MURIEL BOWSER
MAYOR
June 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 (DC 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 Councilofthe District of Columbia is proposed
contract no. CW90644 with Pacifico Ford, Inc. The proposed contract has a minimum contract
amountof $1,298,448 and maximum contract amount of $2,308,352 for one year from date of
the award.
Under the proposed contract, Pacifico Ford, Inc. shall provide a minimumof nine up to a
maximum of 16 light plow crew cab snow trucks that shall be used for snow removal during
snow season.
Iam 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 yourstaff contact Mare Scott,
Chief Operating Officerof the Office of Contracting and Procurement, at (202) 724-8759.
I look forward to the Councils favorable consideration of this contract.
jincere}
luriql BOwser
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
(Sole Source)
(A) Contract Number: CW90644
Proposed Contractor: Pacifico Ford, Inc.
Contract Amount: $1,298,448 (Minimum)
$2,308,352 (Maximum)
Capital Funding
Unit and Method of Compensation: $144,272 price per vehicle
Term of Contract: Date of award through one year thereafter
Type of Contract: Indefinite Delivery Indefinite Quantity
Source Selection Method: Sole Source
(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:
This contract does not have option periods.
(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 provide a minimum of nine and up to a maximum of 16 light plow crew cab
snow trucks to the District Department of Transportation (DDOT) that will be used for snow removal
during the snow season.
(D) The date on which a competitive procurement for these goods or services was last conducted,
the date of the resulting award, and a detailed explanation of why a competitive procurement
is not feasible:
1
On October 6, 2020, the Office of Contracting and Procurement (OCP) issued an Invitation for Bids
No. Doc530976 on an open market after search for certified business enterprises under NIGP
commodity codes 765-61-00 (Snow plows and/or snow wings, vehicle mounted) and 072-02-22
(Truck, pick-up, crew cab, full size, 6 passenger, gasoline and diesel) resulted in zero CBE. On
October 14, 2020, OCP applied for a waiver for the 35% mandatory subcontracting requirement. The
IFB ended on October 22, 2020 with one vendor, Pacifico Ford, Inc., responding to the
solicitation. Subsequently, the Department of Small and Local Business Development (DSLBD)
approved the waiver request on November 12, 2020. As the waiver needed to be obtained prior to
receipt of bids, award could not be made. The Contracting Officer cancelled solicitation Doc530976
due to the error in the procurement process.
The District is still in need of the vehicles that were sought through the solicitation. The vehicles are
still available through the proposed contractor who is the only vendor capable of providing the 2021
year vehicles within the Districts timeline as production of the 2021 vehicles has ceased. Ford Motor
company has confirmed that production of the 2022 vehicles will not begin until June/July 2021 with
a build time of no less than 22 weeks. Once manufactured, additional time would be required for
upfitting to the District specifications. The total build time would exceed the Districts timeline and
leave the District without equipment critical to its snow operations this upcoming winter.
Given this, it is hereby determined that it is not feasible and practical for the District to invoke the
competitive solicitation.
(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 was no bid protest.
(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:
The contractor which started its operation in 1920 in South Philadelphia has become successful in
selling and servicing automobiles in Philadelphia and the surrounding areas. The contractors
operation is now being conducted at the Philadelphia Airport Auto Mall, complete with a state-of-
the-art body shop, complete sales and service at the commercial truck center and a detail department
and public carwash. Pacifico Ford, Inc. satisfactorily provided the City of Philadelphia pickup trucks
and cab chassis of various configurations in the estimated amount of $30 million for the period of
2016 to 2020. Pacifico Ford, Inc. also satisfactorily provided PECO Energy, an Exelon Company,
their needed vehicles, automotive parts and maintenance services in the amount of $4 million each
year from 2017 up to present. Project managers from the City of Philadelphia and PECO Energy
indicated that the contractor did an excellent job in delivering vehicles and parts on time and very
knowledgeable about the products and services they supply.
2
(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:
DSLBD concluded that there were no subcontracting opportunities available for this procurement.
A waiver was granted on May 17, 2021.
(H) Performance standards and the expected outcome of the proposed contract:
The contractor shall provide the required light plow crew cab snow trucks in accordance with the
terms and conditions indicated in the contract.
(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:
No funds have been expended.
(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 Office of the Chief Financial Officer from DDOT has certified that there is sufficient funding for
the minimum total price of proposed contract.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The contract action has been determined to be 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):
A certification has been issued by the Citywide Clean Hands database indicates that the proposed
contractor is current with its District taxes.
(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 self-certified its compliance with its federal taxes.
3
(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 proposed contractor is not a certified small, local, or disadvantaged business enterprise.
(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 or excluded from providing services to the District and federal
governments.
(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 a Sole Source Procurement
- Determination and Findings for Price Reasonableness
- Determination and Findings for Contractor Responsibility
(R) Where the contract, and any amendments or modifications, if executed, will be made available
online:
The contract when executed will be posted on the Office of Contracting and Procurement website
www.ocp.dc.gov.
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
The sole source solicitation was posted on the Office of Contracting and Procurement website
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: May 12, 2021 Notice Number: L0005627854
PACIFICO FORD INC. FEIN: **-***3366
6701 ESSINGTON AVE Case ID: 819277
PHILADELPHIA PA 19153-3407
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 OFFICE
d. i
Government Services Cluster
FINANCIAL PLAN AND BUDGET CERTIFICATION
Contract No.: Cws90644
Contract Name: Light Plow Crew Cab Snow Trucks
Contractor: Pacifico Ford, Inc.
Contract Ceiling: $2,308,352.00
Contract Amount: $1,298,448.00
Available Funding: Capital Funds
Funding Source (Project Fund): Local - Capital
6EQO1C (0304) - $1,298,448.00
Requisition: RK153000
Year of Appropriation: 2006
Contract Year: 2021
|, Calvin Skinner, Agency Chief Financial Officer OCFO, hereby certify that the amount of
$1,298,448.00 is available for the above referenced contract and that the service is within the
appropriate budget authority for the agency for Fiscal Year 2021 and is consistent with the
applicable approved financial plan. Future orders above the available funding are contingent
upon the identification of additional funding.
LE Shela
Calvin Skinner Di ate
Agency Fiscal Officer, OCFO
55 M Street, S.E., Washington, DC 20003 Telephone: (202) 671-2300
GOVERNMENTOF THE DISTRICT OF COLUMBIA
Office of the Attorney General
wk
ATTORNEY GENERAL
KARL A. RACINE EEE
Commercial Division
Government Contracts Section
MEMORANDUM
TO: George A. Schutter
Chief Procurement Officer
Office of Contracting and Procurement
FROM: Robert kraut
Chief, Procurement Sec
Commercial Di
DATE: June 17, 2021
Sole Source Contract
DDOT Light Plow Crew Cab Snow Trucks
Contract Number: CW90644
Contractor: Pacifico Ford, Inc.
Proposed Contract Amount Minimu $1,298,448.00
Proposed Contract Amount Maximum 2,308,352.00
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 re; id, please do not hesitate to
call me at (202) 724-4018.
400
6"Street NW, Suite 9100, Washington, DC 20001 (202)727-3400
SOLICITATION, OFFER, AND 1. Caption Page of Pages
AWARD Light Plow Crew Cab Snow Trucks 1 28
2. Contract Number 3. Solicitation Number 4. Type of Solicitation 5. Date Issued 6. Type of Market
Sealed Bid (IFB) X Open
DCSS Set
Sealed Proposals (RFP) Aside
Open with
X Sole Source Sub-
Contracting
Human Care Agreements Set Aside
CW90644 N/A Emergency N/A
7. Issued By: 8. Address Offer to:
Office of Contracting and Procurement (OCP) Submit electronically through OCP E-Sourcing Process
Transportation and Specialty Equipment Commodity Group
2000 14th Street, NW, 6th Floor
Washington, DC 20009
NOTE: In sealed bid solicitations "offer" and offeror" means "bid" and "bidder"
SOLICITATION
9. Offers must be received in the E-Sourcing system prior to the event closing date and time.
CAUTION: Late Submissions, Modifications and Withdrawals: See 27 DCMR chapters 15 & 16 as applicable. All offers are subject to all terms &
conditions contained in this solicitation.
10. For Information A. Name B. Telephone C. E-mail Address
Contact
(Area Code) (Number)
Janet C. Concepcion, CPPB Janet.concepcion2@dc.gov
OFFER
11. Acknowledgement of Amendments Amendment Number Date Amendment Number Date
(The offeror acknowledges receipt of
amendments to the SOLICITATION):
12A. 13A. Name and Title of Person Authorized to Sign
Name and Pacifico Ford, Inc. Offer/Contract
Address of Offeror 6701 Essington Avenue
Philadelphia, PA 19153 Melanie Fox, Fleet Relations Manager
13B. Email
mfox@pacificocars.com
12B. Telephone 14. Signature 15. Offer Date
12C. Check if remittance
(Area Code) (Number) (Ext.) address is different from
302 312-9851 (cell) above - Refer to Section G