GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Chief Financial Officer
Page 2
Guidelines on the OCFOs Katrina Relief Efforts
September 15, 2005
Jeffrey S. DeWitt
Chief Financial Officer
June 16, 2020
The Honorable Phil Mendelson
Chairperson
Council of the District of Columbia
1350 Pennsylvania Avenue, NW, Suite 504
Washington, DC 20004
Dear Chairman Mendelson:
Pursuant to D. C. Official Code 2-352.02a, enclosed for consideration and approval by the
Council of the District of Columbia is proposed contract CFOPD-20-C-022B with Myers and
Stauffer LC. The proposed contract is in the not to exceed amount of $1,418,688.22 for the period
of September 1, 2020 through August 31, 2021.
Under the proposed contract, Myers and Stauffer LC shall provide audit services on behalf of
Department of Health Care Finance to assure that payments made to health care services
providers participating in the Medicaid Program are in compliance with Federal and District laws
and rules.
As always, I am available to discuss any questions you may have regarding the proposed contract.
In order to facilitate a response to any questions concerning the proposed contract, please have
your staff contact Dorothy Whisler Fortune, Director of the Office of Contracts for the Office of
the Chief Financial Officer at (202) 442-8078.
Sincerely,
Jeffrey S. DeWitt
cc: Nyasha Smith, Secretary, Council of the District of Columbia
John A. Wilson Building * 1350 Pennsylvania Avenue, NW * Suite 203 * Washington, DC 20004
Phone: (202) 727-2476 * Fax: (202) 727-1643 * www.cfo.dc.gov
Page 2
TABLE OF CONTENTS
Contract Number: CFOPD-20-C-022B
Myers and Stauffer LC
Section I District of Columbia Council Summary
Attachment A: Clean Hands Certification
Attachment B: Funding Certification and COVID19 Waiver Determination and Finding
Attachment C: Certification of Legal Sufficiency
Attachment D: Excluded Parties List
Attachment E CBE Certification
Section II Determination and Findings of Price Reasonableness
Determination and Findings of Contractors Responsibility
Section III Proposed Contract
Point of Contact Information:
Drakus Wiggins, Contracting Officer
Office of the Chief Financial Officer
Office of Contracts
1100 4th Street, SW, Suite E620
Washington, DC 20024
Phone: 202-442-7121
Fax: 202-442-6454
Email: drakus.wiggins@dc.gov
SECTION I
DISTRICT OF COLUMBIA COUNCIL
SUMMARY
COUNCIL CONTRACT SUMMARY
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.
(1) The proposed contractor, contract amount, unit and method of compensation, contract term,
type of contract and source selection method:
x Prime Contractor: Myers and Stauffer LC
x Subcontractor: FS Taylor & Associates
x Contract Amount: The proposed contract amount for the base period is $1,418,688.22.
The proposed amount for each option period is as follows: Option Period 1 is
$1,561,028.81, Option Period 2 is $1,610,158.23, Option Period 3 is $1,659,287.65, and
Option Period 4 is $1,708,417.07. The contract amount for the option periods differs from
the contract amount for the base period due to the higher contractor unit prices in the option
periods and the Districts projected usage.
x Unit and method of compensation: United States Dollars (USD) in accordance with
Section B, Pricing, of the contract.
x Contract Term: The contract has a base period of one (1) year with four (4), one (1) year
options.
x Contract Type: Firm Fixed Price
x Source Selection Method: Competitive Sealed Proposals
(2) 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 purpose of the proposed contract is for Myers and Stauffer LC to provide medical audit
services on behalf of Department of Health Care Finance to assure that payments made to health
care services providers participating in the Medicaid Program are in compliance with Federal and
District laws and rules.
The Medicaid Program was established in accordance with applicable provisions of Title XIX of
the Social Security Act to provide medical and other services to medically needy and indigent
persons. The public and private providers of health care services who participate in the Medicaid
Program (Providers) are entitled to reimbursement determined for specific health care services
rendered to Medicaid recipients in accordance with the prescribed methodologies set forth in the
District of Columbia State Plan for Medical Assistance (State Plan) (Accessible at
http://dhcf.dc.gov/page/medicaid-state-plan) under Section 4.19 - General Program Administration,
Payment for Services and Title 29 D.C. Municipal Regulations (DCMR).
The deliverables are approved by the COTR in accordance with Sections B and C of the contract.
(3) The selection process, including the number of offerors, the evaluation criteria, and the
evaluation results, including price, technical or quality, and past-performance components:
This was a competitive request for proposals procurement. The solicitation was advertised in the
Washington Times newspaper and online to prospective offerors. The solicitation stated the
Districts intent to award up to three contracts to the responsive, responsible offerors whose offers
were most advantageous to the District, based on the evaluation factors specified in the solicitation.
There were three (3) proposals submitted in response to the solicitation. The Technical Proposal
was worth 85 points and the Price Proposal was worth 15 points for a total of 100 points. The
preference point provisions of the Small, Local, and Disadvantaged Business Enterprise
Development and Assistance Act of 2005, D.C. Official Code 2-218.01 et seq., applied to the
solicitation for a maximum attainable total of 112 points. The proposals were evaluated based on
technical approach and methodology, technical expertise, experience and past performance, and
price. All three offerors were determined to be in the competitive range. All three offerors were
ranked and recommended for award based on the total scores.
(3A) 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, and the identity of the protestor, grounds alleged
in the protest and any deficiencies identified by the District as a result of the protest:
There was no protest filed related to the award of this contract.
(4) 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:
Myers and Stauffer LC has worked with DHCF for over five (5) years providing professional
auditing and consulting services. Myers and Stauffer LC has worked with Medicare and Medicaid
agencies for 43 years, including auditing Medicaid providers on behalf of state Medicaid
agencies and the U.S. Department of Justice (DOJ). Myers and Stauffer LC has nearly 900
professionals, who work full time with local, state, and federal health care programs.
Myers and Stauffer LC has received good performance reviews for work provided to the District
and on other government contract for similar services. The personnel that Myers and Stauffer LC
has provided to perform the services have been approved by the District and based on a DUNS
Report dated June 5, 2020, Myers and Stauffer LC has demonstrated its financial stability.
(4A) A summary of the subcontracting plan required under D.C. Code 2-218.01 et seq.,
including a certification by the District that the subcontracting plan meets the minimum
requirements and the dollar volume of the portion of the contract to be subcontracted, in
both total dollars and as a percentage of the total contract amount:
Myers and Stauffer LC has a 50% subcontracting plan with FS Taylor & Associates in the not
to exceed amount of $709,344.10 that meets the requirements under D.C. Code 2-218.01 et
seq.
(5) Performance standards and expected outcomes of the proposed contract:
The contract shall be performed as defined in Section C of the contract.
(5A) The amount and date of any expenditure of funds by the District pursuant to the contract
before its submission to the Council for approval:
There have been no expenditures to date.
(6) 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 funding certification is included in this Council package.
(7) A certification that the proposed contract is legally sufficient, including whether the proposed
contractor has any currently pending legal claims against the District:
Legal Sufficiency is provided in this Council package.
(8) 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, (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 amount pursuant to D.C. Official Code 2-353.01(9).
The Clean Hands compliance document is included in this Council package.
(8A) A certification that the proposed contract 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 Bidder Offeror Certification is included in the Council package.
(9) 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, effective October 20, 2005 (D.C. Law 16-33; D.C.
Official Code 2-218.01 et seq.):
Myers and Stauffer LC is not a Certified Business Enterprise (CBE). Myers and Stauffer LC has
one (1) CBE subcontractor, FS Taylor & Associates, working on this proposed contract. The CBE
certification is included in the Council package.
(10) Other aspects of the proposed contract that the CPO considers significant:
None.
(11) 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:
Myers and Stauffer LC do not appear on the Federal Excluded Parties List System (EPLS) or the
District Excluded Parties List.
(11A) Any determination and findings issued in relation to the contracts formation, including
any made using the privatization procedures under D.C. Code 2-352.05:
All determination and findings issued in relation to the contract formation are included in this
package.
(12) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The contract and all amendments and modifications shall be available online at the following
website address: https://dc.cobblestonesystems.com/public/default.aspx
(13) Where the original solicitation, and any amendments and modifications will be made
available online:
The original solicitation and any amendments and modification shall be available online at the
following website address: https://dc.cobblestonesystems.com/public/default.aspx
_______________________________
Dorothy Whisler Fortune, Esq. CPPO
Director
Office of Contracts
Type text here
ATTACHMENT A
CLEAN HANDS CERTIFICATION
Government of the District of Columbia
CERTIFICATE OF CLEAN HANDS
MYERS AND STAUFFER, LC
700 W 47TH ST STE 1100
KANSAS CITY, MO 64112-1922
EIN :*****4042
i a
b
As reported in the Citywide Clean Hands system, the above referenced
individual or entity has no outstanding liability with the District of
m
Columbia. As of the date herein, you have complied with the following
u
Hands.
o l
official DC code and therefore are issued this Certificate of Clean
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
c
D.C. Code 47-2862 (2006)
r i
47-2862. Prohibition against issuance of license or permit.
t
D is
Date: Monday this 30th day of March 2020 11:03 AM
Authorized By Marc Aronin
Chief, Collection Division
Tracking#: 1269515 This document is a certified, complete and true copy.
ATTACHMENT B
FUNDING CERTIFICATION AND COVID19 WAIVER DETERMINATION AND FINDING
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Department of Health Care Finance
Office of the Chief Financial Officer
MEMORANDUM
TO: Dorothy Fortune
Director and Chief Procurement Officer
Office of Contracts
THRU: Delicia V. Moore
Associate Chief Financial
ncial Officer
Human Supportt Services Cluster
FROM: Darrin Shaffer
Agency Fiscal Officer
Department off Health
H l h Care
C FiFinance
DATE: May 20, 2020
SUBJECT: Certification of Funding for Myers Stauffer, LLC Contract
The Office of the Chief Financial Officer hereby certifies that the sum of $1,418,688.22 is included in the
Districts Local Budget and Financial Plan submitted to Congress by the Chairman of the Council to the
Speaker of the House of Representatives for Fiscal Year 2020 to fund the costs associated with the Myers
Stauffer LLC Audit Contract. This certification supports the contract cost from September 1, 2020 to August
31, 2021. The allocation is as follows:
Vendor: Myers Stauffer LLC Contract Number: TBD
Fiscal Year 2020 Funding:
Agency Fund Index PCA Object Grant Amount
HT0 0100 LC141 C1410 0409 N/A $15,965.13
HT0 8250 C41A0 C1410 0409 MMAD20/20 $13,062.37
FY20 Contract Total $29,027.50
Fiscal Year 2021 Funding:
Agency Fund Index PCA Object Grant Amount
HT0 0100 LC141 C1410 0409 N/A $354,345.23
HT0 0112 CD141 C1410 0409 N/A $409,968.17
HT0 8250 C41A1 C1410 0409 MMAD21/21 $625,347.32
FY21 Contract Total $1,389,660.72
Upon approval by Congress of the Districts Local Budget and Financial Plan, funds will be sufficient to
pay for fees and costs associated with the Contract. There is no fiscal impact associated with this contract.
441 4th St. NW, Suite 900 South, Washington, D.C. 20001 (202) 442-5988 FAX (202) 478-1373
Should you have any questions, please contact me on (202) 442-9079.
cc: Crystal Farmer-Linder, Contract Specialist, OCFO
Frederick Hoeflinger, Reimbursement Officer, OCFO/DHCF
441 4th St. NW, Suite 900 South, Washington, D.C. 20001 (202) 442-5988 FAX (202) 478-1373
DETERMINATION AND FINDING
FOR
CONTRACT WAIVER OF FISCAL YEAR 20 EXPENDITURE RESTRICTIONS
AGENCY: Office of the Chief Financial Officer
CONTRACT NO: CFOPD-20-C-022B
CONTRACTOR: Myers and Stauffer LC
CAPTION: Medical Audit Services
FINDINGS
1. AUTHORITY
Mayors Order 2020-057, VI. and XI.
2. DESCRIPTION
The District of Columbia Office of the Chief Financial Officer, Office of Contracts, on behalf
of Department of Health Care Finance (DHCF) (the District) is awarding a contract to
provide audit services to assure that payments made to health care services providers
participating in the Medicaid Program are in compliance with Federal and District laws and
rules, and comply with federal and District audit requirements. The amount of the contract is
$1,418,688.22.
3. FACTS WHICH JUSTIFY THE CONTRACT WAIVER
The OCFOs Deputy CFO/Chief of Staff, in consultation with the Agency Fiscal Officer and
Executive Director of Human Resources has determined that:
a. The waiver is necessary to respond to the coronavirus (COVID-19) public health
emergency;
b. The waiver is otherwise necessary for the public health, safety, or welfare;
c. The waiver is necessary to carry out an essential function of the District government;
d. The waiver will result in the generation of revenue for the District government; or
e. The expenditure for which the waiver is requested is funded in whole or in significant part
by federal or private funds.
DETERMINATION
In accordance with Mayors Order 2020-057, VI. and XI., I hereby determine that with regards
to non-personal services expenditures by the OCFO, it is determined that the waiver meets one
of the criteria set forth in Section VI.1. a-e of the Order. Thus, it is in the best interest of the
District to meet its requirements using Myers and Stauffer LC for Medical Audit Services.
May 21, 2020
_______________________ ________________________________
_______________________
_ ___