MURIEL BOWSER
MAYOR
June 25, 2020
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 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. 0026 to Contract No. CW42864 with Trillian Technologies, LLC to increase
option year four in the amount of $2,182,012.80. The period of performance for Modification No.
0026 is from date of issuance to September 30, 2020.
Under the proposed modification, Trillian Technologies, LLC shall provide 11 additional
resources consisting of one senior Curam business analyst, three mid-level Curam business
analysts, one senior Curam architect, two senior Curam developers and four mid-level Curam
developers with extensive background in data systems management and District of Columbia
Access System Release 1 and Release 2 systems knowledge. The consulting services will be
provided on-site on a full-time basis.
I am 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 Marc Scott,
Chief Operating Officer of the Office of Contracting and Procurement, at (202) 724-8759.
I look forward to the Council's favorable consideration of this contract.
Enc osure
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
(A) Contract Number: CW42864, Modification No. 0026
Proposed Contractor: Trillian Technologies, LLC.
Contract Amount (Modification No. 26): $2,182,012.80
Unit and Method of Compensation: Fixed Price
Term of Contract: From the date of award to September 30, 2020
Type of Contract: Fixed Price
Source Selection Method: Request for Proposal (RFP)
(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: $1,450,000.00
(March 20, 2016 through September 30, 2016)
(Council Approval CA21-0326)
Option Period 1 Amount: $3,322,800.00
(October 1, 2016 through September 30, 2017)
(Council Approval CA21-0378 in the amount of $1,950,000.00)
(Council Approval CA21-0509 in the amount of $1,372,800.00)
Explanation of difference from base period (if applicable): Six additional resources and Curam
support services for DCAS SNAP and TANF were added through Modifications M0003, M0004
and M0007.
Option Period 2 Amount: $6,446,725.50
(October 1, 2017 through September 30, 2018)
1
(Council Approval CA22-0202 in the amount of $3,322,800.00)
(Council Approval A22-0236 in the amount of $3,123,925.50)
Explanation of difference from base period (if applicable): Curam support services for DCAS
SNAP and TANF for Option periods two, three and four were added through Modifications M0011,
M0012 and M0013.
Option Period 3 Amount: $6,446,725.50
(October 1, 2018 through September 30, 2019)
(Council Approval CA22-0603 in the amount of $6,446,725.50)
Explanation of difference from base period (if applicable):
The Contractor has not increased their rates since the base period was awarded. However, nine
additional resources were added in order to complete the project in a timely manner.
Option Period 4 Amount: $8,628,738.30
(October 1, 2019 through September 30, 2020)
(Council Approval CA23-0282 in the amount of $6,446,725.50)
Explanation of difference from base period (if applicable): 11 highly skilled senior level IT
professionals are being added to the project to remediate system defects for DCAS R1 and R2 prior
to the end date of the contract. The cost for the additional resources is $2,182,012.80 and will be
added to the contract via modification M0026.
(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 (the District), on behalf of the
District of Columbias Department of Health Care Finance (DHCF) is adding 11 additional
resources consisting of one Curam Business Analyst (Senior), three Curam Business Analysts
(Mid), one Curam Architect (Senior), two Curam Developers (Senior) and four Curam Developers
(Mid) with an extensive background in data systems management and R1 and R2 system
knowledge transfer from Infosys Public Services (IPS). The consulting services will be provided
on-site on a full-time basis.
(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 solicitation was issued on October 1, 2015 with a closing date of November 4, 2015. Five
amendments were issued to the solicitation; Amendment No 0001: Changed the closing date;
Amendment No. 0002: Changed the solicitation number; Amendment No. 0003: Changed the
period of performance; Amendment No. 0004: Posted the pre-proposal conference sign-in sheets;
Amendment No. 0005: Posted the questions and official responses, changed the Contracting
Officer (CO), and extended closing date.
The Government received nine proposals on the closing date of November 4, 2015 from the
Offerors. A Technical Evaluation Panel (TEP) consisting of several program personnel and two
2
representatives from the Department of Human Services, for a panel of five convened to evaluate
the proposals.
The TEP met on December 3, 2015 under the supervision of the CO to debate the strengths and
weaknesses of each proposal. The TEP thoroughly reviewed all proposals submitted in response to
the solicitation. All offerors presented with the capacity to complete the work. The TEP
recommended award be made to Trillian Technologies, LLC (Trillian) because they were the
highest rank offeror and presented the most advantageous offer to the District of Columbia. The
CO completed an independent assessment on December 21, 2015 and concluded that award be
made to Trillian Technologies, LLC.
(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:
None
(F) 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:
Trillian has demonstrated through past performance reports that their organization has the history,
organizational and technical experience, including the key personnel required to successfully meet
the requirements of the contract. Likewise, it has been determined that Trillian maintains the
financial resources, accounting and operational controls to successfully fulfill the Districts
requirement.
The contractor has been determined responsible in accordance with the Districts Standards for
Responsibility.
(G) 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:
A subcontracting plan is not required for this contract. The contractor is a District CBE and fulfills
100% of the requirements with its own resources.
(H) Performance standards and the expected outcome of the proposed contract:
The expected benefits of the DCAS Project Management Team required under this contract
includes improved delivery of patient, provider and healthcare data services to the Districts
Medicaid recipients. In addition, the District anticipates improved management and administration
of the overall operation and coordination of the DCAS program.
3
(I) 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
(J) 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 DHCF Agency Fiscal Officer certified that funding in the amount of $2,182,012.80 is available
for Modification No. 0026.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The original contract was reviewed by the Office of Attorney General and found to be legally
sufficient. The contractor has no pending claims against the District.
(L) 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):
As of June 11, 2020, the Citywide Clean Hands database certified that the contractor is current with
its District taxes.
(M) 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 certified that it is current with its federal taxes.
(N) 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 and is in good
standing with the DSLBD and the District.
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None
(P) 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:
4
As of May 14, 2020, the contractor does not appear on the Office of the Inspector General
exclusions database, the federal excluded parties list or the Districts list of debarred and suspended
contractors.
(Q) Any determination and findings issues relating to the contracts formation, including any
determination and findings made under D.C. Official Code 2-352.05 (privatization
contracts):
Determination and Findings for Contractors Responsibility
Determination and Findings for Price Reasonableness
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
http://ocp.dc.gov
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
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: June 11, 2020 Notice Number: L0004189124
TRILLIAN TECHNOLOGIES, INC FEIN: **-***9679
739 GIRARD ST NW Case ID: 505326
WASHINGTON DC 20001-3820
CERTIFICATE OF CLEAN HANDS
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
Authorized By Marc Aronin
Chief, Collection Division
To validate this certificate, please visit MyTax.DC.gov. On the MyTax homepage, click Clean Hands
and then the Validate a Certificate of Clean Hands hyperlink.
1101 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DC.gov
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DepartmentofHealth Care Finance
wk kk
|eel
Officeofthe Chief Financial Officer =
MEMORANDUM
TO: George A. Schutter
ChiefProcurement Officer
Office ofContracting and Procuremeny
THRU: Deli whl a
Associate Chief Financial Of
Human Support Services Clu si
FROM: _ Darrin Shaffer ho a.
Agency Fiscal Officer
Department of Health Care Finance
DATE: March 12, 2020
SUBJECT: Certification ofFunding for DCAS Design Development & Implementation -Trillian Technical
Services
The Officeofthe Chief Financial Officer herebycertifies that the sumof $2,182,012.80 is included in the District's
Local Budget and Financial Plan submitted to Congress by the Chairmanofthe Council to the Speakerof the
House of Representatives for Fiscal Year 2020 to fund the costs associated withthecontract for Design
Development & Implementation to support the continued implementation and maintenance of DCAS. The
allocationis as follows:
Vendor: Trillian Technical Services Contract Number: CW42864
Fiscal Year 2020 Fundi i
HTO 8250 409 O1RMF | A34M0 42.75% $932,810.47
HTO (0100 409 DirMi | _A34M0 14.25% $310,936.83
HTO. 0711 409 Darr | A34M0 13.00% $283,661.66
HTO. 0100 409 DARFL A34NO 13.00% $283,661.66
HTO. 0100 409 DIRTL A3400 17.00% $370,942.18
FY20 Trillian Mod $__ 2,182,012.80
Upon approval by Congressofthe Distriets Local Budget and Financial Plan, funds will be sufficient to pay for
fees andcostsassociated with the Contract. This certification supports the contractforthe period October 1, 2019
through September 30, 2020. Should you have any questions, please contact me at (202) 442-9079.
ce: James Simms, DHCF Kenneth Evans, DHCF
Kat Lawrence, DHCF Helena Barbour, DHCF
Darrin Shaffer, OCFO/DHCF
441 4*St.NW, Suite 900 South, Washington, D.C. 20001 (202) 442-598 FAX (202) 478-1373
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
xxx
ATTORNEY GENERAL. aaa
Kar A. RACINE aay
Government Contracts Section.
MEMORANDUM
TO: Ronan Gulstone
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Chief, Government Contracts Section
Commercial Division
DATE: June 8, 2020
SUBJECT: Certificate of Legal Sufficiency of Modification to Increase Option Four
Amount for DCAS Project Management Team
Contract No.: CW42864/Modification No. 26
Contractor: Trillian Technologies, LLC
Total Additional Contract Amount: $2,182,012.80
(PL566930)
This & toCertify Meal vis oftice has reviewed the referenced contract
modification and that we have found it to be legally sufficient subject to the conditions that the
contracting officer secure an updated Clean Hands Certification prior to signing the proposed
modification and that the contracting officer received a signed copy by the vendor of
Modification No. 26 before submitting it for Council approval.
If you have any questions, please do not hesitate to call me at 724-4018.
441 Fourth Street, NW. Suite 3308, Washington, D.C. 20001, (202) 727-3400, Fax (202) 741-0580
1. Contract Number Page of Pages
CW42864 1 2
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption
DCAS Project Management
CW42864 M0026 See Box 16 C Team
6. Issued by: Code 7. Administered by (If other than line 6)
Office of Contracting and Procurement Department of Healthcare Finance
441 4th Street, N.W., Suite 300 South 441 4th Street, N.W., Suite 900 South
Washington, D.C. 20001 Washington, D.C. 20001
8. Nam