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
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 contract CW87983
with Creative Information Technology, Inc.. The proposed contract is in the amount of $2,500,542.00
for the period of one year from the date of the award.
Under the proposed contract, Creative Information Technology, Inc. shall develop and implement a
case management system for internal and external users to perform day-to-day activities, as well as
support state and federal reporting and auditing needs for the Office of the State Superintendent of
Education.
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
(Standard and multiyear)
(A) Contract Number: CW87983
Proposed Contractor: Creative Information Technology, Inc. (CITI)
Contract Amount: $2,500,542.00
Unit and Method of Compensation: Fixed Unit Price
Term of Contract: One Year from Date of Award
Type of Contract: Fixed Price
Source Selection Method: Competitive Sealed Proposal
(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: $2,500,542.00
Option Period 1 Amount: $250,000.00
Explanation of difference from base period (if applicable): option amount reduced from base
year, as the option period will cover maintenance and support only.
Option Period 2 Amount: $250,000.00
Explanation of difference from base period (if applicable): option amount reduced from base
year, as the option period will cover maintenance and support only.
Option Period 3 Amount: $250,000.00
Explanation of difference from base period (if applicable): option amount reduced from base
year, as the option period will cover maintenance and support only.
1
Option Period 4 Amount: $250,000.00
Explanation of difference from base period (if applicable): option amount reduced from base
year, as the option period will cover maintenance and support only.
(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, on behalf of Office of the State
Superintendent of Education (OSSE) Division of Early Learning (DEL) (the District), is seeking a
contractor to develop and implement a case management system (CMS) for internal and external
users to perform day-to-day activities, as well as support state and federal reporting and auditing
needs.
(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 Proposal (RFP) number Doc430326 was issued on January 13, 2020 and closed on
February 28, 2020. On the closing date, the District received one proposal in response to the
solicitation. The proposal was evaluated in accordance with the technical evaluation factors and
price factors as described in the RFP, which are listed below:
1. Technical Capability
a. Project management
b. Case Management System
c. Key Personnel
2. Past Performance
3. Price
Based upon the finding of the TEP and the Contracting Officer (CO) independent evaluation of the
proposal, the CO conclude that CITI proposal was rated as acceptable and meets the Districts
requirements.
(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:
There are no protests pending related to the award of the contract.
(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:
CITI, established in 1996, is a product-based company which brings years of experience in
providing information technology solutions and services to several U.S. government, state, and
local agencies. Their primary experience with human services and the childcare systems has
2
brought the right mix of personnel and technologies together to provide on-going support to the
human service and childcare solutions implemented for state and local customers. CITI brings
unique value; innovative products and solutions; and responsiveness to customers. CITI has the
resources to meet customers needs, with an agile and creative approach to deliver solutions
effectively and efficiently. CITI is CMMI-Dev Level 4, ISO 9001:2015, ISO 20000-1:2011, and
ISO 27001:2013 certified.
(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:
CITI subcontracting plan meets the requirement by subcontracting 35%, $875,189.70 of the base
contract value of $2,500,542.00. The subcontracting plan was submitted to DSLBD.
(H) Performance standards and the expected outcome of the proposed contract:
CITI is expected to work closely with the OSSE agency to deliver the required Case Management
System. CITI is expected to comply with the contractual terms and Standard Contract Provisions set
forth by the District. At completion of the project, the District will own the solution developed and
implemented by CITI.
(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:
There is no expenditure of funds by the District pursuant to the contract prior to the its submission
to the Council for approval.
(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 for OSSE has provided a funding certificate to certify funds available to
proceed with the contract award.
(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 was reviewed by the Office of the Attorney General and deemed 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
3
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 indicate the CITI is compliant and current with its District
Taxes dated 12/7/2020.
(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:
CITI has self-certified via the Bidder Offeror form that they are current with its federal taxes. Also,
there is no evidence that CITI is not 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.:
CITI is not a certified local, small, or disadvantaged business enterprise.
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
There are no other aspects of the proposed contract that the Chief Procurement Officer considers
significant.
(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 list of parties excluded from the District of Columbia Procurement and Federal Procurement
shows that CITI has not been debarred or suspended from District or Federal procurements, as of
11/30/2020.
(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):
Determination and Findings for Competitive Sealed Proposals
Determination and Findings for Responsibility
Determination and Findings for Price Reasonableness
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
Awarded Contracts Database via OCP website at www.ocp.dc.gov
4
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
OCP Solicitations via OCP website at 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 7, 2020 Notice Number: L0004579164
CREATIVE INFORMATION TECHNOLOGY INC FEIN: **-***9645
7799 LEESBURG PIKE Case ID: 668601
FALLS CHURCH VA 22043-2408
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 Attorney General
kkk
ATTORNEY GENERAL ileal
KARL A. RACINE aaa!
Government Contracts Section
MEMORANDUM
TO: Ronan Gulstone
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Chief, Government Contracts Section
Commercial Di
DATE: February 8, 2021
SUBJECT: Certificate of Legal Sufficiency
for Contract over One Million Dollars
Case Management System (CMS) Development and Implementation
Contractor: Creative Information Technology, Inc.
Contract No. CW87983
Contract Amount: $2,500,542 (Base Year)
Theis ia to Certify that sis vice ves reviewed the referenced contrect
and that we have found it to be legally sufficient. If you have any questions, please do not
hesitate to call me at 724-4018.
441 Fourth Street, NW. Suite 1100S, Washington, D.C. 20001, (202) 727-3400, Fax (202) 741-0580
MEMORANDUM
TO: George Schutter
Chief Procurement Officer
Office of Contracting and Procurement
THRU: Reginald Whitley
Contracting Officer
Office of the Chief Technology Officer
FROM: Paris Saunders
Agency Fiscal Officer
Office of the State Superintendent of Education
DATE: February 3, 2021
RE: FY21 Funding Certification for the OSSE Child Care Data Modernization
Application
The Office of the Chief Financial Officer of the District of Columbia hereby certifies that
the sum of $2,500,542 is included in the Districts budget and financial plan to fund the
Child Care Data Modernization application contract. This contract will support the
development of one application to streamline and modernize current child care
technology applications. This memorandum certifies the amount $2,500,542 will be
obligated in FY21. This project is funded with capital funds that will continue to be
available for obligation through the Districts Capital Improvement Plan, which is funded
through FY26.
Agency AY Index PCA CSG Object Grant/PH Project/PH Amount
GD0 17 SEDS2 SEDS1 41 409 N/A GD001C/06 $1,185,532.09
GD0 16 SEDS2 SEDS2 41 409 N/A GD001C/06 $1,214,467.91
GD0 21 GE800 CF414 41 409 B1CCDF/21 000MAT/14 $100,542.00
Cc: Shana Young, Interim State Superintendent, OSSE
1050 First Street, NE, 3rd floor, Washington, DC 20002
Phone: 202.727.6436 Fax: 202.727.2019 www.osse.dc.gov
1. Reserved for later use Page of Pages
AWARD/CONTRACT 1 103
2. Contract Number 13. Effective Date 4. RequisitionlPurchase RequestJProject No.
CW87983 See Block 20C RK104914
5. Issued By: Code I 6. Administered by (If other than line 5)
Office of the Contracting and Procurement Office of the State Superintendent of Education
441 4th Street, NW, Suite 330 South 1050 First St NE 3mfloor
Washington, OC 20001 Washington, DC 20003
7. Name and Address of Contractor (No. street, city, county, state and Zip Code) 8. Delivery
Creative Information Technology, Inc. DFOBOrigin ~Other
7799 Leesburg Pike Suite 500N 9. Discount for prompt payment
Falls Church, VA 22043
10. Submit invoices to the Address shown in Section 6
Phone: 703.483.4340 (2 copies unless otherwise specified)
Duns No. I I TIN I Attn: Accounts Payable
11. ShiptoiMark For I Code I 12 Payment will be made by I Code I
Office of the Chief Technology Officer Office of the State Superintendent of Education
Attn: Rebecca Shaw 1050 First St NE 3mfloor
1050 First St NE 3m floor Washington, DC 20003
Washington, DC 20002
13. Remit Address: 14. Accounting and Appropriation Data
Same as 7 ENCUMBRANCE CODE:
15A Item I 158. SuDDliesJServices 15C. Qtv. I 150. Unit I 15E. Unit Price 15F. Amount
8.3.1 I SEE SCHEDULE B on PAGE 2 1 lot
I $2,500,542.00
T alai Amount 01 Contract Shall Not Exceed r:ir 2,500,542.00
16. Table of Contents
..
(X} I Se