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. DCAM-23-CS-RFP-0027 with GCS, Inc. dba GCS-SIGAL (“GCS”) in the
not-to-exceed amount of $7,067,522 (including an existing letter contract amount of $995,000).
The not-to-exceed amount is an early release of funds for the initial phase of the Barnard
Elementary School classroom expansion project.
As part of the initial phase of the project, GCS will provide design and preconstruction
deliverables, including the project schedule, list of long lead items, life safety floor plans, and
insurance certificates, while the District and GCS finalize the full scope and guaranteed maximum
price for the project.
My administration is available to discuss any questions you may have regarding this contract. In
order to facilitate a response to any questions you may have, please contact Delano Hunter,
Director, Department of General Services (“DGS”), or have your staff contact George G. Lewis,
Chief of Contracts and Procurement, DGS, at (202) 727-2800.
I look forward to the Council’s favorable consideration of the proposed 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
(Letter Contract or Emergency Contract)
(A) Contract Number: DCAM-23-CS-RFP-0027
Proposed Contractor: GCS, Inc. DBA GCS-SIGAL
Proposed Contractor’s Principals: Gabe Oliver
Contract Amount (ESA 1): Not-to-Exceed (“NTE”) $7,067,522.00
(includes $995,000.00 Letter Contract
amount)
Unit and Method of Compensation: Progress Payments on a monthly basis.
Term of Contract: From the date of contract execution through
July 15, 2026 (“Substantial Completion
Date”), with an Administrative Term Date of
February 15, 2027.
Type of Contract: Cost Plus Fixed Fee with a Guaranteed
Maximum Price (“GMP”).
Source Selection Method: Competitive 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:
N/A
(C) The date on which the letter contract or emergency contract was executed:
The Notice to Proceed & Letter Contract (“Letter Contract”) was executed on January 16, 2024.
(D) The number of times the letter contract or emergency contract has been extended
1
The Letter Contract has been extended one time.
(E) The value of the goods and services provided to date under the letter contract or emergency
contract, including under each extension of the letter contract or emergency contract:
The total value of the services provided to date is $995,000.00, which represents the initial NTE amount
established by the Letter Contract.
(F) The goods or services to be provided, the methods of delivering goods or services, and any
significant program changes reflected in the proposed contract:
If approved, the Contract will authorize GCS, Inc. DBA GCS-SIGAL (the “Contractor”) to provide
Design-Build Services for the modernization of Barnard Elementary School Classroom Expansion
project, located at 430 Decatur Street, NW, Washington DC 20011 (the “Project”). The Project will be
completed in two phases: (i) the Design and Preconstruction Phase; and (ii) the Construction Phase.
The substantial completion of the Project shall occur on or before July 15, 2026.
The Project includes design and construction services for the Project. The project shall also include: (i)
temporary utilities; (ii) public art installation; (iii) furniture; (iv) fixtures; (v) equipment and
coordination; and (vi) move-in logistical support for a fully functional turn-key Project.
The District of Columbia Department of General Services (the “Department” or “DGS”) seeks Council
approval to execute the proposed Contract. If approved, the Contract will establish an early start
agreement (“ESA”) in the not-to-exceed (“NTE”) amount of $7,067,522.00. As the proposed Contract
value is more than $1 million, Council approval is required for this contract action.
(G) 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 September 7, 2023, the Department issued a Request for Proposals (“RFP”) to engage a highly
qualified design-builder (“Design-Builder” or “Contractor”) for the Classroom Expansion of Barnard
ES, located at 430 Decatur Street NW, Washington, DC 20011.
The RFP was posted on the Department’s website on September 7, 2023, and a pre-proposal
conference and a site walk were held on September 19, 2023. The Proposal Due Date was October 6,
2023, but it was later extended to October 13, 2023. There were three (3) Addenda issued to the RFP.
Addendum No. 1, issued on September 20, 2023:
1. Provided the sign-in sheet and business cards from the pre-proposal conference and the site visit
held on September 19, 2023, at Barnard ES located at 430 Decatur Street NW, Washington DC
20011.
2. Revised Attachment L (Past Performance Evaluation Form) and incorporated into the RFP.
Addendum No. 2, issued on September 27, 2023:
1. Provided the questions and answers about the RFP.
2
2. Incorporated Attachment M (Form of Contract) to the RFP.
3. Incorporated Attachment N (Notice to Proceed and Letter Contract) to the RFP
Addendum No. 3, issued on October 4, 2023:
1. Extended the Proposal Due Date to October 13, 2023, at 2:00 P.M.
Proposal Submissions:
On the Proposal due date, October 13, 2023, six (6) firms collectively, the "Offerors" and each
individually, an ("Offeror") submitted proposals.
Proposals Evaluations Process:
Proposals were examined to determine whether they met all the requirements of the RFP. Proposals
were then scored on a scale of zero (0) to one hundred twelve (112) points. The (112) points include
eighty (80) points for the technical criteria, twenty (20) points for pricing, and up to twelve (12) points
based on the Offeror’s status as a Certified Business Enterprise (“CBE”).
Consensus Meeting:
After the Panel members had completed their individual evaluations of the proposals, the Panel met on
November 15, 2023, to develop a consensus technical score and supporting written narrative for each
Offeror. In developing the consensus score, the Panel discussed the details of each proposal in light of
the evaluation factors and subfactors.
Contracting Officer’s Independent Evaluation:
The Contracting Officer (“CO”) further carefully reviewed the evaluation process, followed by the
Panel, their notes, scoresheets, and their final consensus technical evaluation. Considering the
Department’s historical experience with the proposed Offerors and, to the extent necessary, reviewing
the underlying proposals, The CO scored the Offerors differently. The CO review of all the Offerors’
technical proposals revealed that the Offerors submitted sound and strong proposals.
Certified Business Enterprise Preference Points:
In addition to the price and technical scoring, a certain number of points were available for each Offeror
based on its status as a CBE as determined by the Department of Small and Local Business
Development (“DSLBD”). The Contractor was so certified and received points accordingly.
Determination of a Fair and a Reasonable Price:
When the total points for all three components (technical, price, and CBE preference) were combined,
the Contractor was the highest-ranked Offeror with a total of (83.40) points. The Contracting Officer
examined the fee/price proposal submitted by the Contractor and determined that the overall proposed
fees/price submitted by the Contractor is within the IGE and is fair and reasonable, and accordingly, a
mutually satisfactory Contract will be executed by the Contractor and the Department.
Contract Award:
By the award memorandum executed on December 6, 2023, the Department awarded Contract No.
DCAM-23-CS-RFP-0027 to the Contractor, as such, the award would be most advantageous to the
District.
3
(H) 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:
The award of the Contract was not protested.
(I) A description of any other contracts the proposed contractor is currently seeking or holds with
the District:
The Contractor is currently involved in several District projects and is in pursuit of many other District
projects. The list of projects is provided as Exhibit A.
(J) 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 is based in Washington, DC, and is a CBE specializing in design-build solutions,
preconstruction consultation, project management, and general contracting. The Contractor caters to a
wide array of sectors, including commercial, multi-family, institutional, foreign missions, education,
and historic restoration projects. The Contractor has spearheaded numerous projects in collaboration
with the DGS, the District of Columbia Department of Park and Recreation, the District of Columbia
Department of Housing Authority, and the District of Columbia Department of Public Schools.
The Contractor has successfully completed the following projects for DGS and other organizations:
1. John Eaton Elementary School Washington, DC, a $57,845,222 project.
2. Garrisson Elementary School Washington, DC, a $30,085,500 project.
3. Dorothy Height Elementary School Washington, DC, a $51,000,000 project.
4. Alice Deal Middle School Addition Washington, DC, a $18,600,000 project.
5. Cherry Road Elementary School Syracuse, NY, a $10,379,906
The Contractor possesses the financial stability to successfully perform the Project and has provided a
staffing plan for the Project, which has been reviewed and approved by the Department. The Contractor
has been determined responsible in accordance with 27 DCMR 4706.1.
(K) 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 Contractor is a certified business enterprise in accordance with the Act (CBE Number:
LZXR28836012025). Pursuant to D.C. Code § 2-218.46 (d-1), the Contractor shall submit a detailed
4
subcontracting plan to DSLBD that meets the requirements of D.C. Code § 2-218.46(d), before entering
into a guaranteed maximum price.
Contract’s NTE Dollar Value $7,067,522.00
Subcontracting Requirement % 35%
Subcontracting Plan Required Dollar Value $2,473,632.70
Subcontracting Plan Actual Dollar Value $2,129,082.00
(L) Performance standards and the expected outcome of the proposed contract:
The Contractor is required to provide all design, preconstruction, and construction services and other
services necessary to substantially complete the Project no later than July 15, 2026. In general, the
Contractor must perform the requirements contained in the Contract and meet or exceed the
performance standards therein. The Contractor is subject to liquidated damages of $2,500 per day of
delay for failure to timely achieve substantial completion of the Project. The Contract also provides a
disincentive fee of $25,000 for the replacement of key personnel without the Department’s prior
approval and not as a penalty, to reimburse the Department for its administrative costs arising from the
Contractor’s failure to provide the key personnel.
(M) 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:
N/A
(N) 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 Office of the Chief Financial Officer has certified that the proposed Contract’s NTE amount is
consistent with the Department’s budget and that adequate funds are available in the Department’s
budget in accordance with §§47-392.01 and 47-392.02. The applicable Fiscal Sufficiency certification
accompanies this Council Package.
(O) A certification that the contract is legally sufficient, including whether the proposed contractor
has any pending legal claims against the District:
The proposed Contract has been deemed legally sufficient by the Department’s Office of the General
Counsel, and the Contractor does not appear to have any currently pending legal claims against the
District.
(P) 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
5
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 indicates that the Contractor is in compliance with the Government
of the District of Columbia tax laws and regulations. The applicable Clean Hands certification for the
Contractor accompanies this Council Package.
(Q) 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.
(R) (1) A certification 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:
Based upon a certification from the Contractor, the Contractor has been determined not to be in
violation of D.C. Official Code § 1-1163.34a; and will not be in violation of D.C. Official Code § 1-
1163.34a.
(S) 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.:
According to the DSLBD’s website, the Contractor is a certified Local Business Enterprise and
Resident Owned Business. The Contractor’s CBE Number is LZXR28836012025, with an expiration
date of January 19, 2025.
(T) Other aspects of the proposed contract that the Chief Procurement Officer considers significant:
None.
(U) 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 debarred from providing services to the Government of the District of Columbia
or the Federal Government according to the Office of Contracts & Procurement’s Excluded Parties List
and the Federal Government’s Excluded Parties List.
(V) 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):
6
None.
(W) Where the contract, and any amendments or modifications, if executed, will be made available
online:
Contract award information is available on the DGS web page. The Contract will be made available
on the DGS website upon approval.
(X) Where the original solicitation, and any amendments or modifications, will be made available
online:
The original solicitation and any amendments have been posted on the Department’s website.
Exhibit A
Contracts that GCS, Inc. DBA GCS-SIGAL Currently Holds with The District (Not Limited to DGS
only):
Contract Number Project Caption Project Value
1. DCAM-20-CS-RFP-0020 Stead Park Recreation Center $15,301,683
2. DCAM-21-CS-RFP-0010 Dorothy Height Elementary School $66,257,951
3. DCAM-20-CS-RFQ-0002B Texas Avenue Dog Park $962,286
4. DCAM-23-CS-RFP-0004 Congress Heights Recreation Center $999,000
5. DCAM-20-CS-RFQ-0002B DOC Temp Boiler $2,568,100
6. DCAM-20-CS-RFQ-0020 DOC- New Boiler Plant $21,450,000
7. DCAM-23-CS-RFP-0005 Green Elementary School - M