MURIEL BOWSER
MAYOR
September 18, 2020
The Honorable Phil Mendelson
Chairman
Council of the District of Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, N.W., Suite 504
Washington, D.C. 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. M0023 to Contract No: CW47472 with DC Doors, Incorporated to exercise
option year four in the not-to-exceed amount of $1,573,608.00. The period of performance is
from October 1, 2020 through September 30, 2021.
Under the proposed modification, DC Doors, Incorporated shall continue to provide case
management services, individual utilities rate and individual financial assistance for participants
in its Permanent Supportive Housing Program II (PSH2). PSH2 provides long-term housing and
case management services to chronically homeless individuals and families with histories of
homelessness.
I am available to discuss any questions you may have regarding the proposed modification. 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 Councils favorable consideration of this modification.
Sincerely,
Muriel Bowser
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
(Standard and multiyear)
(A) HCA Number: CW47472
Proposed Provider: DC Doors, Incorporated
HCA Amount: Not-to-exceed $1,573,608.00
Unit and Method of Compensation: Firm Fixed Price with Cost Reimbursable
Component
Term of HCA: October 1, 2020 through September 30, 2021
Option Period Four
Type of Contract: Human Care Agreement (HCA) under which task
orders (contracts) are to be issued for District
requirements.
Source Selection Method: Request for Qualifications (RFQ)
(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: $ 434,956.00 NTE
Option Period 1 Amount: $ 436,478.00 NTE
Explanation of difference from base period (if applicable):
Option Period 2 Amount: $ 472,375.00 NTE
Explanation of difference from base period (if applicable):
Option Period 3 Amount: $ 928,260.00 NTE
Explanation of difference from base period (if applicable):
1
Option Period 4 Amount: $1,573,608.00NTE
Explanation of difference from base period (if applicable):
Increase in clients served under Permanent Supportive Housing Program as a result of additional
Housing Vouchers approved by Council for Fiscal Year 2021.
(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 purpose of this program is to enable participants to obtain and maintain long-term housing and
self-sufficiency. The success of the aforementioned will be achieved referring and connecting
participants to supportive services who will address their barriers to obtaining and maintaining
permanent housing and an optimum level of self-sufficiency.
(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:
Request for Qualifications DOC257275 was an open Request for Qualification that was first
posted in the Procurement Automated Support System on May 17, 2016 with a closing date June 6,
2016. The final posting was re-opened on November 19, 2018 with a closing date of December
18, 2018. The District received a total of twenty-three cost and technical proposals. Twenty-one
of the twenty-three responses were deemed qualified. Eighteen of the twenty-three Providers are
currently awarded HCAs. DC Doors, Incorporated was one of the Providers deemed qualified and
issued a HCA.
All responses were evaluated according to the Qualification criteria set forth in Section 2.5 of the
RFQs INSTRUCTIONS, CRITERIA, CONDITIONS AND NOTICES TO PROVIDERS and
the procedures set forth in 27 DCMR 1905- 1906, were followed.
(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:
No protests were received.
(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:
DC Doors, Incorporated is an independent 501(c)(3) agency serving families and single individuals
to break the cycle of poverty and homelessness through various social welfare programs. DC
Doors, Incorporated has adequate financial resources to perform the required services and the
ability to obtain those resources. The evidence is provided from the Providers financial history as
reported by Dun and Bradstreet Business Report; completed on July 2, 2020.
DC Doors, Incorporated has provided the same or similar services for the District and received a
positive performance rating. This evidence is provided in their Past Performance evaluation
submitted on September 10, 2020. The provider of these services and its performance has been
satisfactory.
(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:
No Subcontracting Plan is required for this Human Care Agreement.
(H) Performance standards and the expected outcome of the proposed contract:
The District expects the Provider to continue to provide comprehensive case management services
for clients in the Permanent Supportive Housing Program II (PSH2). In Section C of the HCA, the
District outlined the requirements and required deliverables that the Provider is responsible for
providing. The goal of the PSH2 is to create the enabling conditions for program participants to
achieve the following objectives: 1) obtain long-term housing; 2) maintain their housing by
complying with any/all lease provisions and local laws; and, 3) achieve the highest level of self-
sufficiency possible and improve the overall quality of their lives.
(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 to date.
(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:
Per the Funding Certification, the agencys Associate Chief Financial Officer certified that funds in
the required amount are available to fund the services.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The proposed modification has been reviewed for legal sufficiency by the District of Columbia
Office of the Attorney General and has been determined to be legally sufficient.
The proposed provider does not have any currently pending legal 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):
The Citywide database indicates the Provider is current with its District taxes, as of July 27, 2020.
(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:
Based on information contained in the Bidder Offeror Certification form, DC Doors, Incorporated
has certified that it is current with its federal taxes and does not have any outstanding debt to the
federal government.
(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.:
Not applicable. The provider is not a certified local, small, or disadvantaged business enterprise.
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
This Agreement is not a commitment by the District to purchase from the Provider any quantity of a
particular good or service covered under this Human Care Agreement. The District shall be
obligated only to the extent that authorized purchases are actually made by purchase order or task
order pursuant to this Human Care Agreement.
(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:
DC Doors, Incorporated is not debarred or suspended from Federal or District procurements, based
on searches of the District Office of Contracting and Procurement excluded parties list dated
August 9, 2020, the Office of the Inspector General excluded database conducted on August 11,
2020 and the System for Award Management database conducted on August 11, 2020.
(Q) Any determination and findings issued 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 Human Care Agreement; dated May 16, 2016.
Determination and Findings for Contractors Responsibility; dated September 11, 2020.
Determination and Findings for Cost-Reimbursement; dated August 12, 2020.
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The contract is available on the Office of Contracting and Procurement website, www.ocp.dc.gov.
(S) Where the original solicitation, and any amendments or modifications, will be made
available online:
The solicitation and its amendments are available on the Office of Contracting and Procurement
website, www.ocp.dc.gov.
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: July 27, 2020 Notice Number: L0004240435
D.C. DOORS FEIN: **-***7906
900 RHODE ISLAND AVE NE Case ID: 522568
WASHINGTON DC 20018-1734
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 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
DEPARTMENT OF HUMAN SERVICES
Office of the Agency Fiscal Officer
MEMORANDUM
TO: George A. Schutter III
Contracting Officer
Office of Contracting and Procurement
THRU: Delicia V. Moore
Associate Chief Financial Officer
Human Support Services Cluster
FROM: Hayden Bernard
Agency Fiscal Officer
Department of Human Services
DATE: August 10, 2020
SUBJECT: Certification of Funding Availability for DC Doors Contract No. CW47472
Option Year 4
The Office of the Chief Financial Officer certifies the sum of $ 1,573,608 for DC Doors, for
Permanent Supportive Housing. The funds are 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 2021.
The contract extends from the period of October 01, 2020, through September 30, 2021. 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 the
contract.
If you have further questions, please contact Hayden Bernard, Agency Fiscal Officer at
(202) 671-4240.
______________________________________________________________________________
64 New York Avenue, N.E., 4th Floor, Washington, DC 20002 (202) 671-4200 Fax (202) 671-4203
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
xe
ATTORNEY GENERAL aa
KARIA. RACINE Ene
Government Contracts Section
MEMORANDUM
TO: Ronan Gulstone
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Chief, Government Contracts Section
Commercial Division
DATE: September 14, 2020
SUBJECT: Legal Sufficiency Approval of Exercise of Option Year Four
of Human Care Agreement
Permanent Supportive Housing Program II
Provider: Provider: DC Doors Incorporated
Human Care Agreement No.: CW47472/ Mod 23
Term: October 1, 2020 September 30, 2021
Estimated Contract Amount: Not-to-Exceed $1,573,608
This toCortfy Leal is office has reviewed the referenced agreement
and that we have found it to be legally sufficient. Ifyou have any questions, please do not
hesitate to call me at 724-4018.
Robert Schildkraut
400 Sixth Street, NW, Washington, D.C. 20001, (202) 727-3400, Fax (202) 741-0580
1. Contract Number Page of
Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT CW47472 1 3
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Order No. 5. Solicitation Caption
Permanent Supportive HousingII
M0023 See block 16c Program-Case Management
6. Issued by: Code 7. Administered By: (If other than line 6)
Office of Contracting and Procurement District of Columbia Government
District of Columbia Government Department of Human Services
441 4th Street NW, Suite 330 South 64 New York Avenue, N.E.
Washington, DC 20001 Washington, DC 20002
Email: rhonda.meriwether@dc.gov
8. Name and Address of Contractor (No. street, city, county, state and zip code) 9A. Amendment of Solicitation No.
DC Doors, Inc.
1545 6th Street, NW 9B. Dated (See Item 11)
Washington, DC 20001
10A. Modification of Contract/Order No.
POINT OF CONTACT: Janethe Pena E-Mail: janethe@dcdoors.org X CW47472
Code TIN 10B. Dated (See Item 13)
10/7/2016
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 ISP is extended. is not extended.
ISP 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) completing Items 8 and 15, and returning ___ copies of the amendment; (b) acknowle