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. 005 to Contract No. CW63174 with Immediate Mailing Services, Inc. to
exercise option year two in the not-to-exceed amount of $1,023,191.05. The period of
performance is from October 1, 2020 to September 30, 2021.
Under the proposed modification, Immediate Mailing Services, Inc. shall continue to provide
high quality printing and mailing services for the District of Columbia Access System.
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 Councils favorable consideration of this contract.
Sincerely,
Muriel Bowser
Enclosure
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: CW63174
Proposed Contractor: Immediate Mailing Services, Inc.
Estimated Contract Amount: Not to exceed (NTE) $1,023,191.05
Unit and Method of Compensation: Fixed unit prices
Term of Contract: October 1, 2020 through September 30, 2021
Type of Contract: Indefinite Delivery-Indefinite Quantity (IDIQ)
Source Selection Method: Invitation for Bids
(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:
Estimated Base Period Amount: $999,726.05 NTE
The Base Period was awarded by the Contracting Officer on October 1, 2018.
Option Period 1 Amount: $999,726.05 NTE
Explanation of difference from base period (if applicable):
Partial option year one was awarded by the Contracting Officer on September 24, 2019 and the
remainder of option year one was awarded by the Contracting Officer on February 20, 2020.
Option Period 2 Amount: $1,023,191.05 NTE
Explanation of difference from base period (if applicable):
Option period two is higher than the base period and option period one due to the inflationary
factors related to business operations costs.
Option Period 3 Amount: $1,023,191.05 NTE
Explanation of difference from base period (if applicable):
1
Option period three is higher than the base period and option period one due to the inflationary
factors related to business operations costs.
Option Period 4 Amount: $1,036,951.05 NTE
Explanation of difference from base period (if applicable):
Option period four is higher than the base period and option period one, two and three due to the
inflationary factors related to business operations costs.
(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 (District), on behalf of the
Department of Health Care Finance (DHCF), requires a qualified contractor to provide timely, high
volume, high technology, printing and mailing services for the District of Columbia Access System
(DCAS). On a daily basis, DCAS generates a combination of notices, forms, and invoices, in
multiple languages, for various social services programs administered by DHCF, the District
Department of Human Services (DHS), and the DC Health Benefit Exchange Authority (HBX) that
need to be printed and mailed.
(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 July 10, 2018 as an open-market competitive sealed bid, in
accordance with the 27 DCMR 1500. The solicitation was posted for a total of 15 days, and the bids
were opened publicly on July 25, 2018 at 2:00 p.m. On July 25, 2018, the District received four
bids.
The Contracting Officer evaluated each bid in accordance with 27 DCMR 1540.1, and determined
Immediate Mailing Services, Inc. (IMS) was the most responsible and responsive bidder, and the
price proposed by IMS was considered fair and reasonable. In accordance with 27 DCMR 1541.1,
the Contracting Officer awarded the contract to Immediate Mailing Services, Inc.
(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 August 17, 2018, ForMost Advanced Creations (FAC) filed a formal protest based on their
belief FAC was the lowest priced responsive and responsible bidder. On September 18, 2018, FAC
submitted a notice of withdrawal of its protest allegations thereby seeking dismissal of the protest,
which also included an ancillary request that the District not exercise the awarded contracts option
year terms and conduct a follow-on procurement after the completion of the contracts base year.
On October 2, 2018, the Contract Appeals Board dismissed the protest with prejudice and found no
basis under the protest withdrawal rules to grant FACs request regarding the Districts future
procurement actions.
2
(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:
The Contractor has extensive experience providing printing and mailing services. The Contractor
has demonstrated through past performance reports that their organization has the history,
organizational and technical experience required to successfully meet the requirements of the
contract. Likewise, it has been determined that the Offeror 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:
The Contractor provided a subcontracting plan with a set aside of 35% with a total dollar amount of
$358,116.87.
(H) Performance standards and the expected outcome of the proposed contract:
The expected outcome of the proposed contract is to provide notices to District residents for various
social services programs administered by DHCF, DHS and HBX.
(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 agency Chief Financial Officer has certified that funding is available for FY 2021.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The Contract has been reviewed by the Office of the Attorney General and found to be legally
sufficient. The Contractor has no pending legal claim 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;
3
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):
On July 7, 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 not a certified local, small or disadvantaged business enterprise.
(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:
As of June 30, 2020, the Contractor does not appear on the Office of 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 Contractor Responsibility dated July 28, 2020
Determination and Findings for Price Reasonableness dated July 28, 2020
(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
4
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 7, 2020 Notice Number: L0004221544
IMMEDIATE MAILING SERVICES, INC FEIN: **-***3143
245 COMMERCE BLVD Case ID: 515548
LIVERPOOL NY 13088-4541
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
Department of Health Care Finance
Office of the Chief Financial Officer
MEMORANDUM
TO: George A. Schutter
Chief Procurement Officer
Office of Contracting and Procurement
THRU: Delicia V. Moore
Associate Chief Financial Officer
Human Support Services Cluster
FROM: Darrin Shaffer
Agency Fiscal Officer
Department of Health Care Finance
DATE: August 3, 2020
SUBJECT: Certification of Funding for IMS
The Office of the Chief Financial Officer hereby certifies that the sum of $1,023,191.05 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 notice
printing services contract with IMS. 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. This
certification supports the contract for the period October 1, 2020 through September 30, 2021.
Vendor: IMS Contract Number: CW63714
Fiscal Year 2021 Funding:
Agency Fund Grant Object Amount
HT0 8250 MMAD21/21 0409 $ 437,414.17
HT0 100 0409 $ 145,804.72
HT0 711 0409 $ 133,014.84
HT0 100 0409 $ 133,014.84
HT0 100 0409 $ 173,942.48
FY21 Printing Services (OY2) $ 1,023,191.05
NOTE: Certification is contingent upon approval of the Districts FY21 Budget.
Should you have any questions, please contact me at (202) 442-9079.
cc: James Simms, DHCF
Helena Barbour, DHCF
Darrin Shaffer, OCFO/DHCF
Kenneth Evans, DHCF
441 4th St. NW, Suite 900 South, Washington, D.C. 20001 (202) 442-5988 FAX (202) 478-1373
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
xe *
a
ATTORNEY GENERAL aay
Kar A. RACINE
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 15, 2020
SUBJECT: Exercise of Option Year Two
DCAS Printing and Mailing Services
Contractor: Immediate Mailing Services (IMS)
Contract No.: CW63174
Maximum Contract Amount: $1,023,191.05
This inteCotily UA tris otvice has rev
theiew
above-refed
erenced
Contract Package and that we have found it to be legally sufficient. Ifyou have any
questions in this regard, please do not hesitate to call me at 724-4018.
oe
Robert Schildkraut
400 Sixth Street, N.W., Washington, D.C. 20001 (202) 727-3400 Fax (202) 741-5228
1. Contract Number Page of Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT CW63174 1 1
2. Amendment/Modification 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption
Number
DCAS Printing and
M0005 See box 16C Mailing
6. Issued by: Code 7. Administered by (If other than line 6)
Office of Contracting and Procurement Department of Health Care Finance
441 4th Street NW, Suite 300S 441 4th Street, NW, Suite 900S
Washington, DC 20001 Washington, DC 20001
8. Name and Address of Contractor (No. street, city, county, state and zip 9A. Amendment of Solicitation No.
code)
9B. Dated (See Item 11)
Mr. Mark Vanderpool
10A. Modification of Contract/Order No.
Immediate Mailing Services, Inc
X CW63174
245 Commerce Blvd
Liverpool, NY 13088
Phone: (315) 437-4189 x392
Email: mvanderpool@IMSDirect.com
10B. Dated (See Item 13)
Code Facility October 1, 2018
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 O