MURIEL BOWSER
MAYOR
December 12, 2024
The Honorable Phil Mendelson
Chairman
Council of the District of Columbia
John A. Wilson Building
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. CW120987 with Systems Integration, LLC in the amount of
$1,581,931.50. The contract’s period of performance is from the date of award through October
25, 2025.
Under the proposed contract, Systems Integration, LLC will provide the Office of the Chief
Technology Officer’s citywide information security platform with Tanium Cloud, the full
functionality of the Tanium Converged Endpoint Management Platform, delivered as a fully-
managed, cloud-based service.
My administration is available to discuss any questions you may have regarding the proposed
contract. 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
Enclosure
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: CW120987
Proposed Contractor: Systems Integration, LLC
Proposed Contractor’s Principals: Sheryll Smith, Principal
Contract Amount (Base Period): $1,581,931.50
Unit and Method of Compensation: Fixed Unit Price
Term of Contract: Date of Award Through October 25, 2025
Type of Contract: Firm Fixed Price
Source Selection Method: Invitation for Bid (“IFB”)
(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: $1,581,931.50
Option Period 1 Amount: $1,660,331.50
Explanation of difference from base period (if applicable):
Option Period 2 Amount: $1,745,131.50
Explanation of difference from base period (if applicable):
Option Period 3 Amount: $1,831,531.50
Explanation of difference from base period (if applicable):
Option Period 4 Amount: $1,922,731.50
1
Explanation of difference from base period (if applicable):
(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 District of Columbia Office of Contracting and Procurement, on behalf of The Office of the
Chief Technology Officer (“OCTO”), Citywide Information Security (“CWITS”) seeks a contractor
to provide the Tanium Endpoint Manager cloud-based platform Tanium Cloud.
(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 District of Columbia Office of Contracting and Procurement, on behalf of the Office of the Chief
Technology Officer (OCTO), received four responses to the Invitation for Bid (IFB) solicitation
issued on September 6, 2024, with a due date of September 20, 2024.
After evaluation of the responses based on responsiveness, responsibility, and lowest bid price,
System Integrations, LLC has been selected as the winning bidder
(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:
There has been no protest filed in relation to the award of this contract.
(F) A description of any other contracts the proposed contractor is currently seeking or holds
with the District:
The contractor is currently working with the District on CW111783 - Tanium Platform Servers.
(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:
The Contractor has been determined responsible based on the District’s standard of responsibility as
prescribed in 27 DCMR § 2200. Systems Integration, LLC has provided similar products and
services to the District on previous contract awards. Through the successful completion of those
contracts, the Contractor demonstrated their ability to maintain the organizational, financial
stability, and personnel to perform the required services of the proposed contract. Furthermore, the
District has no information indicating that the Contractor is debarred, suspended, or involved in any
activity that would disqualify them from consideration due to lack of integrity and business ethics.
(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
2
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:
In accordance with D.C. Official Code § 2–218.51, a waiver has been granted by the Department of
Small and Local Business Development for the base year of the proposed contract.
(I) Performance standards and the expected outcome of the proposed contract:
Systems Integration, LLC’s performance will be regularly and routinely monitored by OCTO. The
expected outcome is for the Contractor to provide the District with access to their cloud-based
platform to support and ensure continued functionality of multiple District-operated Systems
Integration LLC software programs.
(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 appropriate 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:
A certification of funding is attached to comply with D.C. Official Code §§ 47-392.01 and 47-
392.02.
(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 has reviewed the proposed contract for legal sufficiency and
deemed it legally sufficient
(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):
According to the District’s Clean Hands Certification dated December 3, 2024, the contractor is
current with its District taxes.
(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:
3
According to information provided on the Bidder Offeror Certification, Systems Integration, LLC,
has certified that the organization is current with its federal taxes.
(O) (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:
According to the Bidder Offer Form submitted on September 20, 2024, the proposed contractor 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 § 1-1163.34.
(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 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:
As of September 25, 2024, the Contractor is not listed on the District of Columbia’s Excluded
Parties list nor registered in the SAM.gov database. The submitted Bidder Offeror Certification
does not indicate the contractor is or has been debarred from providing services to any
governmental entities.
(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 Contractor Responsibility
Determination and Findings for Price Reasonableness
(T) Where the contract, and any amendments or modifications, if executed, will be made
available online:
4
The contract will be available online at http://ocp.dc.gov.
(U) Where the original solicitation, and any amendments or modifications, will be made available
online:
All documents will be available online at http://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 4, 2024 Notice Number: L0013010056
SYSTEMS INTEGRATION, LLC FEIN: **-***5793
730 24TH ST NW STE 11 Case ID: 18366204
WASHINGTON DC 20037-2591
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 Chief Financial Officer
Government Operations Cluster
MEMORANDUM
TO: Derrick White
Contracting Officer
Office of Contracting and Procurement
FROM: Phil Peng 11/7/24
Agency Fiscal Officer
Office of the Chief Technology Officer
DATE: November 7, 2024
SUBJECT: Tanium Endpoint Management Platform
Contract Number: CW120987 (Base Year)
Period of Performance: Date of Award - October 25, 2025
Contract Amount: $1,581,931.50
By this memorandum, the Office of the Chief Financial Officer (OCFO) certifies that the Office of the
Chief Technology Officer (OCTO) has $1,581,931.50 available in the FY2025 approved Operating
Budget to fund the subject contract.
If you have any questions concerning this fund certification, please contact Phil Peng, Agency Fiscal
Officer (AFO) at 202-727-8472
Cc: Angelique Rice, ACFO, GOC
Michael Bolden, Director of Financial Operations, GOC
Stephen N Miller, Interim CTO, OCTO
Carol Washington, Chief Administrative Officer, OCTO
Tehsin Faruk, Chief Operating Officer, OCTO
Abdi Yusuf, Budget Director, OCTO
Mekete Seleshi, Financial Manager, OCTO
200 I Street Washington, SE, 5th Floor, Washington DC 20003
(202) 727-2277 I Fax: (202) 727-1216
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
BRIAN L. SCHWALB
Commercial Division
MEMORANDUM
TO: Tomás Talamante
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: November 26, 2024
SUBJECT: Contractor: Systems Integration, LLC
Contract No.: CW120987
Total Amount: $1,581,931.50
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 724-4018.
by SRS
Robert Schildkraut
400 6th Street, NW, Suite 9100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922
1. Reserved for later use Page of Pages
AWARD/CONTRACT
1 43
2. Contract Number 3. Effective Date 4. Requisition/Purchase Request/Project No.
CW120987 12/1/2024
5. Issued By: Code 6. Administered by (If other than line 5)
Office of the Contracting and Procurement Office of the Chief Technology Officer
441 4th Street, N.W., Suite 330 South 200 I Street S.E., 5th Floor.
Washington, D.C. 20001 Washington, D.C., 20003
7. Name and Address of Contractor (No. Street, city, county, state, and Zip Code) 8. Delivery
Systems Integration, LLC FOB Origin Other
730 24th Street NW Suite 11 9. Discount for prompt payment:
Washington DC 20037-2591
10. Submit invoices to the address shown in Section 12
Duns No. TIN (2 copies unless otherwise specified)
11. Ship to/Mark For Code 12. Payment will be made by Code
Office of the Chief Technology Officer Office of the Chief Technology Officer
200 I Street S.E. 200 I Street S.E.
Washington, D.C. 20003 Washington, D.C. 20003
13. Remit Address: 14. Accounting and Appropriation Data
Same as 12 ENCUMBRANCE CODE:
15A. Item 15B. Supplies/Services 15C. Qty. 15D. Unit 15E. Unit Price 15F. Amount
SEE Section B.3
Total Amount of Contract Shall Not Exceed $1,581,931.50
16. Table of Contents
(X) Section Description Page (X) Section Description Page
PART I – THE SCHEDULE PART II – CONTRACT CLAUSES
X A Award/Contract Form 1 X I Contract Clauses