MURIEL BOWSER
MAYOR
May 28, 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 CW90729 with Geographic Solutions, Inc. The proposed contract is in the amount of
$3,621,312.00 for the period of one year from the date of the award.
Under the proposed contract, Geographic Solutions, Inc. shall design, develop, implement, test,
and support the Unemployment Insurance Benefits and Appeals System for the Department of
Employment Services.

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 Council's favorable consideration of this contract.
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: CW90729
Proposed Contractor: Geographic Solutions, Inc.
Contract Amount: $3,621,312.00
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: $3,621,312.00
Option Period 1 Amount: $5,890,329.00
Explanation of difference from base period (if applicable): option amount increased from base
year, as the option period will cover hosting, licenses, training and maintenance and support.
Option Period 2 Amount: $3,106,639.00
Explanation of difference from base period (if applicable): option amount reduced from base
year, as the option period will cover maintenance and support.
Option Period 3 Amount: $3,159,951.00
Explanation of difference from base period (if applicable): option amount reduced from base
year, as the option period will cover maintenance and support.
1
Option Period 4 Amount: $3,214,776.00
Explanation of difference from base period (if applicable): option amount reduced from base
year, as the option period will cover maintenance and support.
(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 Contractor shall design, develop, implement, test, and support the Unemployment Insurance
Benefits and Appeals System (UIBS).
(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 Doc523252 was issued on November 24, 2020 and closed on
January 8, 2021. On the closing date, the District received three proposals in response to the
solicitation. The three proposals were evaluated in accordance with the technical evaluation factors
and price factors as described in the RFP, which are listed below:
Solutions Capabilities
Project Approach and Implementations Plan
Past Experience and Expertise
Price
Based upon the finding of the Technical Evaluation Panel and the Contracting Officer independent
review of each proposal, the Contracting Officer held discussions with the highest ranked Offeror
and requested a Best and Final Offer (BAFO). After receipt and evaluation of the BAFO, the
Contracting Officer recommended award to Geographic Solutions, 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:
There are no protests pending.
(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:
Geographic Solutions, Inc. is a privately held, Florida S corporation headquartered in Palm Harbor,
Florida with a west coast office in Salinas, California. Geographic Solutions, Inc. specializes in
public sector commercial-off-the-shelf (COTS) software solutions for the workforce development
industry since 1994. Currently, Geographic Solutions, Inc. provides COTS systems for state and
local government agencies in more than 30 states and U.S territories. There are over 325 full-time
employees dedicated solely to developing cutting edge workforce case management and claims and
2
benefits management systems. Geographic Solutions, Inc. currently maintains a satisfactory
performance while servicing the District on multiple contracts.
(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:
Geographic Solutions, Inc. has proposed and met the Certified Business Enterprise subcontracting
requirement of 50%, in the amount of $1,818,388.00. The subcontracting plan was submitted to
Department of Small and Local Business Development.
(H) Performance standards and the expected outcome of the proposed contract:
Geographic Solutions, Inc. is expected to work closely with the DOES agency to deliver the
required Unemployment Insurance Benefits Administration System. Geographic Solutions, Inc. is
expected to comply with the contractual terms and Standard Contract Provisions set forth by the
District.
(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 prior to the submission for Council 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 the Department of Employment Services 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
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):
3
The Citywide Clean Hands database indicate the Geographic Solutions, Inc. is compliant and
current with its District Taxes dated 4/15/21.
(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:
Geographic Solutions, Inc. has self-certified via the Bidder Offeror form that they are current with
their federal taxes. Also, there is no evidence that Geographic Solutions, Inc. is not current with
their 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.:
Geographic Solutions, Inc. 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 Geographic Solutions, Inc. has not been debarred or suspended from District or Federal
procurements, as of 2/23/21.
(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, dated 1/8/21
Determination and Findings for Responsibility, dated 4/26/21
Determination and Findings for Price Reasonableness, dated 4/26/21
(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
(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
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: April 15, 2021 Notice Number: L0005540884
GEOGRAPHIC SOLUTIONS, INC. FEIN: **-***7769
1001 OMAHA CIR Case ID: 757086
PALM HARBOR FL 34683-4036
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 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
GOVERNMENT OPERATIONS CLUSTER
DEPARTMENT OF EMPLOYMENT SERVICES
Agency Fiscal Officer
MEMORANDUM
TO: Derrick White
Chief Contracting Officer
Office of Contracting and Procurement
FROM: Natalie Mayers
Agency Fiscal Officer
DATE: April 7, 2021
SUBJECT: FY21 Funding Certification UI Modernization Benefits System
This is to certify that the Department of Employment Services (DOES) has funding, within
its UI Modernization capital project, to support the Benefits system contract in the amount
of $3,621,312.00.
Please let me know if youve any questions regarding this funding certification. I can be
reached on 202-727-5145 or via email natalie.mayers@dc.gov.
4058 Minnesota Ave, NE | Suite 5700 | Washington, DC 20019
eFax: (202) 698-5729
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
xk
ATTORNEY GENERAL ae
KARL A. RACINE aa
Government Contraets Section
MEMORANDUM
TO: Ronan Gulstone
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Chief, Government Contracts Section
Commercial Division
DATE: May 14, 2021
SUBJECT: Certificate of Legal Sufficiency
for Contract over One Million Dollars
Unemployment Insurance Benefits System
Contractor: Geographic Solutions, Inc.
Contract No. CW90729
Contract Amount: $3,621,312 (Base Year)
Tho is to Contig that vis osice nas reviewed the referenced contrac
and that we have found it to be legally sufficient subject. If you have any questions, please do
not hesitate to call me at 724-4018.
=
Robert Schildkraut
44] FourthStreet, NW, Suite 1100S, Washington, D.C. 20001, (202) 727-3400, Fax (202) 741-0580
1. Reserved for later use Page of Pages
AWARD/CONTRACT 1 94
2. Contract Number 3. Effective Date 4. Requisition/Purchase Request/Project No.
CW90729
5. Issued By: Code 6. Administered by (If other than line 5)
Office of the Contracting and Procurement Department of Employment Services
441 4th Street, NW, Suite 700 South 4058 Minnesota Avenue NW
Washington, DC 20001 Washington, DC 20019
7. Name and Address of Contractor (No. street, city, county, state and Zip 8. Delivery
Code) FOB Origin Other
Geographic Solutions, Inc. 9. Discount for prompt payment:
1001 Omaha Circle
Palm Harbor, Florida 34683 10. Submit invoices to the Address shown in Section 6
(2 copies unless otherwise specified)
Phone: 727.789.7955 Attn: Accounts Payable
Duns No. TIN
11. Ship to/Mark For Code 12. Payment will be made by Code
Department of Employment Services Department of Employment Services
Attn: Thomas Fontenot 4058 Minnesota Avenue NW
4058 Minnesota Avenue NW Washington, DC 20019
Washington, DC 20019
In accordance with section F.3.3 Deliverables
13. Remit Address: 14. Accounting and Appropriation Data
ENCUMBRANCE CODE:
Same as 7
15A. Item 15B. Supplies/Services 15C. Qty. 15D. Unit 15E. Unit Price 15F. Amount
B.3.1 SEE SCHEDULE B on PAGE 2 $3,621,312.00
Total Amount of Contract Shall Not Exceed $3,621,312.00
16. Table of Contents
(X) Section Description Page (X) Section Description Page
PART I THE SCHEDULE PART II CONTRACT CLAUSES
X A Award/Contract Form 1 X I Contract Clauses 80
PART III LIST OF DOCUMENTS, EXHIBITS AND OTHER
B Price Schedule 2
X ATTACHMENTS
X C Services-Specifications/Work Statement 6 X J