MURIEL BOWSER
MAYOR
January 21, 2021
The Honorable Phil Mendelson
Chairman
Councilofthe 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 Councilofthe District of Columbia is proposed
Modification No. M0028 to Contract No. CW46211 with The Community Partnership for the
Prevention of Homelessness to exercise option year four in the not-to-exceed amount of
$67,506,184.39. The period of performance is from February 1, 2021 to January 31, 2022.
Under the proposed modification, The Community Partnership for the Prevention of Homelessness
shall continue to provide continuous Management Oversight for Shelter Programs under the
Continuum of Care within the District.
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 Officerofthe Office of Contracting and Procurement, at (202) 724-8759.
I look forward to the Councils favorable consideration of this contract.
Sincepely.
Murifl Bows
Encldgure
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
(Standard)
(A) Contract Number: CW46211
Proposed Contractor: The Community Partnership for the Prevention of
Homelessness (TCP)
Contract Amount: Not-to-Exceed $67,506,184.39 NTE
Unit and Method of Compensation: Units are priced per month for each CLIN
Term of Contract: February 1, 2021 through January 31, 2022
Option Period Four
Type of Contract: Firm Fixed Price, Requirements Contract with Firm-
Fixed unit prices and a Cost Reimbursement
Component
Source Selection Method: Competitive Request for Proposals
(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: $75,386,862.96 NTE
(CA22-0011)
Option Period 1 Amount: Exercise Option Period 1
$81,000,000.00 NTE
(CA22-0386)
Tipping Action Option Period 1- bringing contract value to $84,150,858.32
(CA22-0728)
1
Option Period 2 Amount: $79,345,817.94 NTE
(CA23-0013)
Option Period 3 Amount: $79,585,083.86 NTE
(CA23-0415)
Option Period 4 Amount: $67,506,184.39 NTE
Explanation of difference from base period (if applicable):
The Contractor originally proposed an Option Period Four NTE amount of $84,375,387.36. Due to
budget reductions, Option Period Four has been negotiated down to $67,506,184.39 NTE.
(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 Continuum of Care includes a network of service providers to provide services to approximately
10,000 individuals who are homeless or at risk of becoming homeless in the District. The Contractor
shall also continue to provide specific hypothermia shelters, overflow shelters, low- barrier shelters,
temporary shelters, transitional housing, case management for rapid rehousing, housing for single adults
and families experiencing homelessness in the District.
The services under the proposed contract are essential to the mission of the Department of Human
Services and ensures the District complies with the right to shelter mandate included in the Homeless
Services Reform Act.
Further, without this contract, the lack of shelter and services would have a catastrophic effect on
approximately 10,000 of the Districts most at risk and vulnerable residents who rely on these
services to survive.
(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:
Contract No. CW46211 was procured via the competitive sealed proposal method pursuant to DC Code
2-354.03, and 27 DCMR Chapter 16, Section 1600.1. The solicitation was advertised on the e-sourcing
module and in the Washington Times on June 8, 2016. The solicitation was a full and open competition,
and three responses were received by the due date.
2
Amendment No. 0001 was issued on July 1, 2016, to revise attachments J.10 and J.12; Facility sites
and Government Furnished Property Listing. Amendment No. 0002 was issued on September 15, 2016,
to offerors within the competitive range to clarify case management requirements and government
furnished property. Amendment No. 0003 was issued to clarify the price schedule and further clarify
case management requirements. Amendment No. 0004 was issued on December 6, 2016, to offerors
within the competitive range to increase the period of performance of the base period from six months
to twelve months.
Three proposals were received in response to the solicitation. The proposals were evaluated in
accordance with the solicitation language by the Technical Evaluation Panel (TEP) and the
Contracting Officer. Based on the consensus scores submitted by the TEP and the computed price
scores, TCP received the highest score making them most advantageous to the District.
(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 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:
The Community Partnership for the Prevention of Homelessness (TCP) is a 501 (c) (3) organization
that has served as the lead agency for the Districts continuum of care for the homeless since 1994.
TCP has the financial stability and can adequately obtain the resources required for the support services
of this contract. This evidence is provided from the Contractors financial history as reported by Dun
and Bradstreet Business Report; Completed on December 1, 2020.
In accordance with the Contract Performance Evaluation, submitted on December 17, 2020 by the
Contract Administrator, the contractor of these services is cooperative, responsive and provides the
goods and services by the final delivery date as agreed too. In these categories, the contractor
performance received satisfactory marks.
(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:
DSLBD adjusted the subcontracting goal requirement from 35% to 30.71% SBE required
participation. The current subcontracting plan reflects the required 30.71%.
3
(H) Performance standards and the expected outcome of the proposed contract:
The District expects the Contractor to continue to provide a comprehensive system of services for
individuals and families who are homeless or at risk of becoming homeless. In Section F of the
contract, the District outlined the required deliverables that the Contractor is responsible for providing.
The goal of this program is not only to assist those persons who are homeless to obtain essential
services but to eventually move them to a more stable and permanent situation.
(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:
Per the Funding Certification, the Associate Chief Financial Officer certified that funds 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 contract has been reviewed for legal sufficiency by the Office of the Attorney General
and has been determined to be legally sufficient. The proposed contractor 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):
On December 1, 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:
Based on information contained in the Bidder Offeror certification form, TCP 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.:
TCP is a not-for-profit organization and is not qualified to participate in the Districts CBE
certification program.
4
(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:
TCP is not debarred or suspended from Federal or District procurements, based on searches of the
District Office of Contracting and Procurement (OCP) excluded parties list, System for Award
Management (SAM) database conducted on December 1, 2020.
(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):
The determination and findings for contractor responsibility dated December 17, 2020.
The determination and findings for cost reimbursement dated December 17, 2020.
The determination and findings for price reasonableness dated December 17, 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.
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: December 1, 2020 Notice Number: L0004579658
COMMUNITY PARTNERSHIP FOR THE PREVENTION HOME FEIN: **-***1401
801 PENNSYLVANIA AVE SE STE Case ID: 586968
WASHINGTON DC 20003-2158
CERTIFICATE OF CLEAN HANDS
As reported in the Cle
As Clean Hands system, the above referenced individual/entity has no outstanding
Clea
C
liability
iability District oof Columbia Office of Tax and Revenue or the Department of Employment
ility with the Di
Services.
vices. above, the individual/entity has complied with DC Code 47-2862, therefore
ices. As of the date abov
this Certificate Hands is issued.
ertificate of Clean Hand
TITLE
TLE 47. TAXATION, LLICENSING, PERMITS, ASSESSMENTS, AND FEES
CHAPTER 28 GENERAL LICENSE
CHAP
SUBCHAPTER HANDS BEFORE RECEIVING A LICENSE OR PERMIT
PTER II. CLEAN HAN
HAND
CODE 47-2862 (2006)
D.C. CO
47-2862 PROHIBITION
ROHIBITION AGAINST
AGAIN ISSUANCE OF LICENSE OR PERMIT
AGAINS
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: December 15, 2020
SUBJECT: Certification of Funding Availability for New Management Continuum of Care Contract #
CW46211.
The Office of the Chief Financial Officer certifies the sum of $44,771,104.73 for The
Community Partnership Continuum of Care contract. 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.
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. The total funding requirements
for the contract is $67,506,184.39 from February 1, 2021 through January 31, 2022. The
remaining $22,735,079.66 is subject to the availability of funds in the FY2022 approved budget.
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
Officeof the Attorney General
xk *
ATTORNEY GENERAL haa
KARL A, RACINE EES
Government Contracts Section
MEMORANDUM
TO: Ronan Gulstone
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Chief, Government Contracts Section
Commercial Division
DATE: January 13, 2021
SUBJECT: Certificate of Legal Sufficiency for Exercising Option Year Four
For Management Oversight for Shelter Programs under
the Continuumof Care
Contractor: The Community Partnership for the Prevention of Homelessness (TCP)
Contract No: CW46211
Option Year Four Amount: $67,506,184.39 NTE
Theos cs toCortify Leal vis oftce has reviewed the referenced contract
and that we have found it to be legally sufficient subject to DSLBD providing an approved
waiver of District subcontracting requirements. If you have any questions, please do not hesitate
to call me at 724-4018,

Robert Schildkraut
400 Sixth Street, NW, Suite 9100, Washington, D.C. 20001, (202) 727-3400, Fax (202) 741-0580
1. Contract Number Page of Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT CW46211 1 1
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request 5. Solicitation Caption
Management Oversight
M0028 February 1, 2021 Homeless Services Continuum of
Care
6. Issued by: Code 7. Administered by (If other than line 6)
Office of Contracting and Procurement Department of Human Services
64 New York Ave NE 6th FL