MURIEL BOWSER
MAYOR
December 6, 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 definitive Contract No. CW121533 with Brandywine Valley SPCA in the amount of
$9,907,000. The period of performance is from October 29, 2024 through October 28, 2025.
Under the proposed contract, Brandywine Valley SPCA will provide comprehensive animal care
and control services, operation of the District’s animal shelter, and animal disease prevention
services to protect the public health and safety of the residents and visitors of the District.
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,
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: CW121533
Proposed Contractor: Brandywine Valley SPCA
Proposed Contractor’s Principals: 1. Adam Lamb – Chief Executive Officer
2. Chief Operating Officer
3. Chief Financial Officer
Contract Amount (Base Period): $9,907,000
Unit and Method of Compensation: Monthly
Term of Contract: October 29, 2024 through October 28, 2025
Type of Contract: Firm-Fixed Price
Source Selection Method: Negotiated (pursuant to DC Code 8-1802)
(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: $9,907,000
Option Period 1 Amount: $8,917,000
Explanation of difference from base period (if applicable):
The amount for the base period includes cost associated with start-up and transition services.
Option Period 2 Amount: $8,917,000
Explanation of difference from base period (if applicable): The amount for the base period
includes cost associated with start-up and transition services.
The amount for the base period includes cost associated with start-up and transition services.
1
Option Period 3 Amount: $8,917,000
Explanation of difference from base period (if applicable):
The amount for the base period includes cost associated with start-up and transition services.
Option Period 4 Amount: $8,917,000
Explanation of difference from base period (if applicable):
The amount for the base period includes cost associated with start-up and transition services.
(C) The date on which the letter contract or emergency contract was executed:
The letter contract was executed October 29, 2024.
(D) The number of times the letter contract or emergency contract has been extended:
No extensions.
(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:
$990,000.
(F) A description of any other contracts the proposed contractor is currently seeking or holds
with the District.:
None
(G) 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 (OCP), on behalf of the Department
of Health (DC Health), Health Systems and Preparedness Administration (HSPA)/Environmental
Health Administration (EHA), seeks a qualified contractor to provide comprehensive animal control,
operation of the District of Columbia’s (District) animal shelter, and animal disease prevention
services to protect the public health and safety of the residents, and visitors of the District.
The base of operation will be at 1201 New York Avenue NE, Washington DC and/or any other
location(s) within the District as may be needed to accommodate animal care and control
services. Coverage will include standard hours of operation as well as an on-call after-hours service
for emergencies. The Contractor shall perform the required services consistent with District laws.
These services include animal control field services and animal shelter services.
(H) The selection process, including the number of offerors, the evaluation criteria, and the
evaluation results, including price, technical or quality, and past performance components:
2
The selection process for this contract was pursuant to DC Code 8-1802 which reads:
“The Mayor may contract, either by negotiation or competitive bid, with a District of Columbia
humane organization to serve as the Animal Care and Control Agency. The Mayor may
delegate all or part of his authority under this subchapter, including the issuance of notices of
violations, to the Animal Care and Control Agency.”
The current contractor for this service informed DC Health in July 2024 that they were unable to
continue fulfilling several core functions of the animal care and control contract and were unable to
extend services past December 31, 2024. This decision curtailed the District’s plan leaving little time
to hire and train staff, purchase materials and equipment, and run a full transition to be prepared for
fully operational services by January 1, 2025. To avoid serious disruption in District services, DC
Health and OCP determined it to be in the best interest of the District to negotiate a contract with
Brandywine Valley SPCA to serve as the District’s Animal Care and Control agency.
(I) 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:
No protest received.
(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:
Brandywine Valley SPCA has been providing animal shelter services for nearly a century. They care
for over 17,000 animals annually with a 93% save rate. They have demonstrated through past
performance reports that its organization has the history, organizational and technical experience,
including the key personnel required to successfully meet the requirements of the proposed contract.
Likewise, it has been determined that the proposed contractor maintains the financial resources,
accounting and operational controls to successfully fulfill the District’s requirement. The proposed
contractor has been determined responsible in accordance with the District’s standards for
responsibility.
(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 Department of Small and Local Business Development approved a full waiver on October 28,
2024.
3
(L) Performance standards and the expected outcome of the proposed contract:
The District expects the contractor to comply with the performance standards and requirements set forth
in the contract. The District's overall expected outcome for the contractor to reduce the risks of disease
and protect public health by providing animal disease prevention and animal control services. Some
specific outcomes are to:
1. Reduce the number of stray animals that are impounded
2. Decrease animal attacks and bites
3. Increase rabies and distemper vaccination of animals
4. Decrease euthanasia of adoptable animals
5. Increase compliance with animal control laws
6. Increase animal licensing
(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:
$990,000.
(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:
DC Health’s Agency Financial Officer has certified that funds for the proposed Council approval
action for the sum of $9,907,000 are available.
(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
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) 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 Office of the Attorney General and
the contractor does not have any pending legal claims against the District as referenced in the Bidder/
Offeror Certification form.
4
(Q) 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):
The contractor’s Citywide Clean Hands report dated October 23, 2024 states that the Contractor has
no outstanding liability with the District.
(R) 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 self-certified, via the Bidder/Offeror Certification form, that it is current with its
federal taxes.
(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.:
The contractor is not a certified local, small or disadvantaged business enterprise.
(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:
As of November 4, 2024, the contractor does not appear on the Office of Inspector General
Exclusions Database, the Federal Excluded Parties List or the District’s list of Debarred and
Suspended Contractors.
(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):
Determination and Findings for a Letter Contract, dated October 29, 2024
Determination and Findings for Contractor’s Responsibility, dated November 5, 2024
Determination and Findings for Price Reasonableness, dated November 5, 2024
5
(W) Where the contract, and any amendments or modifications, if executed, will be made
available online:
http://ocp.dc.gov
(X) Where the original solicitation, and any amendments or modifications, will be made available
online:
http://ocp.dc.gov
6
Government ofthe District ofColumbia
*
+
*
Office oftheChief Financial OMicer 1101 4% Street,
SW
Office ofTax and Revenue Washington, DC 20024
DateofNotice: October 23, 2024 Notice Number: 10012764459 =
BRANDYWINE VALLEY SOCIETY FOR THE PREVENTION FEIN: *#-*#91030
1212 PHOENIXVILLE PIKE.
WEST CHESTER PA. 19380-4045
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
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)
§ 47-2862 PROHIBITION AGAINST ISSUANCE OF LICENSE OR PERMIT
Ke —
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,Sulte W270, Washington, DC 20024/Phone: (202) 724-5048/MyTax.DC.gov
Government of the District of Columbia
Office of the Chief Financial Officer
Department of Health
MEMORANDUM
TO: Nancy Hapeman
Chief Procurement Officer
Office of Contracting and Procurement
THRU: Delicia V. Moore
for Associate Chief Financial Officer
Human Services Support Cluster
FROM: Adreana Deane
Agency Fiscal Officer
Department of Health
DATE: November 7, 2024
SUBJECT: Certification of Funding Availability for Brandywine Valley SPCA Contract #CW121533
The Office of the Chief Financial Officer hereby certifies that the sum of $9,015,300 is included in the
Local funding and Financial Plan for Fiscal Year 2025 to fund the costs associated with the Department of
Health contract with Brandywine Valley SPCA for animal care services for the District of Columbia. Funding in
FY 2025 is contingent upon a reprogramming internal within the Department of Health. An additional $891,700 has
been included in the FY 2026 supplemental budget and submitted to the Council for approval. This certification
supports the Brandywine Valley SPCA contract during the period from October 29, 2024 to October 28, 2025. The
fund allocation is as follows:
Vendor: Brandywine Valley SPCA Contract #: CW121533
Fiscal Year 2025 Funding Period: 10/29/2024 to 09/30/2025
FY Agency Fund Program Cost Account Award Project Task/Sub Amount
Code Center task
2025 HC0 1010001 700031 70073 7132001 1000099 202187 45.15 $9,015,300
FY 2025 Contract Total: $9,015,300
Fiscal Year 2026 Funding Period: 10/01/2025 to 10/28/2025
FY Agency Fund Program Cost Account Award Project Task/Sub Amount
Code Center task
2026 HC0 1010001 700031 70073 7132001 1000099 202187 45.15 $891,700
FY 2026 Contract Total: $891,700
completion of the thirty-day Congressional layover, funds will 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 202-442-9222.
2201 Shannon Place S.E. 4th 20 -5955
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
FRO