MURIEL BOWSER
MAYOR
September 2, 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 451ofthe 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 Councilofthe District of Columbia is proposed
contract CW46503 with Computer Aid, Inc. The proposed contract extension is for a minimum
amountof $100,000.00 to the maximum not-to-exceed amount of $52,000,000.00. The period of
performance shall be October 1, 2020 through September 30, 2021.
Under the proposed contract extension, Computer Aid, Inc shall continue providing critical
engagement of information technology temporary resources performing mission critical services
for the daily business operations of twenty-three District agencies.
Tam 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 Office of Contracting and Procurement, at (202) 724-8759.
J look forward to the Councils favorable consideration of this contract.
Sincerely,
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: CW46503
Proposed Contractor: Computer Aid, Inc.
Contract Amount: Minimum $100,000.00
Maximum Not to Exceed (NTE) $52,000,000.00
Unit and Method of Compensation: Labor Hour
Term of Contract: October 1, 2020 through September 30, 2021
Type of Contract: Indefinite Delivery-Indefinite Quantity
Source Selection Method: Request for Proposals (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: Minimum $100,000.00, Maximum/NTE $55,000,000.00
Council Approval: CA21-0593
Option Period 1 Amount: Minimum $100,000.00, Maximum/NTE $55,000,000.00
Explanation of difference from base period (if applicable):
Council Approval: CA22-0246
Option Period 2 Amount: Minimum $100,000.00, Maximum/NTE $55,000,000.00
Explanation of difference from base period (if applicable):
Council Approval: CA22-0597
1st Contract Extension Amount: Minimum $100,000.00, Maximum/NTE $52,000,000.00
Council Approval: CA23-0303
Explanation of difference from base period (if applicable):
1
The amount for the extension differs from that of the base period and the option years due to an
anticipated decrease in the amount of services procured under the contract for the period of October
1, 2019 through September 30, 2020. For the period of performance in the first extension, the
District has been able to determine with more precision the amount of resources and hours to be
utilized and thus determined a $52,000,000.00 maximum NTE is sufficient.
2nd Contract Extension Proposed Amount: Minimum $100,000.00, Maximum/NTE
$52,000,000.00
Explanation of difference from base period (if applicable):
The amount for the proposed extension differs from that of the previous performance years due to
an anticipated decrease in the amount of services to be procured under the contract for the period of
October 1, 2020 through September 30, 2021. For the upcoming period of performance, the
District has been able to determine with more precision the amount of resources and hours to be
utilized and thus determined a $52,000,000.00 maximum NTE is sufficient.
(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 (OCP), on behalf of the Office of
the Chief Technology Officer (OCTO) has a continuous need for the Contractor, Computer Aid,
Inc., to provide Information Technology (IT) temporary resources to supplement the need for IT
staffing in the District.
(D) The date on which a competitive procurement for these goods or services was last conducted,
the date of the resulting award, and a detailed explanation of why a competitive procurement
is not feasible:
On May 9, 2016, OCP issued RFP, Doc255442, on behalf of OCTO to 128 vendors. The
solicitation closed June 27, 2016, and OCP received six responses. Computer Aid, Inc. (CAI) was
deemed the highest ranked offeror of the six responses. Upon Council approval, contract CW46503
was executed on January 3, 2017 between the District and CAI for a base year and two one-year
option periods.
The approval of an extension to CW46503 will allow the District to continue the engagement of IT
temporary resources performing mission critical services for the daily business operations of
twenty-three District agencies.
(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:
On July 2, 2016, OCP received notice of a protest to solicitation no. Doc255442. The protest,
Protest Number P-1013, was filed with the District of Columbia Contract Appeals Board (CAB) on
June 30, 2016. The protestor was Optimal Solutions and Technologies (OST). On October 11,
2
2016, the CAB dismissed OSTs protest and found that OST did not timely submit their proposal in
accordance with the requirements of the solicitation that the District properly rejected the
protestors late proposal.
(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:
CAICAI is a privately owned Pennsylvania company, established in 1981. Over the last 35 years
much of the growth of the organization has been based on the successful implementation of vendor
managed services and staff augmentation programs across state, Federal, and commercial
organizations. Today CAI is a $592 million organization with 3,500 associates performing services
world-wide. CAI is the leading state managed service provider for staff augmentation, some of their
accomplishment include:
Filled over 17,000 engagements
Achieved more than 90% first round placements
Placed quality candidates, resulting in less than 2% performance failures
Held training sessions and webinars for over 2,000 suppliers which included small and
local businesses
Successfully on-boarded over 3,700 Resources in the last year, resulting in $330M
awarded to targeted suppliers (small, woman-owned, and minority)
Maintained a time-to-fill less than three weeks
CAI has been awarded multiple contracts with similar requirements to contract CW46503,
including of size, scope, and complexity. CAI has maintained an adequate performance with the
State of Iowa Office of the Chief Information Officer, Department of Administrative Services, the
State of Arkansas Department of Finance and Administration, and the Virginia Information
Technology Authority, based on the initial past performance evaluation records submitted with
CAIs proposal. Regarding the District, CAI has received a satisfactory performance record for their
current performance under contract CW46503 with OCTO for both the base and option years.
(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:
The Contractor has submitted a subcontracting plan to comply with the D.C. Official Code 2-
218.01. The submitted subcontracting plan has designated a minimum 95% of the total contract to
Certified Business Enterprises, resulting in a spend of $49,400,000.
(H) Performance standards and the expected outcome of the proposed contract:
3
The Contractors performance will continue to be regularly and routinely monitored by the OCTO.
The expected outcome of the contract is to have the Contractor continue engaging ITtemporary
resources to supplement the need for IT staffing in the District.
(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:
A certification of funding is attached to comply with D.C. Official Code 47-392.01 and 47-
392.02.
(K) 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.
(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):
According to the Districts Certificate of Clean Hands dated June 17, 2020, 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:
According to information provided on the Bidder Offeror Certification form, CAI has certified that
the organization 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, CAI, is not a certified local, small or disadvantaged business enterprise.
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
4
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:
As of June 17, 2020, the Contractor is not registered on the Federal Excluded Parties List nor the
District Excluded Parties List. The submitted Bidder Offeror does not indicate the Contractor is or
has been debarred from providing services to any governmental entities.
(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 Responsibility
Determination and Findings for Price Reasonableness
Determination and Finding for Sole Source Extension
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The contract will be available online at http://ocp.dc.gov.
(S) 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
* Governmentofthe District ofColumbia
*
*
mE OfficeoftheChief Financial Officer 1101 48 Street, SW
Emm Officeof Tax and Revenue Washington, DC 20024
Date of Notice: June 17, 2020 Notice Number: 0004182892
COMPUTER AID INC
1390 RIDGEVIEW DR
ALLENTOWN PA 18104-9065
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 DepartmentofEmployment
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 Mare 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) 724-5048/MyTax.DC.g0v
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
6/5/20
Agency Fiscal Officer
Office of the Chief Technology Officer (OCTO)
DATE: June 04, 2020
SUBJECT: Funding Certification - Pipeline (Sole Source Extension)
Task Order Contract - CW46503
Supplier - Computer Aid Inc.
Period of Performance - October 1, 2020 - September 30, 2021
By this memorandum, the Office of the Chief Financial Officer (OCFO) certifies that the
Office of the Chief Technology Officer (OCTO) has a minimum of $ 100,000.00 available
in the Mayors proposed FY21 Operating Budget to fund the subject Task Order. In
addition, funding for the referenced contract will be obligated prior to all future orders.
If you have any questions concerning this funding certification, please contact Phil Peng,
Agency AFO, at 727-8472
cc: Michael Bolden, Director of Financial Operations, GOC
Phil Peng, AFO, OCTO
Abdi Yusuf, Budget Director, OCTO
Mekete Seleshi, Finance Manager, OCTO
Carol Washington, Chief of Staff, OCTO
Tehsin Faruk, Deputy Chief of Sta ff, OCTO
Chris Yi, Supervisory Contract Specialist
Georgetta Johnson, Contracting Specialist
200 I Street SE * Washington, D.C. 20003
Phone: (202) 727-2277 * Fax: (202) 727-1216
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
x**
ATTORNEY GENERAL ied
KARL A. RACINE
Ga)
Commercial Division
Government Contract Section
MEMORANDUM
TO: Ronan Gulstone
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Chief, Procurement Section
Commercial Division
Office of the Attorney General
DATE: August 26, 2020
SUBJECT: Legal Sufficiency Approval of Second Sole Source Extension
for IT Staff Augmentation (Pipeline)
Contractor: Computer Aid, Inc.
Term of Contract: October 1, 2020 September 30, 2021
Contract No. CW46503, Modification No. 008
Contract Amount: inimum $100,000 Maximum/NTE $52,000,000
Tha 0 to Certify that is ottice nas reviewed the above-referenced Extension
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.
Z 2
Robert Schildkraut
441 Fourth Street, N.W., Suite 3008, Washington, D.C.20001 (202) 727-3400 Fax (202) 347-8922 -L
DocuSign Envelope ID: 234931C1-883E-4470-994F-572969DB9066
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT 1. Contract Number Page of Pages
CW46503 1 1
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption
M0008 10/01/2020 Pipeline
6. Issued by: Code 7. Administered by (If other than line 6)
Office of Contracting and Procurement Office of the Chief Technology Officer
441 4th Street Suite N.W., 330 South 200 I Street S.E., 5th Floor
Washington, D.C. 20001 Washington, D.C. 20003
8. Name and Address of Contractor (No. street, city, county, state and zip 9A. Amendment of Solicitation No.
code)
9B. Dated (See Item 11)
Computer Aid, Inc.
10A. Modification of Contractor/Order No.
1390 Ridgeview Drive
Allentown, PA 18104 X CW46503