MURIEL BOWSER
MAYOR
February 10, 2023
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 section 202 of the Procurement Practices Reform Act of 2010 (D.C. Official Code §
2-352.02), enclosed for consideration and approval by the Council of the District of Columbia is
proposed definitized contract no. CW104317 with MBI Health Services, LLC in the not-to-exceed
amount of $4,823,292.50. The period of performance is from December 10, 2022 through
December 9, 2023.
Under the proposed contract, MBI Health Services, LLC shall provide site-based behavioral health
support and care coordination services to individuals residing at any of the District’s Isolation and
Quarantine and Pandemic Emergency Program for Vulnerable Individuals locations.
My administration is available to discuss any questions you may 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, Office of Contracting and Procurement, at (202) 724-
8759.
I look forward to the Council’s favorable consideration of this contract.
Sincerely,
Muriel Bowser
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
(Letter Contract)
(A) Contract Number: CW104317
Proposed Contractor: MBI Health Services, LLC(MBI)
Contract Amount (Base Period): $4,823,292.50 (not-to-exceed (NTE))
Unit and Method of Compensation: Fixed Unit Price
Term of Contract: December 10, 2022 – December 9, 2023
Type of Contract: Indefinite Delivery - Indefinite Quantity (IDIQ)
Source Selection Method: Request For Qualification (RFQ)
(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: NTE $4,823,292.50
Option Period One Amount: NTE $4,981,626
Explanation of difference from base period (if applicable):
The difference between the base period and option amounts is due to the annual increase in the cost
of business operations.
Option Period Two Amount: NTE $5,117,482.50
Explanation of difference from base period (if applicable):
The difference between the base period and option amounts is due to the annual increase in the cost
of business operations.
Option Period Three Amount: NTE $5,271,695.00
Explanation of difference from base period (if applicable):
The difference between the base period and option amounts is due to the annual increase of in the
cost of business operations.
1
Option Period Four Amount: NTE $5,430,652.50
Explanation of difference from base period (if applicable):
The difference between the base period and option amounts is due to the annual increase in the cost
of business operations.
(C) The date on which the letter contract or emergency contract was executed:
December 10, 2022.
(D) The number of times the letter contract or emergency contract has been extended:
None
(E) The value of the goods and services provided to date under the letter contract or emergency
contract, including under each extension of the letter contract or emergency contract:
$998,711.25 NTE
(F) The goods or services to be provided, the methods of delivering goods or services, and any
significant program changes reflected in the proposed contract:
MBI shall provide the required site-based behavioral health support, clinical consultation and care
coordination services to individuals residing at the District’s Isolation and Quarantine (ISAQ) and
Pandemic Emergency Program for Vulnerable (PEP-V) Individuals locations.
(G) The selection process, including the number of offerors, the evaluation criteria, and the
evaluation results, including price, technical or quality, and past performance components:
The contracting officer received one response on the due date; November 17, 2022 to the RFQ
solicitation, issued on October 31,2022. MBI’s proposal was evaluated in accordance with 27 DCMR
Section 1905.4, including a review of their capability, resumes, professional qualifications of the
business, and the organization's staff, and relevant professional and/or business licenses. MBI met
the qualifications indicated in the RFQ and has satisfactory performance providing site-based
behavioral health support, clinical consultation and care coordination services to individuals residing
at the District’s ISAQ and PEP-V locations, through current and prior human care agreements with
the District.
The contracting officer held a price negotiation with MBI and requested a Best and Final Offer
(BAFO). After review of the BAFO the contracting officer determined that the reduced price was fair
and reasonable, and proceeded with award of a letter contract to MBI.
(H) 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
2
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.
(I) 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:
MBI has been providing site-based behavioral health support and care coordination services to
individuals residing at any of the District’s ISAQ and PEP-V locations, for over two years. For over
a decade, MBI has been providing satisfactory mental health rehabilitation services and adult
substance abuse rehabilitation residential treatment services in the District.
(J) 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:
Department of Small and Local Business Development approved a waiver of the 35% subcontracting
requirement on October 14, 2022. MBI is a certified business enterprise, who proposed to self-
perform 100% of the work.
(K) Performance standards and the expected outcome of the proposed contract:
MBI shall provide site-based behavioral health support and care coordination and clinical
consultation services to individuals residing at any of the District’s ISAQ and PEP-V locations for
the duration of their quarantine period so that they will have an improved mental and social wellbeing,
when they are well enough to transition out.
(L) 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:
$998,711.25, 12/10/22.
(M) 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 funding in the amount of $4,823,292.50 is available.
(N) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
3
The Office of the Attorney General has determined that the proposed definitized contract with MBI
is legally sufficient and the contractor has no pending legal claims against the District.
(O) 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):
Clean Hands certification dated November 30, 2022, verifies the contractor’s compliance with
District taxes.
(P) 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:
Based on information contained in the Bidder-Offeror Certification form, the contractor has
certified that it is current with its federal taxes.
(Q) 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.:
MBI is currently a certified local, small, or disadvantaged business enterprise.
(R) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None.
(S) 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 currently debarred from providing services to any government entity. The
contractor does not appear as an excluded party in any of these listing: District Excluded Parties List;
the Office of the Inspector General; and the System for Award Management federal database.
(T) Any determination and findings issues relating to the contract’s formation, including any
determination and findings made under D.C. Official Code § 2-352.05 (privatization
contracts):
Determinations and Findings for Contractor Responsibility
Determinations and Findings for Price Reasonableness
Determinations and Findings for Letter Contract
4
(U) Where the contract, and any amendments or modifications, if executed, will be made
available online:
www.ocp.dc.gov
(V) Where the original solicitation, and any amendments or modifications, will be made available
online:
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: November 30, 2022 Notice Number: L0008398753
MBI HEALTH SERVICES, LLC FEIN: **-***0468
4017 MINNESOTA AVENUE NE Case ID: 1350176
WASHINGTON DC 20019
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
MEMORANDUM
FY 2023 Funding Certification PEPV ISAQ PROPOSED CONTRACT
I, Alemayehu Awas, Agency Fiscal Officer, certify that the Office of Contracting and Procurement has
$4,823,292.50 for PEPV-ISAQ CONTRACT . The funding is loaded under HSEMA’S agency fund
1010163 – Contingency Reserve Fund , Project Number 401047 – BN0 COVID Contingency Fund -OCP.
COVID funding is loaded under HSEMA due to the new interagency process and will be reimbursed from
FEMA
____________________________ __12/20/2022_______________
Alemayehu Awas Date
Agency Fiscal Officer
__________________________________________________________________________________
441 4th Street, NW – Suite 890N – Washington, DC 20001
Phone: (202) 727-0333 – Fax: (202) 727-2202
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
BRIAN L. SCHWALB
Commercial Division
Government Contract Section
MEMORANDUM
TO: Tommy Wells
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
DATE: January 30, 2023
SUBJECT: Approval of Contract for Site-Based Behavioral Health Support and Care
Coordination Services
Contractor: MBI Health Systems, LLC
Contract No.: CW104317
Proposed Contract Amount: NTE $4,823,292.50
____________________________________________________________________________
This is to Certify that this Office has reviewed the above-referenced Contract and that we have
found it to be legally sufficient. We have reviewed and approve the current contract package for
legal sufficiency.
If you have any questions in this regard, please do not hesitate to call me at (202) 724-4018.
______________________________
P.P.
Robert Schildkraut
400 6th Street NW, Suite 9100, Washington, DC 20001 (202) 727-3400
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
Health and Human Services Cluster
Department of Behavioral Health
December 09, 2022
Mr. Kwabena Andoh,
MBI Health Services, LLC.
4130 Hunt Pl, NE
Washington, DC 20019
Subject: Letter Contract No. CW104317
Caption: Site-Based Behavioral Health Support and Care Coordination Services (PEP-V)
Dear Mr. Andoh,
This is a Letter Contract between the District of Columbia (District) Office of Contracting and Procurement
on behalf of the Department of Behavioral Health (DBH) and MBI Health Services, LLC (Contractor) wherein
the Contractor, agrees to provide the required site-based Behavioral Health Support and Care Coordination
Services in the District of Columbia to individuals residing at any of the District’s several Isolation and
Quarantine (ISAQ) and Pandemic Emergency Program for Vulnerable (PEP-V) locations to District of
Columbia consumers in accordance with the statement of work (Attachment A) of this Contract.
1. The duration of this Letter contract shall be from December 10, 2022 through February 23, 2023. This
is an indefinite-delivery-indefinite-quantity (IDIQ) fixed unit price contract as set forth in the pricing
Schedule (Attachment A). The District shall pay the Contractor for services performed during the
duration of the Letter contract in accordance with chapter 2425.7 of 27 District of Columbia Municipal
Regulations (DCMR), Prices shall remain fixed during the term of the contract.
2. The District intends to definitized this contract within 75 days after the execution of the letter contract
or before 50% of the work is completed; whichever comes first. The letter contract shall be incorporated
into the definitized contract at which time this letter contract shall merge with the definitized contract.
Before the expiration of the 75 days, the Contracting Officer may authorize an additional period in
accordance with chapter 2425.8 of the 27 DCMR§, 35 DCR 1568 (February 26, 1988). If the District
does not definitize this letter contract within 75 days of the date of award of this letter contract or any
extensions thereof, this letter contract shall expire. In the event of expiration of this letter contract, the
District shall pay the Contractor for the services performed and under this letter contract in an amount
not-to-exceed $998,711.25. In no event shall the amount paid under this letter contract, or any extensions
thereof, exceed 50% of the total definitized contract amount.
3. The anticipated maximum value of this Letter contract is not-to-exceed: $998,711.25. The anticipated
maximum value of the Definitized contract shall not-to-exceed $4,823,292.50.
4. Period of Performance of this Letter contract is December 10, 2022 through February 23, 2023.
Page 1 of 27
12/09/2022
[HUMAN CARE AGREEMENT
1 51
1 aR REARENT
ON Fr REGUSITIONFORCHASEREQUEST 5 DATEOF AWARD
CW104317
See date in section 13.6
fa ssoEDBY [- AENGRSTERED BYWort ono
|OFFICE OF CONTRACTING AND PROCUREMENT [Department ofBehavioral Health 64 New York Avenue NE, 3rd Floor
DEPARTMENT OF BEHAVIORAL HEALTH Washington, DC 20002
164 New York Avenue NE, 24 Floor (west) Phone: (202) 673-2200
Washington, DC 20002 Fax: (202) 673-3433
Phone: (202) 673-2200 ITTY: (202) 673-7500
ax: (202) 673-3433 Email: dbhv@e-gov.
[T¥: (202) 673-7500
Em