MURIEL BOWSER
MAYOR
November 10, 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 CW91689 with QuickBase, Inc. The proposed contract amount is $2,174,985 for the
period of date of award through September 30, 2022.
Under the proposed contract, QuickBase, Inc. shall provide QuickBase licenses and
maintenance.
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
(A) Contract Number: CW91684
Proposed Contractor: QuickBase, Inc.
Contract Amount: $2,174,985
Unit and Method of Compensation: Contractor will be paid through the issuance of a single
purchase order.
Term of Contract: Date of award through September 30, 2022
Type of Contract: Firm Fixed Price
Source Selection Method: Exempt from competition
(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: $2,174,985
Option Period 1 Amount: $2,223,735
Explanation of difference from base period (if applicable):
Normal industry inflation
Option Period 2 Amount: $2,273,703
Explanation of difference from base period (if applicable):
Normal industry inflation
Option Period 3 Amount: $2,324,922
Explanation of difference from base period (if applicable):
Normal industry inflation
1
Option Period 4 Amount: $2,377,420
Explanation of difference from base period (if applicable):
Normal industry inflation
(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 Government of the District of Columbia, Office of Contracting and Procurement, on behalf of
the Office of the Chief Technology Officer (OCTO), is seeking to enter into an enterprise
agreement with QuickBase Inc., to continue to provide an enterprise version of the QuickBase
cloud-based platform to the District government agencies.
(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:
In accordance with the Procurement Practices Reform Act, Section 413 (D.C. Official Code 2-
354.13), the District is proposing to award a contract to QuickBase, Inc., without competition on the
grounds that QuickBase, Inc., is the current and only source of maintenance and support for all
QuickBase software and technology utilized by the District. QuickBase, Inc. is the creator of the
intellectual property and protects it as such.
(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 has been no protest filed in relation to the award of this 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:
According to the Districts contractor performance evaluation database, QuickBase, Inc., for their
performance in FY17, FY18, FY19, FY20 and FY21 under contract number CW52586, has
maintained a satisfactory performance record.
Based on the findings of the Dun and Bradstreet report dated August 6, 2021, QuickBase, Inc., is in
a satisfactory financial position to perform the requirements of this contract and has been
determined responsible as prescribed in the 27 DCMR 2200.
(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:
2
In accordance with D.C. Official Code 2218.51 a waiver has been granted by the Department of
Small and Local Business Development for the base year of the proposed contract.
(H) Performance standards and the expected outcome of the proposed contract:
QuickBase, Inc.s performance will be regularly and routinely monitored by OCTO. The expected
outcome is for QuickBase, Inc., to provide the District access to their cloud-based platform to
support and ensure continued functionality of multiple District-operated QuickBase software
programs.
(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:
None
(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:
A certification of funding is attached to comply with D.C. Official Code 47-392.01 and 47-
392.02.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The Office of the Attorney General has reviewed the proposed contract for legal sufficiency and
deemed it 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):
According to the Districts Clean Hands Certification dated August 10, 2021, the 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:
According to information provided on the Bidder Offeror Certification, QuickBase, Inc., has
certified that the organization is current 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 contractor, QuickBase, 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:
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 July 26, 2021, the Contractor is not listed on the District of Columbias Excluded Parties list
nor registered in the SAM.gov database. The submitted Bidder Offeror Certification does not
indicate the contractor is or has been debarred from providing services to any governmental entities.
(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 Contractor Responsibility
Determination and Findings for Price Reasonableness
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The contract will be available online at http://ocp.dc.gov.
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
All documents will be available online at http://ocp.dc.gov.
4
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
GOVERNMENT OPERATIONS CLUSTER
MEMORANDUM
TO: Derrick White
Contracting Officer
Office of Contracting and Procurement
FROM: Phil Peng 11/4/21
Agency Fiscal Officer
Office of the Chief Technology Officer (OCTO)
DATE: November 4, 2021
SUBJECT: Funding Certification
Title: QuickBase Maintenance Renewal
Contract No: CW91689
Contract Amount $2,174,985.00
Period of Performance (PoP): One Year From Date of Award
By this memorandum, the Office of the Chief Financial Officer (OCFO) certifies that the
Office of the Chief Technology Officer (OCTO) has $2,174,985.00 available in the FY22
operating Budget to fund the subject contract. Funding will be obligated prior to all future
orders.
If you have any questions concerning this funding certification, please contact Phil Peng,
AFO, at (202) 727-8472.
cc: Angelique Rice, Associate Chief Financial Officer, GOC.
Michael Bolden, Director of Financial Operations, GOC.
Abdi Yusuf, Budget Director, OCTO.
Mekete Seleshi, Finance Manager, OCTO.
Carol Harrison, Chief of Staff, OCTO.
Tehsin Faruk, Deputy Chief of Staff, OCTO.
Chris Yi, Contracting Office, OCP.
200 I Street SE * Washington, D.C. 20003
Phone: (202) 727-2277 * Fax: (202) 727-1216
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: November 8, 2021 Notice Number: L0006451139
QUICKBASE, INC. FEIN: **-***0345
150 CAMBRIDGEPARK DR Case ID: 1003545
CAMBRIDGE MA 02140-2370
NOTICE OF NON-COMPLIANCE
As reported in the Clean Hands system, the above referenced individual/entity has an
CO
outstanding liability or missing tax returns with the District of Columbia Office of Tax and
Revenue or the Department of Employment Services. As of the date above, the account is
not compliant with DC Code 47-2862. Therefore, a Certificate of Clean Hands will not be
issued.
TITLE 47. TAXATION, LICENSING, PERMITS, ASSESSMENTS, AND FEES
CHAPTER 28 GENERAL LICENSE
SUBCHAPTER II. CLEAN HANDS BEFORE RECEIVING A LICENSE OR PERMIT
PY
D.C. CODE 47-2862 (2006)
47-2862 PROHIBITION AGAINST ISSUANCE OF LICENSE OR PERMIT
a) Notwithstanding any other provision of law except 25-301(b), the District government shall
not issue or reissue any license or permit to any applicant for a license or permit if the applicant
has failed to file required District tax returns or owes more than $100 in outstanding debt to
the District. The taxpayer is non-compliant with the following:
Agency Phone Number Address
Office of Tax and Revenue 202-727-4829 1101 4th Street, SW, Suite 270 West,
Washington DC 20024
Authorized By Marc Aronin
Chief, Collection Division
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 Attorney General
ww
ATTORNEY GENERAL ama
Kart A. RACINE (Gani
Commercial Division
MEMORANDUM
TO: Ronan Gulstone
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: October 25, 2021
SUBJECT: Contract for Quickbase Licenses and Maintenance Services
Contractor: kbase, Inc.
Contract No. CW91689
Contract Type: Firm Fixed Price
Contract Amount: $2,174,985.00
This is to Certifythatthis Office has reviewed the above-referenced
Contract and 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.
2 _
Robert Schildkraut
441 Fourth Street, N.W., Suite 1010S, Washington, D.C. 20001 (202) 727-3400 Fax (202) 347-8922
1. Reserved for later use Page of Pages
AWARD/CONTRACT
1 40
2. Contract Number 3. Effective Date 4. Requisition/Purchase Request/Project No.
CW91689 See Block 20C
5. Issued By: Code 6. Administered by (If other than line 5)
Office of the Contracting and Procurement Office of the Chief Technology Officer
441 4th Street, N.W., Suite 330 South 200 I Street S.E., 5th Floor
Washington, D.C. 20001 Washington, D.C., 20003
7. Name and Address of Contractor (No. street, city, county, state and Zip 8. Delivery
Code) FOB Origin Other
Quickbase, Inc.
9. Discount for prompt payment:
150 Cambridge Park Drive, suite 500
Cambridge, M.A. 02140 10. Submit invoices to the Address shown in Section 12
Duns No. TIN (2 copies unless otherwise specified)
11. Ship to/Mark For Code 12. Payment will be made by Code
Office of the Chief Technology Officer Office of the Chief Technology Officer
200 I Street S.E. 200 I Street S.E.
Washington, D.C. 20003 Washington, D.C. 20003
13. Remit Address: 14. Accounting and Appropriation Data
ENCUMBRANCE CODE:
Same as 12
15A. Item 15B. Supplies/Services 15C. Qty. 15D. Unit 15E. Unit Price 15F. Amount
SEE Section B.3
Total Amount of Contract Shall Not Exceed $2,174,985.00
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 18
Price Schedule PART III LIST OF DOCUMENTS, EXHIBITS AND OTHER
X B
2 ATTACHMENTS
X C Services-Specifications/Work Statement 3 X J List of Attachments 40
X D Packing and Marking 6
X E Inspection and Acceptance 6 Representations, Certifications and Other
X F Contract Term Statements of Offerors
7
X G Contract Administration data 8 Instructions, conditions & notices to Offerors
X H Special Contract Requirements 13 Evaluation factors for award
Contracting Officer will complete Item 17 or 18 as applicable
17. CONTRACTORS NEGOTIATED AGREEMENT