MURIEL BOWSER
MAYOR
December 10, 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. CW119948 with Galls, LLC in the not-to-exceed amount of
$2,499,304.62. The period of performance is from September 3, 2024, through September 2, 2025.
Under the proposed contract, Galls, LLC will supply, stock, and repair duty uniforms, uniform
outerwear, and headwear for the Fire and Emergency Medical Services Department.
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)
(A) Contract Number: CW119948
Proposed Contractor: Galls, LLC
Proposed Contractor’s Principals: Mike Fadden, CEO
Contract Amount: $2,499,304.62 not-to-exceed (“NTE”)
Unit and Method of Compensation: Duty uniforms and accessories at fixed unit prices
Term of Contract: September 3, 2024, through September 2, 2025
Type of Contract: Requirements Contract
Source Selection Method: Cooperative Agreement
(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: $2,499,304.62 NTE
Option Period One Amount: $2,495,842.37 NTE
Explanation of difference from base period (if applicable):
The contract amount reflects a reduction in the demand or quantity of uniforms required for option
year one.
Option Period Two Amount: $2,498,470.41 NTE
Explanation of difference from base period (if applicable):
The contract amount reflects a reduction in the demand or quantity of uniforms required for option
year two.
1
Option Period Three Amount: $2,495,691.58 NTE
Explanation of difference from base period (if applicable):
The contract amount reflects a reduction in the demand or quantity of uniforms required for option
year three.
Option Period Four Amount: $2,499,031.79 NTE
Explanation of difference from base period (if applicable):
The contract amount reflects a reduction in the demand or quantity of uniforms required for option
year four.
(C) The date on which the letter contract or emergency contract was executed:
The letter contract was executed on September 3, 2024.
(D) The number of times the letter contract or emergency contract has been extended:
None
(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:
$650,000
(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:
The contractor shall provide the District of Columbia Fire and Emergency Medical Services
Department with the following: supply, stock, and repair duty uniforms, uniform outerwear, and
headwear.
(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:
CW119948 is a task order placed against a cooperative agreement with Sourcewell Contract
number 011124.
(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:
No bid protest.
(I) A description of any other contracts the proposed contractor is currently seeking or holds
with the District. For each contract, include the contract number, contracting agency, date of
2
award and duration of the contract, and total NTE amount of the contract including all
option periods. For each solicitation, include the date of the solicitation, solicitation number,
contracting agency, estimated contract amount, estimated total NTE amount of each
prospective contract including all option periods, and whether Council approval is required
for the prospective contracts.
• CW102708 Uniforms - Morgans Inc (owned by Galls, LLC) – Contract Amount
$4,796,208.47 (Fire and Emergency Medical Services)
• CW100179 Uniforms - Morgans Inc (owned by Galls, LLC)– Contract Amount
$12,649,405.62 (Metropolitan Police Department)
• CW104363 Uniforms - Morgans Inc (owned by Galls, LLC) – Contract Amount
$885,579.90 (Department of Corrections)
(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:
Galls, LLC has adequate labor, financial and technology resources to perform the contract, as
shown by their Dun and Bradstreet Business Report. The contractor has provided the same or
similar services for the District for the past fifteen years and has received satisfactory performance
ratings under previous contracts as reported in their Contractor Performance Evaluations.
(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:
Not applicable.
(L) Performance standards and the expected outcome of the proposed contract:
The contractor’s performance will be regularly and routinely monitored by the FEMS contract
administrator. The expected outcome of the contract is to have the contractor provide the required
services in accordance with the terms of the contract.
(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:
A letter contract was executed in the amount of $500,000 on September 3, 2024. On September 27,
2024, the letter contract was modified to increase the not-to-exceed amount by $150,000 to
$650,000 and to extend the period of performance through December 31, 2024.
3
(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 Agency’s Chief Financial Officer has provided a certification of the availability of funding for
the proposed contract.
(O) 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 has certified the contract as legally sufficient. There are no
legal claims pending 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 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 December 5, 2024, Galls, LLC is compliant in the Citywide Clean Hands database which
indicates the company has no outstanding liability with the District of Columbia.
(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:
As of October 18, 2024, Galls, LLC is compliant with federal taxes per the System for Award
Management SAM’s validation performed.
(R) (1) A certification by the contracting officer 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:
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.
4
(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:
Not applicable.
(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 September 18, 2024, the contractor does not appear on the Federal or District Excluded
Parties Lists. The contractor is not currently debarred from providing services to any governmental
entity.
(V) Any determination and findings issued 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 Contractor Responsibility
Determination and Findings for Price Reasonableness
Determination and Findings for Use of Cooperative Agreement
(W) Where the contract, and any amendments or modifications, if executed, will be made
available online:
OCP website: ocp.dc.gov
(X) Where the original solicitation, and any amendments or modifications, will be made available
online:
OCP website: 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: December 5, 2024 Notice Number: L0012919697
GALLS, LLC FEIN: **-***5989
1340 RUSSELL CAVE RD Case ID: 18361445
LEXINGTON KY 40505
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
Type text here
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 19, 2024
SUBJECT: Certification of Funding Availability for Galls, LLC (CW119948)
The Office of the Chief Financial Officer (OCFO) certifies funding in the Fire and Emergency
Medical Services Department (FEMS) Fiscal Year 2025 approved operating budget under
federal funds in the amount of $1,849,304.62 for the purchase of fire resistive uniforms and
accessories within the period of October 1, 2024, through September 2, 2025 is available. Funds
are committed under RK293719 and budgeted in FY25 spending plan for the purchase.
In FY24, a total of $650,000 was spent for this purpose for the period of Sept 3, 2024 to Sept
30, 2024. This brings the total for the contract period of Sept 3, 2024, to Sept 2, 2025, to
$2,499,304.62.
Future orders above the available funding are contingent upon the identification of additional
funding.
If you have any questions concerning this certification, please contact Dan Proudfoot, Agency
Fiscal Officer, at (202) 815-4458.
1100 4th Street, S.W. • SUITE 730E • WASHINGTON, D.C. 20024
R025 YTD Budgetary Control Analysis Report - DC Authority Reporting
Run date/ 11‐19‐2024 12:15:37
Control Budget DC Authority Reporting
Fiscal Year 2025
Period ALL
Agency FB0
Fund ALL
Account ALL
Program ALL
Cost Center ALL
Project ALL
Award ALL
Appropriated Fund Account Program Cost Cost Center Award Initial Adjustment Obligati Expendit Budget Available
Agency Agency Description Description Fund Account Description Program Description Center Description Project Project Description Award Description Budget Budget Total Budget Commitment on ure Reservations Budget
FIRE AND FB0.8255.MRGFB0-
EMERGENCY EQUIPMENT AND FB0.MRGFB0.MEDIC 1.MEDICAID
MEDICAL SERVICES FEDERAL GRANT CLOTHING & SUPPLIES LOGISTICS AID RECOVERY RECOVERY
FB0 DEPARTMENT FUND - FPR 4020999 7111008 UNIFORMS 100105 MANAGEMENT 80111 OFFICE 200339 GRANT 2000193 GRANT $0.00 $2,326,561.00 $2,326,561.00 $1,849,304.62 $0.00 $0.00 $0.00 $477,256.38
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: December 5, 2024
SUBJECT: Contractor: Galls, LLC
Contract No.: CW119948
Total Amount: NTE $2,499,304.62
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
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
August 22, 2024
Justin Penman
Galls, LLC
1340 Russell Cave Road
Lexington, KY 40505
Subject: Letter Contract No: CW119948
Caption: Duty Uniforms and Accessories Letter Contract
Dear Mr. Penman,
1. This is a letter contract between the District of Columbia (“District”) and Galls, LLC
(“Contractor”), wherein the Contractor agrees to perform the services set forth in
Attachment A.
2. This is a Fixed Unit Price Contract for duty uniforms as set forth in the pricing schedule,