GOVERNMENT OF THE DISTRICT OF COLUMBIA
May 18, 2021
The Honorable Phil Mendelson
Chairman
Council of the District of Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, N.W., Suite 402
Washington, D.C. 20004
Reference: Janitorial and Related Supplemental Services
for the DC Public Library
Contract No.: DCPL-2021-C-0019
Dear Chairman Mendelson:
Pursuant to D.C. Official Code 1-204.51(b) (2) (A) and enclosed for consideration by
the Council of the District of Columbia is a proposed contract with Community Bridge
Inc. to provide janitorial and related supplemental services for the DC Public Library at
twenty-two (22) neighborhood branch libraries at the firm-fixed price of $1,347,186.54.
The period of performance is from June 1, 2021, through May 31, 2022.
As always, I am available to discuss any questions you may have regarding the proposed
contract. To facilitate a response to any questions you may have regarding the proposed
contract, please have your staff contact Barbara Jumper, Chief Business Officer at (202)
727-1101. I look forward to the favorable consideration of this contract.
Sincerely,
Richard Reyes-Gavilan
Executive Director
Enclosure
cc: Nyasha Smith, Secretary to the City Council
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of 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: DCPL-2021-C-0019
Proposed Contractor: Community Bridge, Inc.
Contract Amount: $1,347,186.54 (Base Year)
Unit and Method of Compensation: Payments will be made on a monthly
basis.
Term of Contract: If approved the term of the contract will be from June 1,
2021 through May 31, 2022 or from the date of award fhrough one year
thereafter.
Type of Contract: Fixed Price
Source Selection Method: 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:
Option Year 1 - $1,360,658.41
Option Year 2 - $1,374,264.99
Option Year 3 - $1,388,007.64
Option Year 4 - $1,388,707.43
The difference in price reflects a 1% yearly operational cost of living increase
needed to cover increases in the Department of Labor Wage Determination and/or
District government Living Wage and the cost of supplies.
(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 for janitorial and related supplemental services the
contractor will provide janitorial services, including management, supervision,
labor, materials, supplies and equipment necessary to clean the neighborhood
branch libraries listed in the contract. In general, the contractor shall ensure that
the libraries are maintained as clean, comfortable and operable facilities for DCPL
employees and the general public at all times.
(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 January 26, 2021, the District of Columbia Public Library (DCPL) issued a
Request for Proposals (RFP)/Solicitation No. 2021-DCPL-R-0019 for Janitorial
and Related Supplemental Services at twenty-two (22) neighborhood branch
libraries for the District of Columbia Public Library. The solicitation was
advertised in the Washington Post on January 28, 2021, and subsequently posted
on the DCPL website under Business Opportunities. There were four (4)
amendments issued to the solicitation as follows:
Amendment No. 1 was issued February 22, 2021. The purpose of this
amendment was to clarify questions asked by the offerors and extending
the original closing from February 25, 2021 to March 11, 2021;
Amendment No. 2 was issued February 23, 2021. This amendment
revised the walk-through schedule and extended the proposal submission
date to March 11, 2021;
Amendment No. 3 was issued on February 24, 2021. This amendment
modified the changes to the RFP Cover Letter, Block 6a (Caption), RFP
Section B, Paragraph B.1, RFP Section C.3, Paragraph C.3.1, RFP Section
C, Paragraph C.5.6., RFP Section G, Paragraph G.9, RFP Section L, L.3.2,
Attachment J.9, Form of Offer Letter; and
Amendment No. 4 was issued March 3, 2021. This amendment clarified
CLIN numbers 0022, 1022, 2022, 3022 and 4022 and amended the total
amount of sq. ft. that the Contractor is responsible for cleaning, pursuant
to the contract.
The solicitation closed on March 11, 2021, with receipt of the below six (6)
proposals.
(1) IIU Consulting, Inc. (IIU)
(2) Spectrum Management Group, LLC (SMG)
(3) R&R Janitorial, Painting and Building Services, Inc. (R&R)
(4) Broughton Construction (Broughton)
(5) Community Bridge, Inc. (CBI)
(6) Triconsulting
The technical proposals were independently evaluated by the Technical
Evaluation Panel (TEP) consisting of the below members.
Michael Dodson, Chair, Building Services Manager
Jonathan Banks, Building Operations Manager
Yvette Davis, Neighborhood Library Manager at Anacostia
In accordance with Section M.2 of the RFP, the technical proposals were
evaluated using a 100-point scale with point values allocated as follows:
Factor 1 Technical Approach (0-20 points)
Factor 2 Management Approach (0-20 points)
Factor 3 Key Personnel (0-25 points)
Factor 4 Relevant Experience and Past Performance (0-25 points)
All members of the TEP signed disclosure forms. Each member of the TEP on
March 16, 2021, independently reviewed the six (6) proposals, and each voting
member of the panel was provided with a score sheet for each of the Offerors.
Copies of the individual score sheets were given to the Chief Procurement Office
and are on file with the procurement office.
The DCPL Chief Procurement Officer (CPO), conducted an independent
assessment of the TEP technical scores of each Offeror by reviewing and
evaluating the TEP notes, and scoresheets followed by their recommendation
report conducted an independent assessment of Offeror proposals. The CPO
determined that the TEPs evaluation of technical proposals was reasonable and
appropriate. The CPO proceeded in adding the price points and CBE points as
specified in Section M of the RFP.
Certified Business Enterprise Preference Points
In addition to the technical and price scoring, a minimum of two (2) up to a
maximum of twelve (12) additional Certified Business Enterprise (CBE) points
were available for each Offeror based on their status as a CBE as determined by
DSLBD for a total of 112 points. All of the Offerors were certified by DSLBD
and received additional points accordingly.
Price Evaluation
The price evaluation was conducted in accordance with the below formula
specified in Section M of the RFP.
The Contractor with the lowest price for the total of the base and four (4) option
years will receive the maximum price points. All other proposals will receive a
proportionately lower total score. The following formula will be used to
determine each Contractor's evaluated price score:
Lowest Price Proposal
---------------------------------------- X 10 = Evaluated Price Score
Price of Proposal Being Evaluated
Price points were assigned on a sliding scale with the lowest proposed price
receiving all of the available points and the remaining proposals receiving a
portion of the available points relative to their position in the range established by
the lowest to highest proposed price offers.
In accordance with Section M of the RFP total points shall be the cumulative total
of the Offerors technical criteria points, price criterion points and preference
points. The cumulative total of technical, price and CBE points are shown in the
table below for each Offeror.
TECHNICAL PRICE CBE TOTAL
OFFEROR POINTS POINTS POINTS POINTS
IIU 40 10 7 57
Triconsulting 63 9.9 7 80
SMG 60.17 9 12 81
R&R 73.67 9.9 12 96
CBI 80.33 9.6 12 102
Broughton 35.33 4 12 51
Competitive Range Determination
The DCPL Chief Procurement Officer (CPO), after carefully conducting and
completing her independent assessment of Offeror proposals and taking into
account the addition of price and CBE points to reach resultant total scores, the
CPO agreed with the TEPs recommendation that the two (2) highest scored
Offerors CBI and R&R had a reasonable chance of being selected for award and
therefore were considered to be in the competitive range.
Best and Final Offer (BAFO)
On April 2, 2021, DCPL requested a Best and Final Offer (BAFO) from the two
(2) highest scored offerors CBI and R&R with a submission date of April 6, 2021.
R&Rs pricing remained the same and CBI reduced its price by 25% in their
BAFO submission. All other elements of both offeror proposals remained
unchanged.
The BAFO price submitted by CBI the highest scored offeror is 2% higher than
the second highest scored offeror and is considered to be fair and reasonable.
OFFEROR BAFO PRICE ORIGINAL PRICE
CBI $1,347,186.54 $1,680,605.56
R&R $1,325,288.00 $1,325,288.00
Award
The CPO recommends award of the contract to CBI the highest scored Offeror
with a total score of 102. Also, the Contractor has the financial resources to
adequately perform the contract and has been determined responsible as required
by DCPL Title 19 DCMR, Section 4368.
(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: N/A
(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:
Community Bridge, Inc. is a facilities management company headquartered in
the District of Columbia. In 2002 the company was incorporated and has been
owned and operated since that time by long-time District resident Denise
Shelton, President/CEO of Community Bridge. Community Bridge has past
performance providing janitorial and an array of facilities management services.
The contractor has performed similar services for DCPL, the Department of
General Services, Department of Parks and Recreation and DC Public Works.
(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 is a certified business enterprise and is not required to submit 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.
(H) Performance standards and the expected outcome of the proposed contract:
Performance standards under the proposed contract consist of strict adherence to
the terms and conditions of Contract No. DCPL-2021-C-0019. The performance
standard is 100% delivery of all services to the satisfaction of DCPL.
(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: N/A
(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:
A certification by the Agency Fiscal Officer dated April 13, 2021 of funding
availability for the proposed contract is attached.
(K) A certification that the contract is legally sufficient, including whether the
proposed contractor has any pending legal claims against the District:
A certification by the DCPL General Counsels Office is attached. In addition, it
appears Community Bridge, Inc has no pending 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):
A certification that Citywide Clean Hands database indicates that the
proposed contractor is current with its District taxes. See the attached.
(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 proposed 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 certified as a Local, Business Enterprise (LBE), Disadvantaged
Business Enterprise (DBE), Small Business Enterprise (SBE) and Resident
Owned Business (ROB) by the Department of Small and Local Business
Development.
(O) Other aspects of the proposed contract that the Chief Procurement Officer
considers significant: N/A
(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 Tuesday, April 20, 2021, Community Bridge Inc. does not appear on the
Federal government System for Award Management website or on the current
District Excluded Parties List posted on the Office of Contracting and
Procurement website.
(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): N/A
(R) Where the contract, and any amendments or modifications, if executed, will
be made available online:
The proposed contract, if approved, will be posted on the DCPL web site at:
https://www.dclibrary.org/generalcounsel/opengovernment.
(S) Where the original solicitation, and any amendments or modifications, will
be made available online:
The original solicitation and amendments are posted on the DCPL web site at:
http://www.dclibrary.org/node/67733
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: May 18, 2021 Notice Number: L0005586595
COMMUNITY BRIDGE INC FEIN: **-***4355
400 MASSACHUSETTS AVE NW APT 111 Case ID: 822127
WASHINGTON DC 20001-6800
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
HAND DELIVERED ONLY
MEMORANDUM
TO: Diane Wooden
Chief Procurement Officer
FROM: Grace Perry-Gaiter
General Counsel
DATE: May 18, 2021
SUBJECT: Legal Sufficiency Review for Over Million Dollar Contract for
Janitorial Services for the District of Columbia Public Library
(twenty-two (22) neighborhood library facilities as identified in
J-9 of the contract).
Contractor: Community Bridge, Inc.
Contract No. DCPL-2021-C-0019
Estimated Amount: $1,347,186.54 (Base Year)
Contract Period: The term of the Contract is from Date of Award through
One Year Thereafter (Base Year)
Type of Contract: Firm Fixed Price
_______________________________________________________________________
This is to Certify that the General Counsel, Grace Perry-Gaiter has reviewed the above
referenced Contract and that I have found it to be legally sufficient. If you have any questions in
this regard, please do not hesitate to call me at (202) 727-1134.
Grace Perr