MURIEL BOWSER
MAYOR
February 26, 2021
The Honorable Phil Mendelson
Chairman
Council of the District of Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, NW
Suite 504
Washington, DC 20004
Reference: District of Columbia Department of General Services
Contract for IDIQ HVAC Systems Maintenance, Replacement & Installation (MRI) Services
Contract Number: DCAM-20-CS-RFQ-0002O
Contractor: RBK-BV Joint Venture
Dear Chairman Mendelson:
Pursuant to D.C. Official Code 1-204.51(b), enclosed for consideration and approval by the Council
of the District of Columbia is the attached Contract No. DCAM-20-CS-RFQ-0002O for IDIQ HVAC
systems maintenance, replacement and installation (MRI) services, between the Department of
General Services (DGS or the Department) and RBK-BV Joint Venture (the Contractor). The
contract is an indefinite delivery and indefinite quantity (IDIQ) type contract, and any work
thereunder will be awarded through task order agreements issued on a competitive basis.
If approved, the proposed contract would authorize the Contractor to provide HVAC systems MRI
services at various facilities within DGS real estate portfolio, including schools, parks, recreation
facilities, municipal buildings, fire and police stations, short-term family housing locations, small
park/playground work, pools, and other public locations.
The contract contains a guaranteed minimum value of $50 and an aggregate not-to-exceed amount of
$10,000,000 for the base year and each option year. As the proposed amount of the contract exceeds
$1 million, Council approval is required for this contract action.
In addition to the proposed Contract, attached are (i) a contract summary, (ii) a fiscal certification, (iii)
a legal sufficiency review and certification, and (iv) a Citywide Clean Hands certificate for the
Contractor.
If you have any questions regarding this proposed action, please feel free to contact Keith A.
Anderson, the Departments Director, or George G. Lewis, the Departments Chief of Contracts and
Procurement, at (202) 727-2800.
Sincerely,
Muriel Bowser
Mayor of the District of Columbia
Enclosures (5)
Copy: K. Anderson
G. Lewis
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
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 and multiyear)
Contract for IDIQ HVAC Systems Maintenance, Replacement & Installation (MRI) Services
(A) Contract Number: DCAM-20-CS-RFQ-0002O (the Contract)
Proposed Contractor: RBK-BV Joint Venture (the Contractor)
Proposed Contract Minimum Value
(Per Base and Option Year): $50
Proposed Contract Not to Exceed
(NTE) Amount (Per Base and
Option Year): $10,000,000
Unit and Method of Compensation: Monthly progress payments based on lump sum
pricing pursuant to competitively-awarded task
order agreements
Term of Contract: From date of execution of the Contract (Basic
Ordering Agreement (BOA)) by the Department
through 1 year thereafter (Base Year).
Note: Council approval is requested on or before
March 20, 2021 in order to execute the BOA and
authorize DGS to issue Task Order Agreements
(Task Order Agreements) for HVAC related
projects on a competitive basis in a timely fashion as
they arise.
Type of Contract: Indefinite Delivery/Indefinite Quantity (IDIQ)
Source Selection Method: Request for Qualifications (RFQ)
1
(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:
For the Base Year and each Option Year:
Minimum Value: $50
Maximum Not-to-Exceed Amount: $10,000,000
(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:
Under the proposed Contract, RBK-BV Joint Venture will provide heating, ventilation and air
conditioning (HVAC) systems maintenance, replacement, and installation (MRI) services as
awarded via Task Order Agreements at various facilities within DGS real estate portfolio (the
Project).
In general, this work includes a range of small, medium and large-sized HVAC-related projects,
including but not limited to chiller replacements, replacement of domestic water heaters,
installation of new air conditioning units, conversion of heating plants from low pressure steam to
hot water, replacement of pumps and boilers, removal of underground fuel oil storage tanks, the
retrofit of new filters into air handling units and associated HVAC plumbing, electrical and
controls work.
The proposed Contract does not authorize any specific work to the Contractor. All work will be
awarded and released on competitive basis through individual Project task order agreements, as
set forth in the contract. Since the aggregate NTE amount of proposed contract for the base year
and 4 one-year option years exceeds $1 million, Council approval is required for this contract
action.
(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:
On December 24, 2019, the Department issued a RFQ to solicit Statements of Qualifications
(SOQs) from those entities (Offerors) interested in performing HVAC work and upgrades at
various facilities within DGS real estate portfolio. In general this work includes a range of small,
medium and large-sized HVAC-related projects, including but not limited to chiller replacements,
replacement of domestic water heaters, installation of new air conditioning units, conversion of
heating plants from low pressure steam to hot water, replacement of pumps and boilers, removal
of underground fuel oil storage tanks, the retrofit of new filters into air handling units and
associated HVAC plumbing, electrical and controls work. The RFQ was posted on the
Departments website for Open Market.
2
A project information meeting was held on January 14, 2020. Six (6) Addenda were issued as
follows:
Addendum No. 1, issued on January 7, 2020, extended the project information meeting
to January 14, 2020.
Addendum No. 2, issued on January 14, 2020, provided the sign-in sheet and business
cards from the project information meeting held on January 14, 2020; and incorporated the
Living Wage Act & Fact Sheet 2020.
Addendum No. 3, issued on January 23, 2020, extended the SOQs due date to January
30, 2020 at 2:00 pm.
Addendum No. 4, issued on January 24, 2020, incorporated the Request for Information
(RFIs)/ Questions & Answers; provided the form of contract (BOA); and revised Section
B.9.3 Design Services (of the RFQ).
Addendum No. 5, issued on January 27, 2020, incorporated responses to two (2)
unanswered questions/RFIs.
Addendum No. 6, issued on January 29, 2020, extended the SOQs due date to February
6, 2020 at 2:00 pm.
Twenty-five firms (collectively, the "Offerors" and each individually, an "Offeror") submitted
SOQs in a timely manner on February 6, 2020, the SOQs due date.
Due to the number of SOQs received, the evaluation process has been broken into groups (Group
1, Group 2, and Group 3). Each group of proposals were disbursed to the Technical Evaluation
Panel (TEP) members with Evaluation score sheets specifically for each group. Four technical
categories were comprised into a 100-point scale as follows: (i) Experience & References, worth
25 Points; (ii) Key Personnel, worth 25 points; (iii) Project Management Plan, worth 25 Points;
and (iv) Capacity, worth 25 points.
The groups were prioritized by the needs of the District. TEP Members met to discuss their
respective technical scores for each Offeror within each Group. TEP Members completed
individual evaluations of SOQ. TEP Members discussed details of each SOQs, in addition to
evaluation factors and sub-factors as consensus scores were developed. The TEP Panel met often
for group consensus meetings. Offerors that scored 60 points or higher from each group were/will
be selected as qualified contractors for award. The Contracting Officer reviewed TEPs technical
scoring and the SOQs submitted, and determined that 5 Contractors out of 5 in Group 3 of 3,
including RBK-BV Joint Venture, were qualified, responsive, and responsible and thus selected
for awarded of the BOAs.
3
(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:
The Contract award was not protested.
(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:
RBK-BV Joint Venture is a certified DSLBD joint venture, between RBK Construction, Inc., and
Banneker Ventures, LLC. As reported, both companies have a combined 30 years of experience
in facilities maintenance, construction and construction management projects. They specialize in
providing value-added construction, sustainability and facilities management services to
government and commercial clients. The Contractor has performed satisfactorily based on their
past performance records. The Contractor has been determined responsible in accordance with 27
DCMR 4706.1.
(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:
Pursuant to the Contract, competitive task order agreements will be issued for projects on an as
needed basis. RBK-BV Joint Venture is a certified DSLBD joint venture, between RBK
Construction, Inc. and Banneker Ventures, LLC. RBK Construction, Inc. is a certified business
enterprise (CBE) in accordance with the Act (Certification No. LSDZR67610042021) and
maintains 50.1% of the ownership. As appropriate, subcontracting plans will be submitted for
review and approval for each task order agreement with a value of $250,000 or more.
(H) Performance standards and the expected outcome of the proposed contract:
In general, the Contractor will provide a range of small, medium and large-sized HVAC-related
projects, including but not limited to chiller replacements, replacement of domestic water heaters,
installation of new air conditioning units, conversion of heating plants from low pressure steam to
hot water, replacement of pumps and boilers, removal of underground fuel oil storage tanks, the
retrofit of new filters into air handling units and associated HVAC plumbing, electrical and
controls work. The Contractor will be required to meet or exceed performance standards in
accordance with the Contracts scope of work. DGS staff and the Departments designated Project
Manager will monitor the Contractors performance to ensure consistency with the Contracts
terms and conditions, and, more specifically, the established pricing and completion dates included
in individual task order agreements.
4
(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 Fiscal Officer has certified that the proposed Contract is within the Departments
appropriated budget authority 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 relevant
certification accompanies this Council Package.
(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 deemed legally sufficient by the Departments Office of the
General Counsel, and the Contractor does not appear to 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 Clean Hands database indicates that the Contractor is current with its District taxes.
The relevant Clean Hands Certificate accompanies this Council Package.
(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 in compliance with federal tax laws.
(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.:
According to the DSLBDs website, the Contractor is a Certified Local, Small, or Disadvantaged
Business Enterprise. The Contractors Certification Number is LSDZR67610042021, with an
expiration date of April 12, 2021.
5
(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:
The Contractor is not debarred from providing services to the Government of the District of
Columbia or the Federal Government according to the Office of Contracts and Procurements
Excluded Parties List and the Federal Governments Excluded Parties List.
(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):
On November 13, 2020, the Department issued a Determination and Findings for Contractor
Responsibility with respect to proposed contract with RBK-BV Joint Venture in which DGS
Contracting Officer concluded that the Contractor is responsible.
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The Contract, if approved, will be posted on the Departments website.
(S) Where the original solicitation, and any amendments or modifications, will be made
available online:
The original solicitation and any amendments have been be posted on the Departments website.
6
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: February 10, 2021 Notice Number: L0004721087
RBK CONSTRUCTION INC FEIN: **-***7650
4635 MINNESOTA AVE NE Case ID: 699709
WASHINGTON DC 20019-3822
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 DC homepage, click the
Validate a Certificate of Clean Hands hyperlink under the Clean Hands section.
1101 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.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: February 10, 2021 Notice Number: L0004899589
BANNEKER VENTURES LLC, FEIN: **-***1638
1738 ELTON RD STE 215 Case ID: 694679
SILVER