MURIEL BOWSER
MAYOR
June 10, 2020
The Honorable Phil Mendelson
Chairman
Councilofthe District ofColumbia
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 the Procurement Practices Reform Act (D.C. Official Code 2-351.01 et seq.),
enclosed for consideration and approval by the Council of the District of Columbia is proposed
Modification No.
M0009 to Contract No. CW48363 with Tecknomic, LLC to exercise option year three in the
amountof $10,000,000.00. The period of performance is from July 13, 2020 to July 12, 2021.
Under the proposed modification, Tecknomic, LLC shall continue to provide Temporary Support
Services.
1am available to discuss any questions you have regarding the proposed contract. In order to
facilitate a response to any questions you may have, please have your staff contact Mare Scott,
Chief Operating Officer of the Officeof Contracting and Procurement, at 202-724-8759.
look forward to a favorable considerationofthis contract.
Sincerely,
Muriel Bhwser
Enclosure
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
Pursuant to section 202(c-3) of the Procurement Practices Reform Act of 2010, as amended, D.C. Official
Code 2-352.02(c-3), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(Options)
(A) Contract Number: CW48363
Proposed Contractor: Tecknomic, LLC
Contract Amount (Option Amount): Minimum $10.00
Maximum $10,000,000.00
Term of Contract: July 13, 2020 through July 12, 2021
Type of Contract: Indefinite Delivery/Indefinite Quantity with
payment based upon fixed-prices.
(B) Identifying number of the underlying contract, including the identifiers assigned to the underlying
contract by the Council for the base period and any subsequent option periods:
CA22-0185 Base Year - $10,000,000.00
CA22-0563 Option Year One - $10,000,000.00
CA23-0174 Option Year Two - $10,000,000.00
TBD Option Year Three - $10,000,000.00
TBD Option Year Four - $10,000,000.00
(C) A statement 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 Citywide Clean Hands report indicates Tecknomic, LLC is current with its District taxes as of
April 10, 2020.
1
(D) A statement 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 Fiscal Officer has certified that funds for the minimum quantity of ten dollars ($10.00) are
available for FY2020 and the minimum quantity funds for FY2021 have been budgeted by the agency. See
Funding Certifications.
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
GOVERNMENT OPERATIONS CLUSTER
OFFICE OF FINANCE AND RESOURCE MANAGEMENT
MEMORANDUM
TO: George Schutter, Chief Procurement Officer
Office of Contracting and Procurement
FROM: Alemayehu Awas
Agency Fiscal Officer
DATE: May 7, 2020
SUBJECT: Certification of Funding Availability for DCSS Contracts
Mindcubed CW70201
Agro Culture, LLC CW66782
Tecknomic, LLC CW48363
Triage Group CW59144
HRUCKUS CW59866
PERIOD: October 1, 2020 thru September 30, 2021
This is to certify that the Office of Contracting and Procurement will allocate $10,000.00 in its FY2021 proposed
financial plan to cover potential costs that may be incurred if a minimum order is not achieved for the District of
Columbia Supply Schedule (DCSS) contracts.
Each DCSS contract has been established as an indefinite delivery/indefinite quantity (IDIQ) contract, and agencies
may place orders against each contract by means of an individual Task Order (TO) or delivery order (DO). If no
orders are placed against a particular DCSS contract, pursuant to the DCSS Terms and Conditions, clause 5, the
District guarantees the minimum order for each contract in the amount of $10.00 for the base year and four option
years. Any additional orders placed on the DCSS contracts will be encumbered by the ordering agency prior to
issuance. There are approximately 420 contractors on the DCSS, and it is estimated that $10,000.00 would be
sufficient to cover the possibility of having to pay $10.00, upon request, to multiple contractors.
Funding to cover these contracts is contingent upon availability of Districts budget appropriations for FY2021.
441 4th St, N.W. * Suite 890 North * Washington, D.C. 20001
Phone: (202) 727-0333 * Fax: (202) 727-0659
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
GOVERNMENT OPERATIONS CLUSTER
OFFICE OF FINANCE AND RESOURCE MANAGEMENT
MEMORANDUM
TO: George Schutter, Chief Procurement Officer
Office of Contracting and Procurement
FROM: Alemayehu Awas
Agency Fiscal Officer
DATE: May 7, 2020
SUBJECT: Certification of Funding Availability for DCSS Contracts
Mindcubed CW70201
Agro Culture, LLC CW66782
Tecknomic, LLC CW48363
Triage Group CW59144
HRUCKUS CW59866
PERIOD: October 1, 2019 thru September 30, 2020
This is to certify that the Office of Contracting and Procurement has $10,000.00 in its FY2020 budget to cover
potential costs that may be incurred if a minimum order is not achieved for the District of Columbia Supply
Schedule (DCSS) contracts.
Each DCSS contract has been established as an indefinite delivery/indefinite quantity (IDIQ) contract, and agencies
may place orders against each contract by means of an individual Task Order (TO) or delivery order (DO). If no
orders are placed against a particular DCSS contract, pursuant to the DCSS Terms and Conditions, clause 5, the
District guarantees the minimum order for each contract in the amount of $10.00 for the base year and four option
years. Any additional orders placed on the DCSS contracts will be encumbered by the ordering agency prior to
issuance. There are approximately 420 contractors on the DCSS, and it is estimated that $10,000.00 would be
sufficient to cover the possibility of having to pay $10.00, upon request, to multiple contractors.
441 4th St, N.W. * Suite 890 North * Washington, D.C. 20001
Phone: (202) 727-0333 * Fax: (202) 727-0659
Government of the District of Columbia
CERTIFICATE OF CLEAN HANDS
TECKNOMIC
1725 I ST NW STE 300
WASHINGTON, DC 20006-2423
EIN :*****8876
i a
b
As reported in the Citywide Clean Hands system, the above referenced
m
individual or entity has no outstanding liability with the District of
l u
Columbia. As of the date herein, you have complied with the following
o
official DC code and therefore are issued this Certificate of Clean
Hands.
f C
TITLE 47. TAXATION, LICENSING, PERMITS, ASSESSMENTS AND FEES
t o
CHAPTER 28. GENERAL LICENSE LAW
SUBCHAPTER II. CLEAN HANDS BEFORE RECEIVING A LICENSE OR PERMIT
ic
D.C. Code 47-2862 (2006)
t r
47-2862. Prohibition against issuance of license or permit.
D is
Date: Monday this 13th day of April 2020 01:50 PM
Authorized By Marc Aronin
Chief, Collection Division
Tracking#: 1276539 This document is a certified, complete and true copy.
1. Contract Number Page of Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT CW48363 1 1
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption
M0009 7/13/20 Temporary Support
Services
6. Issued by: Code 7. Administered by (If other than line 6)
Office of Contracting and Procurement
441 4th Street, NW, Suite 330 South
Washington, DC 20001
8. Name and Address of Contractor (No. street, city, county, state and zip code) 9A. Amendment of Solicitation No.
9B. Dated (See Item 11)
Dexter Spencer
CEO 10A. Modification of Contract/Order No
Tecknomic LLC X CW48363
1725 I Street, N.W.
Suite 300
Washington, DC 20006
Code Facility 10B. Dated (See Item 13)
7/13/17
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers is extended. is not extended.
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:
(a) By completing Items 8 and 15, and returning __________ copies of the amendment: (b) By acknowledging receipt of this amendment on each copy of the
offer submitted; or (c) BY separate letter or fax which includes a reference to the solicitation and amendment number. FAILURE OF YOUR
ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED
MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such may be made by letter
or fax, provided each letter or telegram makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
12. Accounting and Appropriation Data (If Required)
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTORS/ORDERS ,
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14
A. This change order is issued pursuant to (Specify Authority):
The changes set forth in Item 14 are made in the contract/order no. in item 10A.
B. The above numbered contract/order is modified to reflect the administrative changes (such as changes in paying office, appropriation
data
etc.) set forth in item 14, pursuant to the authority of 27 DCMR,.
C. This supplemental agreement is entered into pursuant to authority of: 27 DCMR, Chapter 36, Section 3601.2
X D. Other (Specify type of modification and authority) 27 DCMR, Chapter 20, Section 2008
E. IMPORTANT: Contractor is not is required to sign this document and return one copy to the issuing office.
14. Description of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
A. Pursuant to section 3.4, Option to Extend the Term of the Contract, Contract Number CW4863, is hereby
modified as follows:
1. The District of Columbia Office of Contracting and Procurement hereby exercises its option to extend
the term of the contract for the period of July 13, 2020 through July 12, 2021, with a not-to-exceed
contract amount of $10,000,000.00 for Option Year Three.
B. The contractor is bound by Wage Determination No. 2015-4281, Rev. 16, dated 4/23/20, issued by the
U.S. Department of Labor.
Except as provided herein, all terms and conditions of the document is referenced in Item 9A or 10A remain unchanged and in full force and effect.
15A. Name and Title of Signer (Type or print) 16A. Name of Contracting Officer
James A. Webb, Jr.
15B. Name of Contractor 15C. Date Signed 16B. District of Columbia 16C. Date Signed
(Signature of person authorized to sign) (Signature of Contracting Officer)