MURIEL BOWSER
MAYOR
June 16, 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 er seq.),
enclosed for consideration and approval by the Council of the District of Columbia is proposed
Contract CW85955 with International Business Machines Corporation (IBM) for the base year in
the amount of $8,159,300 for the periodofJuly 1, 2021 through June 30, 2022.
Under the proposed contract, IBM will provide the IBM Curam software and services special
option program, which includes downloadable access to software fixes, feature packs, new releases
and new versionsof the Districts licensed software as well as 24x7 support, in order to maintain
the operations of the District of Columbia Access System.
1am 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 Mare Scott,
Chief Operating Officer of the Office of Contracting and Procurement, at (202) 724-8759.
Tlook forward to the Councils favorable consideration of this contract.
Sincerely,
luriel Bowser
iclost
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
kk
Es
faSs
Pursuant to section 202(c) of the Procurement Practices Reform Act of2010, as amended, D.C.
Official Code 2-352.02(c), the following contract summary is provided:
(A) Contract Number: CW85955
Proposed Contractor: International Business Machines Corporation (IBM)
Contract Amount: $8,159,300
Unit and Method of Compensation: Lump Sum
Termof Contract: July 1, 2021 through June 30, 2022
Typeof Contract: Firm Fixed Price
Source Selection Method: Exempt from Competition
(B) Fora contract containing option periods, the contract amount for the base period and for
each option period. If the contract amount for one or moreofthe option periods differs from
the amount for the base period, provide an explanationofthe reason for the difference:
B: Period Amount: $8,159,300
Option Period 1 Amount: $3,503,500
Explanationof difference from base period(if applicable):
The base year total is $4,655,800 higher than the optionyear one total because the base year
includes the purchaseofnew distributed program licenses, distributed license reinstatements and
software and support renewals for existing distributed program licenses. The option year one total
only inchides software and support renewals for distributed program licenses.
Option Period 2 Amount: $3,608,500
Explanationof difference from base period (if applicable):
The base year total is $4,550,800 higher than the option year two total because the base year
includes the purchase of new distributed program licenses, distributed license reinstatements and
software and support renewals for existing distributed program licenses. The option year two total
only includes software and support renewals for distributed program licenses.
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 the Department of
Health Care Finance, is purchasing the Intemational Business Machines Corporation (IBM)
software and services special option program to support the operations of the District of Columbia
Access System (DCAS). The District uses the IBM Curam software product to provide the online
streamlined Medicaid application, advance premium tax credit/cost sharing reduction (qualified
health plan eligibility), along with the verifications and management solution in DCAS. IBM will
provide downloadable access to software fixes, feature packs, new releases and new versions of
the District's licensed software. IBM will provide 24x7 support via the IBM support team which
includes answers to the Districts deployment, migration, troubleshooting and code questions,
access to IBM knowledge centers, forums, redbooks, technotes, and tools.
@) The selection process, including the number of offerors, the evaluation criteria, and the evaluation
results, including price, technical or quality, and past performance components:
Per the D.C. Official Code 2-354.13(8), contracts shall be exempt from competition for maintenance
and support of existing software and technology to the extent that the creatorofthe intellectual property
is still protected and is the only sourceofthe maintenance and support of the existing software and
technology. The licenses, software subscription, support and maintenance are proprietary only to IBM
and will be delivered to the Districts program office directly by IBM for the entire lifeofthe contract,
therefore this purchase was determined to be exempt from competition.
) Adescription 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.
) 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 contractor has demonstrated through past performance that their organization has the history,
personnel, organizational and technical experience required to successfully meet the requirements of the
proposed contract. Likewise, it has been determined that the contractor maintains the financial resources,
accounting and operational controls to successfully fulfill the Districts requirement. The contractor has
been determined responsible in accordance with the Districts standards for responsibility.
(GA 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:
A waiverofthe subcontracting requirement was approved by the Department of Small and Local
Business Development on April 12, 2021
(H) Performance standards and the expected outcome of the proposed contract:
The expected outcome of the proposed contract is to provide continued use of the IBM Curam
software and support in order for DCAS to remain operational.
(1) 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.
(S) Acertification 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 Chief Financial Officer has certified that funding is available for FY 2021.
(K) Acertification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The contract has been reviewed by the Office of the Attorney General and found to be legally
sufficient. The Contractor has no pending legal claim 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 certified that the Contractor is current with its District taxes as
ofApril 23, 2021.
(M)Acertification 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 self-certified, via Bidders/Offerors certification form, 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 2-218.01et seq.:
None.
(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:
As of April 26, 2021, the Contractor does not appear on the Office of Inspector General Exclusions
Database, the Federal Excluded Parties List or the District's list of Debarred and Suspended
Contractors.
(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 Exempt from Competition dated March 18, 2021
Determination and Findings for Contractor Responsibility dated April 30, 2021
Determination and Findings for Price Reasonableness dated April 30, 2021
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
http://ocp.de.gov
(S) Where the original solicit: jon, and any amendments or modifications, will be made
available online:
http://ocp.de.gov
Government ofthe District of Columbia
*
*
*
Office ofthe Chief Financial Officer 1101 4! Street, SW
Office of Tax and Revenue Washington, DC 20024
Dateof Notice: April 23, 2021 Notice Number: 10005536170 BE
INTERNATIONAL BUSINESS MACHINES CORP FEIN: *#-***1985
3039 CORNWALLIS RD Case ID: 775779
RESEARCH TRIANGLE PARK NC 27709-0154
1 ANHAI
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
liability with the District of Columbia Office of Tax and Revenue or the Department of Employment
Services. Asof 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)
47-2862 PROHIBITION AGAINST ISSUANCE OF LICENSE OR PERMIT
Authorized By Mare Aronin
Chief, Collection Division
To validate this certificate, pleas: visit MyTax.DC.gov. On the MyTax DC homepage, click the
Validate a Certificate of Clean Hands hyperlink under the Clean Hands section,
TIOT 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-S045/MyTax.DC.gov
== DC Office of Tax and Revenue
ea
- Hl MyTax DC
< Home
Q Clean Hands Certificate Search
Please enter the 10 digit notice number of the certificate (Example: L1234567890) and the last 4 digits
of the taxpayer's ID in the fields below, then click Search.
Notice Number
0005536170 @
Last 4 digits of
Taxpayer ID
1985
Search
Search Result
Issued Date
23-Apr-2021
Issued To
INTERNATIONAL BUSINESS MACHINE
This taxpayer is currently compliant.
Click here to request a current Certificate of Clean Hands for this taxpayer.
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Department of Health Care Finance
xk

Office of the Chief Financial Officer
MEMORANDUM
TO: George A. Schutter
Chief Procurement Officer
Office of Contracting and Procurement
Delev. Moore Se
THRU: Delicia Moore
Associate Chief Financial Officer
Human Support Services Cluster
Darrin. Shaffer
Digitally signedbyDarin A
Darrin A Shaffer saree
FROM:
Agency Fiscal Officer Date: 2021.05.02 125640 0400
Departmentof Health Care Finance
DATE: June2, 2021
SUBJECT: Certification of Funding for IMB Curam
The Office of the Chief Financial Officer hereby certifies that the sumof $8,159,300.00 is 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 to fund the costs associated with the warranty and an additional
deployment to complete the work in the scopeof the Base Period. This certification replaces the one previously
approved on May 7, 2021 and supports the contract for the period July 1, 2021 through June 30, 2022.
Vendor: IBM Curam Contract Number: CW85955
Fiscal Year 2021 Funding:
$ 2,814,000.00
13.00% $ 871,000.00
45.00% s 3,015,000.00
FY21 18M Curam Total $ 6,700,000.00
4 St, NW, Suite 900 South, Washington, D.C. 20001 (202) 442-5988 FAX (202) 478-1373
441
Fiseal Year 2022 Funding:
Fund Allocation Total
8250 42.00% $ 612,906.00
0711, 13.00% $ 189,709.00
0100 45.00% $ 656,685.00
FY22 IBM Curam, Total $ 1,459,300.00
Upon approval by Congressof the Districts Local Budget and Financial Plan, funds will be sufficientto pay for
fees and costs associated with the Contract. hould you have any questions, please contact me at (202) 442-9079,
ce: James Simms, DHCF
Melanie Bell, DHCF
Helena Barbour, DHCF
4414St, NW,Suite 900 South, Washington, D.C. 20001 (2 )442-5988 FAX(202)478-1
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL xk
KARL A. RACINE
Commercial Divi
MEMORANDUM
TO: Ronan Gulstone
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE June 11, 2021
SUBJECT: Approvalof Contract Award over one Million Dollars
IBM Curam Software and Support
Contract Number: CW85955
Contractor: International Business Machines Corporation (IBM)
Proposed Contract Amount: $8,159,300.00
This is to Certify that this Office has reviewed the above-referenced Contract and that we
have found it to be legally sufficient. If you have any questions in this regard, please do not
hesitate to call me at (202) 724-4018
ae a
Robert Schildkraut
400 6" Street NW, Suite 9100, Washington, DC 20001 (202) 727-3400
CWS5955 - IBM Curam Software and Support
{Reserved lorlator use Page
of Pages
AWARD/CONTRACT 1 St
7 Contact Naber T Etecive Date 7 Reculion
Purchare Reques ProjectNo
cwss9ss 07/01/2021
= Coa] &Reraitored by (oar Tan ine
Office of Contracting and Procurement Department of Health Care Finance
441 4" Street, NW., 300 South 441 4 Street, N.W., 300 South
Washington, D.C. 20001 Washington, D.C. 20001
aris 350 EonsoT Career. roe ly, Sy, ake an Ep] &. OaTaTy
Sa coral (S00 Section F)
orporation|
2300 Dulles Station Blvd. 7. Discount for prompt payment
& Discount er pomp
Herndon, VA 20171 10. Submit invoices to the Address shown in_ tem
coco Fecity (2copies unless otherwise specified)
Gat
Section
TH Shp Mak For Tad TE Payment wilbemade By Cais
Department of Health Care Finance Department of Health Care
Office of the Director Finance
441 4 Street, N.W., 900 South DHCF invoices@dc,aov
Washington, D.C. 20001
13. Reserved for future use