MURIEL BOWSER
MAYOR
December 5, 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. CW115280 with Unity Health Care, Inc. (“Unity”) in the not-to-exceed
amount of $49,955,512. The contract’s period of performance is one year from the date of the
award.
Under the proposed contract, Unity will provide comprehensive health care services for residents
housed in the Department of Corrections’ Central Detention Facility, the Correctional Treatment
Facility, and Central Cell Block.
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, the Office of Contracting and Procurement, at (202)
724-8759.
I look forward to the Council’s favorable consideration of this contract.
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: CW115280
Proposed Contractor: Unity Health Care, Inc.
Proposed Contractor’s Principals: Dr. Jesica H. Boyd, President and CEO
Contract Amount (Base Period): Not-to-Exceed (“NTE”) $49,955,512
Unit and Method of Compensation: Fixed unit price
Term of Contract: Date of award through one year
Type of Contract: Requirements contract with fixed unit prices and cost
reimbursable components
Source Selection Method: Request for Proposal
(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 Year Amount: $49,955,512 NTE
Option Year One Amount: $50,519,892 NTE
Price increases $564,380 1.95%, after reduction of one-time $400,000 charge for system software.
Price increase is in line with inflationary expectations.
Option Year Two Amount: $51,831.152 NTE
Price increases $1,311,260, 2.60%, in line with inflationary expectations.
Option Year Three Amount: $53,181,747 NTE
Price increases $1,350,595, 2.61%, in line with inflationary expectations.
1
Option Year Four Amount: $54,576,866 NTE
Price increases $1,395,119, 2.62%, in line with inflationary expectations.
(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 Department of Corrections (“DOC”) has an immediate need for a full-continuum health-care
services contractor to provide comprehensive medical, behavioral health, pharmacy, and dental
services to the current estimated average daily population of about 2,000 residents housed in the
Central Detention Facility (“CDF”), located at 1901 D Street, SE, the Correctional Treatment
Facility (“CTF”) at 901 E Street, SE, and Central Cell Block (“CCB”), at 300 Indiana Avenue NW,
all located in the District of Columbia.
(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 Office of Contracting and Procurement, on behalf of DOC, issued Request for Proposal
Doc662482, to solicit a contract to provide comprehensive medical, behavioral health, pharmacy,
and dental services for residents housed at CDF, CTF and CCB. The procurement was solicited in
the open market with a mandatory 35% SBE set-aside. Of the 148 invitees, 58 were Certified
Business Enterprises.
One proposal was received on November 15, 2023, in response to the solicitation issued on
September 1, 2023.
The one offeror was evaluated based on the evaluation criteria listed in the solicitation:
Evaluation Factors
M.3.1 Technical Expertise
M.3.2 Technical Approach
M.3.3 Previous Experience/Past Performance
M.3.4 Price Criterion
M.3.5 CBE Preference Points
A technical evaluation panel reviewed the proposal based on the evaluation criteria described in the
solicitation, and the contracting officer independently evaluated the proposal.
The contracting officer recommends award to Unity Health Care, Inc., to provide comprehensive
medical, behavioral health, pharmacy and dental services for residents housed at DOC facilities as
Unity’s technical proposal and price proposal are advantageous to the District.
(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:
2
No protest.
(F) A description of any other contracts the proposed contractor is currently seeking or holds
with the District:
CW112383 Prophylaxis Drug Assistance Program
CW112481 Prophylaxis Drug Assistance Program
CW112459 Drug Assistance Program
(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:
Unity Health Care, Inc., offers a citywide network of quality health and human services to
the medically underserved regardless of race, ethnic background, or ability to pay. Unity
Health Care, Inc., serves individuals and families in all eight wards of the District of
Columbia through its network of medical and social services that reach the homeless and
residents.
The Contractor has adequate financial resources and reserves to perform the services
required under this contract, evidenced by the contractor's financial history as reported by
the Dun and Bradstreet Business Report.
The Contractor has a satisfactory record of integrity and business ethics as indicated by the
search results of the Federal System for Award Management. The District has no information
indicating that the Contractor is debarred, suspended, or involved in any activity that would
disqualify the company from consideration for a contract award due to lack of integrity and
business ethics. The Contractor’s performance evaluation on the current contract is rated
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:
Not applicable. Unity is a nonprofit organization and is not subject to the subcontracting
requirements.
(I) Performance standards and the expected outcome of the proposed contract:
Unity shall perform services in accordance with the legal requirements imposed by Federal and
District of Columbia laws, District licensing or professional boards, court orders, and DOC
Administrative Directives/Policies. Also, Unity shall maintain the current accreditations with the
National Commission for Correctional Health Care and with the American Correctional
3
Association at the DOC facilities during the term of the contract. Unity shall be required to
control costs and ensure that the appropriate level of care is given using its Utilization
Management Program and providing the required medical 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 Chief Financial Officer has provided 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 found the contract legally sufficient. The contractor does not
have pending 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 2, 2024, the Contractor is compliant in the Citywide Clean Hands database,
indicating 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 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:
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
4
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:
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 contractor is not currently debarred.
(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 Competitive Sealed Proposals dated 09/18/2023
Determination and Findings for Cost Reimbursement dated 09/18/2023
Determination and Findings for Contractor Responsibility, dated 11/06/2024
Determination and Findings for Price Reasonableness, dated 11/06/2024
(T) Where the contract, and any amendments or modifications, if executed, will be made
available online:
www.ocp.dc.gov
(U) Where the original solicitation, and any amendments or modifications, will be made available
online:
www.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 2, 2024 Notice Number: L0012702543
UNITY HEALTH CARE INC FEIN: **-***2431
1100 NEW JERSEY AVE SE Case ID: 18291320
WASHINGTON DC 20003-3302
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: November 12, 2024
SUBJECT: Certification of Funding for Resident Healthcare Services – Unity Healthcare, Inc.
(CW115280).
The Office of the Chief Financial Officer (OCFO) certifies available funding in the Department
of Corrections Fiscal Year 2025 Approved Operating Budget in the amount of $49,955,512.00
for Resident Healthcare Services - Unity Healthcare Inc. (CW115280), for Base Year 1, period
of January 1, 2025 through December 31, 2025: (1) $49,955,512.00 is available in FY 2025
Approved Operating Budget in which purchase orders for $10,822,440.37 (PO715776
$1,600,000.00 and PO716753 $9,222,440.37) are in PASS and (2) $39,133,071.63 uncommitted.
Future orders above the funds available are contingent upon the identification of additional
funding.
For questions concerning this certification, please contact Anthony Norman, Agency Fiscal
Officer, at (202) 321-6412.
Attachment
cc: Thomas Faust, Director, Department of Corrections
3924 Minnesota Ave, NE, 2nd Floor. Washington, DC 20019
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: November 20, 2024
SUBJECT: Approval of Contract for Inmate Comprehensive Medical Services for DOC
Inmates
Contractor: Unity Health Care, Inc.
Contract Number: CW115280
Contract Amount: NTE $49,955,212
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. Title Page of Pages
AWARD/CONTRACT Resident Comprehensive
Healthcare Services
1 154
2. Contract Number 3. Effective Date 4. Requisition/Purchase Request/Project No.
CW115280 January 1, 2025
5. Issued By: Peter Kern Code 6. Administered by (If other than line 5)
Office of the Contracting and Procurement Department of Corrections
441 4th Street, NW, Suite 330 South 3924 Minnesota Ave NE (2nd Floor)
Washington, DC 20001 Washington, DC20019
7. Name and Address of Contractor (No. street, city, county, state and Zip Code) 8. Delivery
FOB Origin Other
Unity Health Care, Inc 9. Discount for prompt payment:
1100 New Jersey Ave SE,