Contracting Officer hereby exercises Option Period Three to extend the term of the contract for the period of performance from December 29, 2024, through December 28, 2025, in the amount of $1,611,776.74. 2. Attachment A: Option Period Three Price Schedule All other terms and conditions remains the same Except as provided herein, all terms and conditions of the document is referenced in Item 9A or 10A remain unchanged and in full force and effect. 15A. Name and Title of Signer (Type or print) 16A. Name of Contracting Officer Latora Davis 15B. Name of Contractor 15C. Date Signed 16B. District of Columbia 16C. Date Signed (Signature of person authorized to sign) (Signature of Contracting Officer) ATTACHMENT A: OPTION PERIOD THREE PRICE SCHEDULE B.4.4 Option Year Three – December 29, 2024 through December 28, 2025 Line Item Item Total Price Number (LIN) Description/CSI 3001 20683813 $154,237.28 3002 19210851 $164,238.78 3003 19210869 $145,392.86 3004 20851624 $241,143.34 3005 21272118 $594,543.21 3006 20897503 $93,011.43 3007 19839952 $219,209.84 Grand Total – Option Year Three $1,611,776.74