MURIEL BOWSER
MAYOR
July 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 Modification No. M0007 to Contract No. CW59144 with The Triage Group, LLC to
exercise option year three in the amount of $10,000,000. The period of performance is from
September 6, 2021 to September 5, 2022.
Under the proposed modification, The Triage Group, LLC shall continue to provide Mission
Oriented Business Integrated 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 Councils favorable consideration of this contract.
Sincerely,
Muriel Bowser
Enclosure
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.
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
Pursuant to section 202(c-3) of the Procurement Practices Reform Act of 2010, as amended, D.C.
Official Code 2-352.02(c-3), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(A) Contract Number: CW59144
Proposed Contractor: The Triage Group, LLC
Contract Amount (Option Period): Minimum $10.00
Maximum $10,000,000.00
Term of Contract: September 6, 2021 through September 5, 2022
Option Year Three
Type of Contract: Indefinite Delivery/Indefinite Quantity with
payment based upon fixed-prices
(B) Identifying number of the underlying contract, including the identifiers assigned to the
underlying contract by the Council for the base period and any subsequent option periods:
The identifying number of the underlying contract is indicated below:
CA22-0593 Base Year - Minimum $10.00
Maximum $10,000,000.00
CA23-0243 Option Period One - Minimum $10.00
Maximum $10,000,000.00
CA23-0612 Option Year Two - Minimum $10.00
Maximum $10,000,000.00
TBD - Option Year Three - Minimum $10.00
Maximum $10,000,000.00
TBD - Option Year Four - Minimum $10.00
Maximum $10,000,000.00
1
(C) A statement 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 report indicates The Triage Group, LLC is current with its District taxes
dated June 16, 2021.
(D) A statement 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 has certified that funds for the minimum quantity of ten dollars ($10.00)
are available for FY2021 and the minimum quantity funds for FY2022 have been budgeted by the
agency. See Funding Certifications.
2
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: June 16, 2021 Notice Number: L0005785292
THE TRIAGE GROUP FEIN: **-***3207
700 12TH ST NW STE 700 Case ID: 854765
WASHINGTON DC 20005-4052
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 OFFICER
GOVERNMENT OPERATIONS CLUSTER
OFFICE OF FINANCE AND RESOURCE MANAGEMENT
MEMORANDUM
TO: George Schutter, Chief Procurement Officer
Office of Contracting and Procurement
FROM: Alemayehu Awas
Agency Fiscal Officer
DATE: June 16, 2021
SUBJECT: Certification of Funding Availability for DCSS Contracts
The Triage Group LLC CW59144
Hruckus, LLC CW59866
PERIOD: October 1, 2020 thru September 30, 2021
This is to certify that the Office of Contracting and Procurement has $10,000.00 in its FY2021 budget to cover
potential costs that may be incurred if a minimum order is not achieved for the District of Columbia Supply
Schedule (DCSS) contracts.
Each DCSS contract has been established as an indefinite delivery/indefinite quantity (IDIQ) contract, and agencies
may place orders against each contract by means of an individual Task Order (TO) or delivery order (DO). If no
orders are placed against a particular DCSS contract, pursuant to the DCSS Terms and Conditions, clause 5, the
District guarantees the minimum order for each contract in the amount of $10.00 for the base year and four option
years. Any additional orders placed on the DCSS contracts will be encumbered by the ordering agency prior to
issuance. There are approximately 420 contractors on the DCSS, and it is estimated that $10,000.00 would be
sufficient to cover the possibility of having to pay $10.00, upon request, to multiple contractors.
441 4th St, N.W. * Suite 890 North * Washington, D.C. 20001
Phone: (202) 727-0333 * Fax: (202) 727-0659
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
GOVERNMENT OPERATIONS CLUSTER
OFFICE OF FINANCE AND RESOURCE MANAGEMENT
MEMORANDUM
TO: George Schutter, Chief Procurement Officer
Office of Contracting and Procurement
FROM: Alemayehu Awas
Agency Fiscal Officer
DATE: June 16, 2021
SUBJECT: Certification of Funding Availability for DCSS Contracts
The Triage Group LLC CW59144
Hruckus, LLC CW59866
PERIOD: October 1, 2021 thru September 30, 2022
This is to certify that the Office of Contracting and Procurement will allocate $10,000.00 in its FY2022 proposed
financial plan to cover potential costs that may be incurred if a minimum order is not achieved for the District of
Columbia Supply Schedule (DCSS) contracts.
Each DCSS contract has been established as an indefinite delivery/indefinite quantity (IDIQ) contract, and agencies
may place orders against each contract by means of an individual Task Order (TO) or delivery order (DO). If no
orders are placed against a particular DCSS contract, pursuant to the DCSS Terms and Conditions, clause 5, the
District guarantees the minimum order for each contract in the amount of $10.00 for the base year and four option
years. Any additional orders placed on the DCSS contracts will be encumbered by the ordering agency prior to
issuance. There are approximately 420 contractors on the DCSS, and it is estimated that $10,000.00 would be
sufficient to cover the possibility of having to pay $10.00, upon request, to multiple contractors.
Funding to cover these contracts is contingent upon availability of Districts budget appropriations for FY2022.
441 4th St, N.W. * Suite 890 North * Washington, D.C. 20001
Phone: (202) 727-0333 * Fax: (202) 727-0659
1. Contract Number Page of Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT CW59144 1 1
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption
Mission Oriented Business
M0007 9/6/21 Integrated Services (MOBIS)
6. Issued by: Code 7. Administered by (If other than line 6)
Office of Contracting and Procurement Office of Contracting and Procurement
441 4th Street, NW, Suite 330 South 441 4th Street, NW, Suite 330 South
Washington, DC 20001 Washington, DC 20001
8. Name and Address of Contractor (No. street, city, county, state and zip code) 9A. Amendment of Solicitation No.
9B. Dated (See Item 11)
The Triage Group, LLC
700 12th Street NW, Suite 700 10A. Modification of Contract/Order No
Washington, DC 20005 X
CW59144
Code Facility 10B. Dated (See Item 13)
9/6/18
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers is extended. is not
extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following
methods: (a) By completing Items 8 and 15, and returning __________ copies of the amendment: (b) By acknowledging receipt of this amendment on each
copy of the offer submitted; or (c) BY separate letter or fax which includes a reference to the solicitation and amendment number. FAILURE OF YOUR
ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED
MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such may be made by letter
or fax, provided each letter or telegram makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
12. Accounting and Appropriation Data (If Required)
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTORS/ORDERS ,
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14
A. This change order is issued pursuant to (Specify Authority):
The changes set forth in Item 14 are made in the contract/order no. in item 10A.
B. The above numbered contract/order is modified to reflect the administrative changes (such as changes in paying office, appropriation
data
etc.) set forth in item 14, pursuant to the authority of 27 DCMR,.
C. This supplemental agreement is entered into pursuant to authority of: 27 DCMR, Chapter 36, Section 3601.3
X D. Other (Specify type of modification and authority) 27 DCMR, Chapter 20, Section 2008
E. IMPORTANT: Contractor is not is required to sign this document and return one copy to the issuing office.
14. Description of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
Pursuant to section 3.2, Option to Extend the Term of the Contract, Contract Number CW59144 is hereby
modified as follows:
A. The District of Columbia Office of Contracting and Procurement hereby exercises its option to extend
the term of the contract for the period of September 6, 2021 through September 5, 2022, with a not-to-
exceed contract amount of $10,000,000.00 for Option Year Three.
B. The contractor is bound by Wage Determination No. 2015-4281, Rev. 18, dated 04/07/2021, issued
by the Department of Labor.
Except as provided herein, all terms and conditions of the document is referenced in Item 9A or 10A remain unchanged and in full force and effect.
15A. Name and Title of Signer (Type or print) 16A. Name of Contracting Officer
James Webb
15B. Name of Contractor 15C. Date Signed 16B. District of Columbia 16C. Date Signed
(Signature of person authorized to sign) (Signature of Contracting Officer)