MURIEL BOWSER
MAYOR
September 1, 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 CW91187 with Synergetic Information Systems, Inc. The proposed contract is in the
not-to-exceed contract amount of $10,000,000 for the period of one year from date of award.
Under the proposed contract, Synergetic Information Systems, Inc. shall 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
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
(A) Contract Number: CW91187
Proposed Contractor: Synergetic Information Systems, Inc.
Contract Amount: Minimum $10
Maximum $10,000,000
Unit and Method of Compensation: Payment will be made on the completion of
work for an individual delivery/task order
Term of Contract: Twelve months from the date of award
Type of Contract: Indefinite Delivery/Indefinite Quantity with payment
based upon fixed prices
Source Selection Method: DC Supply Schedule
(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: Minimum $10
Maximum $10,000,000
Option Period 1 Amount: Minimum $10
Maximum $10,000,000
Option Period 2 Amount: Minimum $10
Maximum $10,000,000
Option Period 3 Amount: Minimum $10
Maximum $10,000,000
Option Period 4 Amount: Minimum $10
Maximum $10,000,000
(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 purpose of the DC Supply Schedule (DCSS) program is to serve as the primary contract
action for all District agencies to acquire support for their recurring requirements. The
contract is for the provision of services under mission oriented business integrated services.
This particular schedule is designed to provide mission oriented business integrated services.
The social and economic impact of the program is to allow District certified business
enterprises (CBEs) the opportunity to conduct business with the District of Columbia, thus
creating additional jobs for city residents.
In accordance with paragraph one of the DCSS terms and conditions, the District of Columbia
receives a one percent discount based on the volume of services provided under the DCSS.
This fee is based on the invoice amount and provides revenue to the District.
(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:
DCSS solicitations are open on a continuous basis for the mission oriented business integrated
services category. The solicitation for mission oriented business integrated services
was issued on July 31, 2017. Synergetic Information Systems, Inc. submitted its application
number MOBIS202119 on March 15, 2021.
Synergetic Information Systems, Inc. was selected for an award based on achieving the
following requirements as outlined in the solicitation process.
a. Accepting the DCSS terms and conditions and contract provisions for the District of
Columbia supply and services contracts.
b. Identifying and offering prices that are no greater than those of an identified Federal
Supply Schedule that provides services or supplies consistent with the scope of the DCSS
solicitation.
c. Submitting a minimum of three satisfactory customer references demonstrating
the contractors ability to satisfactorily provide the services or products as identified in the
scope of the solicitation.
d. Submitting a written certification that all personnel proposed on individual task orders shall
meet the minimum education/experience requirements as stipulated in the federal contract
being used to establish the DCSS contract.
Synergetic Information Systems, Inc submitted its online application on March 15, 2021.The
application was reviewed and evaluated by the Office of Contracting and Procurement (OCP).
After review and evaluation of the application, the contracting officer (CO) determined that
Synergetic Information Systems, Inc. had offered an appropriate multiple award schedule
consistent with the scope of the solicitation. OCP also established that the pricing was
2
reasonable based on Synergetic Information System Inc. offering of pricing at or below the
respective federal contract pricing.
(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 bid protests related to the award of the contract.
(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:
Based on the COs review of the Dun & Bradstreet Report dated April 21, 2021, the CO
determined that Synergetic Information Systems Inc. has the necessary organizational
experience, technical skills, accounting and operational controls to provide the requirements
of the contract.
(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:
Synergetic Information Systems, Inc. is a CBE vendor and therefore, it is not
required to have a subcontracting plan associated with this contract.
(H) Performance standards and the expected outcome of the proposed contract:
The purpose of the DCSS program is to serve as the primary contract action vehicle for all
District agencies to acquire support for their recurring requirements. This contract is for
provision of services under mission oriented business integrated services.
(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 are no expenditures against this contract.
(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 has certified that funds for the minimum quantity of $10 are
available for FY2021 and that minimum-quantity funds for FY2022 have been budgeted by
the agency. See Funding Certifications.
3
(K) A certification that the contract is legally sufficient, including whether the proposed contractor
has any pending legal claims against the District:
The Attorney General for the District of Columbia has reviewed and approved the subject
contract for legal sufficiency. Synergetic Information Systems, Inc. has no pending legal
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):
The Citywide Clean Hands database report indicates Synergetic Information Systems, Inc. is
current with its District taxes dated May 25, 2021.
(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 certified that Synergetic Information Systems, Inc. is in compliance with
federal tax requirements.
(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.:
Synergetic Information Systems, Inc. is currently a certified CBE, certification number
LSDZ73774032022.
(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:
Synergetic Information Systems, Inc. is not listed on the federal or District Excluded Parties
List.
(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):
The CO signed a Determination & Findings for Responsibility on June 3, 2021.
(R) Where the contract, and any amendments or modifications, if executed, will be made available
online:
4
OCP website located at www.ocp.dc.gov.
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
OCP website located at www.ocp.dc.gov.
5
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: August 3, 2021 Notice Number: L0005997876
SYNERGETIC INFORMATION SYSTEMS, INC. FEIN: **-***5775
1200 G STREET NW 800 Case ID: 887592
WASHINGTON DC 20005
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: for Alemayehu Awas
Agency Fiscal Officer
DATE: August 3, 2021
SUBJECT: Certification of Funding Availability for DCSS Contracts
Synergetic Information Systems, Inc. CW91187
Cradle Systems. LLC CW91428
Metropolitan Strategies CW72797
MVS, Inc CW59303
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: for Alemayehu Awas
Agency Fiscal Officer
DATE: August 3, 2021
SUBJECT: Certification of Funding Availability for DCSS Contracts
Synergetic Information Systems, Inc. CW91187
Cradle Systems. LLC CW91428
Metropolitan Strategies CW72797
MVS, Inc CW59303
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
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
wk
ATTORNEY GENERAL peereel
KARL A. RACINE
eres ey
Commercial Division
MEMORANDUM
TO: Ronan Gulstone
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: August 17, 2021
SUBJECT: Approval of Contract Action for Mission Oriented Business Integrated
Services
Contract Number: CW91187
Contractor: Synergetic Information Systems, Inc.
Proposed Contract Amount: Not-to-Exceed $10,000,000.00
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.
Robert Schildkraut
400 6" Street NW, Suite 9100, Washington, DC 20001 (20