MURIEL BOWSER
MAYOR
January 4, 2021
The Honorable Phil Mendelson
Chairman
Council of the District of Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, NW
Suite 504
Washington, DC 20001
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 No. CW94739 with Ramsell Corporation in the not-to-exceed amount of $7,514,944.
The period of performance is January 18, 2022 through January 17, 2022.
Under the proposed contract, Ramsell Corporation shall provide a pharmacy benefits management
system for the Department of Healths AIDS Drug Assistance Program. This program provides
access to prescription coverage and health care for District residents living with HIV who are
uninsured or underinsured.
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 E. Bowser
Enclosure
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: CW94739
Proposed Contractor: Ramsell Corporation (Ramsell)
Contract Amount: Not-to-Exceed (NTE) $7,514,944
Term of Contract: January 18, 2022 through January 17, 2023
Type of Contract: Firm Fixed Price with Cost Reimbursement Components
(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:
Base Period Amount: NTE $7,514,944
Option Period One Amount: NTE $7,530,851.32
Explanation of difference from base period (if applicable):
Standard costs increase to continue providing the Pharmacy Benefits Management System (PBMS)
and ongoing maintenance and support services.
Option Period Two Amount: NTE $7,547,235.86
Explanation of difference from base period (if applicable):
Standard costs increase to continue providing the PBMS and ongoing maintenance and support
services.
Option Period Three Amount: NTE $7,564,111.94
Explanation of difference from base period (if applicable):
Standard costs increase to continue providing the PBMS and ongoing maintenance and support
services.
Option Period Four Amount: NTE $7,581,494.29
Explanation of difference from base period (if applicable):
Standard costs increase to continue providing the PBMS and ongoing maintenance and support
services.
(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:
DC Health provides pharmaceutical assistance to eligible District residents pursuant to the authority
set forth in the Ryan White Treatment Modernization Act of 2009, Part B. Ryan White is the payer
of last resort when it is determined that the individual being served does not qualify for insurance
sponsored by government agencies such as Medicaid and Medicare and/or commercial Qualified
Health Plans. The Ryan White HIV/AIDS program is codified in Title XXVI of the Public Health
Service Act and is the largest federal program focused exclusively on HIV care.
The Government of the District of Columbia Office of Contracting and Procurement, on behalf of the
Department of Health (DC Health) HIV/AIDS, Hepatitis, STD and TB Administration (HAHSTA)
seeks to enter into a contract with Ramsell to provide a Pharmacy Benefits Management System
(PBMS) for DC Healths Aids Drug Assistance Program (ADAP), the Pre-Exposure Prophylaxis and
Post exposure Prophylaxis program, and the Medication Assisted Therapy program. These
programs provide access to prescription coverage and health care for District residents infected with
HIV who are uninsured or underinsured.
The PBMS shall include medication inventory management, health insurance premium and co-
payment assistance, interface with Health Resources and Services Administrations (HRSA) data
reporting systems, and support to District pharmacy providers to develop methods of improving and
tracking medication adherence.
(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:
Invitation for Bid (IFB) Doc575975 was issued to the open market on August 17, 2021. The IFB
closed on September 10, 2021 and resulted in one bid received from Ramsell. Although Ramsell was
the only bidder, their bid was evaluated based on the bid submission requirements listed in the IFB,
including proof of experience, past performance, contracts with District pharmacies, and system
compliances. Ramsell met all the bid submission requirements; therefore, the Contracting Officer
deemed them the lowest responsive, responsible bidder.
(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:
None.
(F) The background and qualifications of the proposed contractor, including its organization,
financial stability, personnel, and prior performance on contracts with the District
government:
Ramsell is a leading entity in managing Pharmacy Benefits Management Services for Aids ADAP,
HIV disease State pharmaceutical Assistance Programs and other public health programs. This
includes providing pharmacy benefit management services to the District of Columbia since 2016.
Past performance evaluations from the District and other government sectors reflect high quality
services and customer satisfaction.
Ramsell has adequate financial resources to perform the contract or the ability to obtain those
resources based on their Bidder/Offeror Certification Form and their Dun and Bradstreet report.
Based on the prior performance and on the information set forth in the Dun and Bradstreet report,
Ramsell has the necessary organization, experience, accounting, operational control, and technical
skills to fulfill the Districts requirements.
(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:
The Department of Small and Local Business Development approved a full waiver on
September 1, 2021.
(H) Performance standards and the expected outcome of the proposed contract:
It is the Districts expectation that through Ramsells PBMS, District residents infected with HIV will
continue to receive access to prescription coverage and health care. The District expects Ramsell to
comply with the performance standards and guarantees set forth 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:
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:
DC Healths Agency Financial Officer has certified that funds for the proposed Council approval
action for the sum of $7,514,944 are available.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The proposed contract has been deemed legally sufficient by the Office of the Attorney General.
Ramsell 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 Contractors Citywide Clean Hands report dated December 23, 2021, states that the Contractor
has no outstanding liability with the District.
(M) A certification from the proposed contractor that it is current with its District and federal
taxes or has worked out and is current with a payment schedule approved by the District or
federal government:
Based on the Clean Hands Certificate provided by the Contractor and information contained in the
Bidder Offeror form, the Contractor has certified 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, effective October 20, 2005 (D.C. Law 16-33; D.C.
Official Code 2-218.01 et seq.):
Ramsell Corporation is not a certified local, small, or disadvantaged business enterprise.
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
There are no aspects of the proposed contract that the Chief Procurement Officer considers
significant.
(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 October 19, 2021, Ramsell does not appear on either the federal or Districts Excluded Parties
Lists.
(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
Determination and Findings for Cost Reimbursement Contract
(R) Where the contract, and any amendments or modifications, if executed, will be made available
online: http://app.ocp.dc.gov/RUI/information/award/search.asp
(S) Where the original solicitation, and any amendments or modifications, will be made available
online http://ocp.dc.gov/service/ocp-solicitations
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: December 23, 2021 Notice Number: L0006560942
RAMSELL CORPORATION FEIN: **-***4229
200 WEBSTER ST STE 300 Case ID: 1025566
OAKLAND CA 94607-4108
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
Department of Health
MEMORANDUM
TO: George A. Schutter III
Chief Procurement Officer
Office of Contracting and Procurement
THRU: Delicia V. Moore
Associate Chief Financial Officer
Human Services Support Cluster
FROM: Adreana Deane
Agency Fiscal Officer
Department of Health
DATE: December 15, 2021
SUBJECT: Certification of Funding Availability the Pharmaceutical Benefits Manager contract
The Office of the Chief Financial Officer hereby certifies that the sum of $5,705,000 is included
in the Districts FY22 Budget and Financial Plan, submitted to Congress by the Chairman of the
Council to the Speaker of the House of Representatives to fund the costs associated with the
contract Pharmaceutical Benefits Manager contract. Congressional approval of the Districts
FY22 Budget and Financial Plan provides sufficient funds to pay for fees and costs associated
with the contract. Costs for $1,905,000 for the period of October 1, 2022 to December 31, 2022
is contingent upon submittal and approval of an FY23 budget. If you have further questions,
please contact Adreana Deane, Agency Fiscal Officer at 202-442-9222.
Vendor Contract Period Funding Source Index PCA Object RQ Amount Approp.
Or Yr.
PO
TBD 01/01/22 - 03/31/22 Federal Grant 1HT60 30600 0409 TBD $1,815,000 2022
TBD 04/01/22 - 09/30/22 Federal Grant HT026 30600 0409 TBD $3,630,000 2022
TBD 01/01/22 09/30/22 Federal H16FP 30400 0409 TBD $225,000 2022
Payment
TBD 01/01/22 02/28/22 Federal Grant 1EA02 30200 0409 TBD $7,778 2022
TBD 03/01/22 - 09/30/22 Federal Grant TBD 30200 0409 TBD $27,222 2022
TBD 10/01/22 12/31/22 Federal Grant TBD 30600 0409 TBD $1,815,000 2023
TBD 10/01/22 12/31/22 Federal TBD 30400 0409 TBD $75,000 2023
Payment
TBD 10/01/22 12/31/22 Federal Grant TBD 30200 0409 TBD $15,000 2023
899 North Capitol Street, N.E. 5th Floor Washington, D.C. 20002 Phone (202) 442-5955 Fax (202) 442-4795
Reserved for laier use Page
ofPages
AWARD/CONTRACT |
75
2, Contract Number 3 Efecive Date 7 Requsiion/Purchase RequestProjedt No
cwe4739 See Box 20C
5. issued By. vone Gopaul Code FOOT 6. Administered by (Father than ne 6)
Officeofthe Contracting and Procurement District of Columbia
Districtof Columbia Department of Health (DC Health) Department of Health (DC Health)
899 North Capitol Street, N.E. 5 Floor HIVIAIDS, Hepatitis, STD and TB Administration (HAHSTA)
Washington, DC 20002 8919 North Capitol Street, N.E. 4" Floor
Washington, DC 20002
TT Name andAdaress
of Contractor . Dalvery
Ramsell Corporation [Lr08 origin Rlotner
Sophia J. Byndioss 9, Discount for prompt payment
President, Products and Services Please refer to G1-Invoice Payment and G.2 Invoice Submittal
200 Webster Street, Suite 300 Submit invoices in accordance with Section G2-G.2.1 ~ INVOICE
Oakland, CA 94607 7
510.587.2600 SUBMITTAL: https://vendorportal.de.gov
Email: sbyndloss@ramsell.com
Duns No. [ L TiN,
11. Ship to/Mark For | Code 12 Paymentwillbemadeby [Code _T
200 No Copia Sveet NE
Department of Health (DC Health)
Washinglon: Be 20002
5INVOIgE
Daasond