MURIEL BOWSER
MAYOR
February 14, 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 contract no. CW102596 with MBI Health Services, LLC (MBI) in the not-to-exceed
amount of $1,657,650. The period of performance is from November 1, 2022, through October 31,
2023.
Under the proposed contract, MBI shall provide high fidelity wraparound services to children and
youth identified and referred from the community and the District of Columbia Public School
System through partnership with the Office of the State Superintendent of Education.
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
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
(Letter Contract)
(A) Contract Number: CW102596
Proposed Contractor: MBI Health Services, LLC (MBI)
Contract Amount: $1,657,650 (not-to-exceed (NTE)
Unit and Method of Compensation: Fixed-Unit-Price contract(s) with a cost
reimbursement component
Term of Contract: November 1, 2022, through October 31, 2023
Type of Contract: Indefinite Delivery Indefinite Quantity (IDIQ) Fixed-
Unit-Price contract(s) with a cost reimbursement
component NTE amount
Source Selection Method: Competitive Sealed Proposal (RFP)
(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 $1,657,650
Option Period One Amount: NTE $1,705,205
Explanation of difference from base period (if applicable):
The difference between the base period and option period amounts is due to an annual increase of
2.87 % to adjust for inflation.
Option Period Two Amount: NTE $1,754,186
Explanation of difference from base period (if applicable):
The difference between the base period and option period amounts is due to an annual increase of
2.87 % to adjust for inflation.
Option Period Three Amount: NTE $1,804,636
Explanation of difference from base period (if applicable):
The difference between the base period and option period amounts is due to an annual increase of
2.87 % to adjust for inflation.
Option Period Four Amount: NTE $1,856,601
Explanation of difference from base period (if applicable):
The difference between the base period and option period amounts is due to an annual increase of
2.87 % to adjust for inflation.
(C) The date on which the letter contract or emergency contract was executed:
November 1, 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:
$500,000 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 utilize the National Wraparound Initiative (NWI) standards to provide a facilitated, team-
based service and support planning process for children and youth involved in more than one system
within the District of Columbia to include but not limited to child welfare and the juvenile justice
system. These children and youth have severe emotional disturbances that impact their ability to
function at home, in the community, and school.
(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:
A Request for Proposal (RFP) No.: Doc608300, was advertised in the Washington Times and
published in PASS to the open market on May 2, 2022. Three Offerors submitted proposals by the
due date, May 24, 2022.
The Technical Evaluation Panel (TEP) and the contracting officer evaluated the proposals in
accordance with the following technical evaluation factors; program narrative, community
engagement, staffing, data, and past performance. The contracting officer reviewed the proposal
against the evaluation criteria and determined that MBI met all the technical requirements of the RFP.
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 awarding 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
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:
Page 2 of 4
MBI has been a contractor, providing wraparound services to the District since June 2017, and has
been performing its responsibility satisfactorily. They have demonstrated through past performance
that its organization has the history, organizational and technical experience, including the key
personnel, required to successfully meet the requirements of the proposed contract.
(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:
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 utilize the NWI standards to provide a facilitated, team-based and individualized services
such as behavioral health treatments and academic and recreational support for children and youth
involved in more than one system within the District of Columbia. As a result, children and youth
with severe emotional disturbances can have an improved mental and social wellbeing which will
result in better school attendance and achievement.
(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:
$500,000, 11/01/2022.
(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 $1,657,650 is available.
(N) 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 determined that the proposed definitized Contract with MBI
is legally sufficient, and that 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):
The Clean Hands certification dated December 29, 2022, verifies the contractor’s compliance
with District taxes.
Page 3 of 4
(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 certifies that the
contractor 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 OCP Excluded Parties
List; the Inspector General List of Excluded Individual and Enteritis, Exclusions database; and
the Federal Government’s System for Award Management 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
Determinations and Findings for Cost Reimbursement
(U) Where the contract, and any amendments or modifications, if executed, will be made
available online:
Office of Contracting and Procurement website www.ocp.dc.gov .
(V) Where the original solicitation, and any amendments or modifications, will be made available
online:
Office of Contracting and Procurement website www.ocp.dc.gov
Page 4 of 4
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 29, 2022 Notice Number: L0008495375
MBI HEALTH SERVICES, LLC FEIN: **-***0468
4017 MINNESOTA AVENUE NE Case ID: 1385551
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
DEPARTMENT OF BEHAVIORAL HEALTH
Office of the Chief Financial Officer
MEMORANDUM
TO: Habibatu Jalloh
Deputy Chief Contracting Officer
Office of Contracting and Procurement
THRU: Delicia V. Moore
Associate Chief Financial Officer
Human Support Services Cluster
FROM:
Adran Reid
Agency Fiscal Officer
Department of Behavioral Health
DATE December 8, 2022
SUBJECT: Certification of Funding Availability for amount of $1,657,650
Contractor: MBI Health Services, LLC
The Office of the Chief Financial Officer hereby certifies that the sum of $1,657,650 is included in the District’s
Local Budget and Financial Plan submitted to Congress by the Chairman of the Council to the Speaker of the House
of Representatives for Fiscal Years 2023 and 2024 to fund the costs associated with the Department of Behavioral
Health contract with MBI Health Services, LLC, relating to high fidelity wraparound services. This
certification supports the contract during the period from November 1, 2022, through October 31, 2023. The fund
allocation is as follows:
Vendor: MBI Health Services, LLC Contract #: CW102596
Fiscal Year 2023 Funding: November 1, 2022, through September 30, 2023
Agency DIFS Cost Program Project Task Account DIFS Award Amount
Fund Center
RM0 4020023 70432 700313 21.01 7132001 2001065 $493,540.00
RM0 1010001 70425 700305 7131009 0000000 $276,623.20
RM0 1010001 70425 700305 7141002 0000000 $749,349.30
FY 2023 Contract Total: $1,519,512.50
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF BEHAVIORAL HEALTH
Office of the Chief Financial Officer
Fiscal Year 2024 Funding: October 1, 2023, through October 31, 2023
Agency DIFS Cost Program Project Task Account DIFS Award Amount
Fund Center
RM0 1010001 70425 700305 7141002 0000000 $138,137.50
FY 2024 Contract Total: $138,137.50
Upon approval of the District’s Local Budget and Financial Plan by the Council and the Mayor and completion of
the thirty-day Congressional layover, funds will be sufficient to pay for fees and costs associated with the contract.
There is no fiscal impact associated with the contract.
Should you have any questions, please contact Adran Reid, Agency Fiscal Officer at (202) 671-3393.
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
BRIAN L. SCHWALB
Commercial Division
MEMORANDUM
TO: Tommy Wells
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: January 23, 2023
SUBJECT: Approval of Contract Award over One Million Dollars
High Fidelity Wraparound Services
Contractor: BMI Health Services, LLC
Contract No.: CW102596
Total Not to Exceed Amount: $1,657,650
--------------------------------------------------------------------------------------------------------------------
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 724-4018.
______________________________
Robert Schildkraut
400 6th Street, NW, Suite 79100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922
Ahn GOVERNMENT OF THE DISTRICT OF COLUMBIA xk
"
0
Ir 4
Office of Contracting and Procurement —
Health and Human Services Cluster,
Department of Behavioral Health
November 01, 2022
Marie Morilus-Black
MBI Health Services, LLC.
413 Hunt Place NW,
Washington DC, 20019
Email; mblack@mbihs.com
Subject: Letter Contract No, CW102596
Caption: High Fidelity Wraparound Services
Dear Ms. Black,
This is a Letter Contract between the District of Columbia’s Office of Contracting and
Procurement (OCP) on behalf ofthe Department of Behavioral Health (DBH) hereinafter referred
to as (the District) and MBI Health Services, LLC whereinafter referred as (the Contractor) to
provide High Fidelity Wrapround Services to school and Community in accordance with the Scope
of Work incorporated herein as Attachment B.
1. This is an Indefinite Delivery Indefinite Quantity (IDIQ) Fixed-Unit-Price contract with a
cost reimbursement component not-to-exceed (NTE) amount 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 2425.7of27 District of
Columbia Municipal Regulations (DCMR).
2. Period of Performance of this Letter contract is November 1, 2022, through March 01, 2023.
3. The District intends t