MURIEL BOWSER
MAYOR
April 7, 2023
Honorable Phil Mendelson
Chairman
Councilofthe 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. DCRL-2023-C-0030 with Collaborative Solutions for
Communities in the not-to-exceed amountof $ 2,324,509.75. The period of performance is one
year from dateofthe awardofthe underlying letter contract.
Under the proposed contract, Collaborative Solutions for Communities shall provide community-
based child welfare service delivery systems for children, families, and care providers.
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 Tara Sigamoni, Chief Contracting Officer, Child and Family Services Agency, at (202)
271-2720.
look forward to the Council’s favorable considerationofthis contract.
Sincerely,
Murigl Bowyer
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: DCRL-2023-C-0030
Proposed Contractor: Collaborative Solutions for Communities
Contract Amount: $2,324,509.75
Unit and Method of Compensation: Fixed price with Cost Reimbursement components as set
forth in the contract.
Term of Contract: One year from date of award
Type of Contract: Fixed Price with Cost Reimbursement Elements
Source Selection Method: Sole Source
(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: $ 2,324,509.75
Option Period 1 Amount: $
Explanation of difference from base period (if applicable):
Option Period 2 Amount: $
Explanation of difference from base period (if applicable):
Option Period 3 Amount: $
Explanation of difference from base period (if applicable):
Option Period 4 Amount: $
Explanation of difference from base period (if applicable):
1
Option year prices will be negotiated in accordance with section H.21
(C) The date on which the letter contract or emergency contract was executed:
February 23, 2023
(D) The number of times the letter contract or emergency contract has been extended:
This letter contract has not been extended
(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:
The letter contract was executed on February 23, 2023 for the period of performance for the date of
award through 120 days in the not to exceed amount of $764,222.40.
(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:
The contractor is to provide community-based child welfare service delivery systems for children,
families and care providers with the following program areas: 1) network and coordination of
community-based resources and supportive services; and 2) case management services.
Additionally, the contractor is to provide organizational and community capacity building and issue
community capacity building grants.
(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 contractor listed above was selected as a single available source as deemed in Child and Family
Services Agency’s (CFSA) Determination and Findings for a Single Available Source Procurement,
which states that this is the only entity capable of meeting the District’s minimum need in the Ward
1, Ward 2 and Ward 3 neighborhoods during the proposed period of performance. This selection as
a single available source has taken into account the price and technical proposals submitted by the
contractor. The contract is for a one-year period with four option years. The contractor has
performed this service for a number of years for CFSA.
(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:
No protests were received.
2
(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:
Originally founded in 1996 as the Columbia Heights/Shaw Family Support Collaborative,
Collaborative Solutions for Communities (CSC) is a DC-based organization committed to helping
families and neighborhoods realize a brighter future through engagement and support. CSC’s vision
is to empower urban neighborhoods to become environments where families and youth flourish.
Over the early history of CSC, their work has primarily focused on providing services to
neighborhoods of Wards 1, 2 and 3 in Washington, D.C. In recent years, CSC has expanded to
provide critical services to residents, families and neighborhoods throughout District of Columbia
and beyond. CSC believes the solution-focused approach has the power to impact the lives of
people of all locales and ethnicities.
CSC has adequate financial resources to perform the contract or the ability to obtain those resources
based on the Independent Auditor’s Report for year ending September 30, 2019 and 2020, which
was prepared May 21, 2021 by Bert Smith & CO. CSC has a ‘good’ performance record as
indicated by the service evaluation report monitored by the CFSA Contract Administrator on April
30, 2021.
(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:
The contractor has an approved Department of Small and Local Business Development
subcontracting waiver.
(K) Performance standards and the expected outcome of the proposed contract:
The District expects CSC to continue to provide community-based child welfare services in
accordance with the provisions contained in Section C of the contract. The goal of this program is
to provide direct and referral services to families experiencing stress or crisis, violence intervention,
prevention and employment services for youth involved in and/or effected by gang and crew
violence, workforce development and life skills for residents reentering the community, and
Technical assistance and training for community-based organizations and agencies
(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:
Letter Contract was executed on February 23, 2023, in the not-to-exceed amount of $764,222.40.
3
(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 Chief Financial Officer has certified that the agency, has in its approved budget for
fiscal year 2023 sufficient funds to meet the obligations of the proposed contract.
(N) 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 reviewed for legal sufficiency by the Office of the Attorney
General and has been determined to be legally sufficient
(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 contractor has certified that it is current with its District taxes in accordance with the certificate
provided from the Citywide Clean Hands database, dated February 06, 2023
(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, CSC has certified that it is
current with its federal taxes and does not have any outstanding debt to the federal government.
(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.:
CSC is not 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:
4
CSC is not debarred or suspended from federal or District procurements, based on searches
conducted on the System for Award Management, the Office of Contracting and Procurement
and the Office of Inspector General’s websites dated February 02, 2023.
(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):
• Determination and Findings for Sole Source; dated February 23, 2023
• Determination and Findings for Contractor’s Responsibility; dated February 16, 2023
• Determination and Findings for Cost-Reimbursement Line Items; dated February 16, 2023
• Determination and Findings for Price Reasonableness; dated February 16, 2023
(U) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The contract is available on the 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:
N/A
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: February 6, 2023 Notice Number: L0008674415
COLLABORATIVE SOLUTIONS FOR COMMUNITIES FEIN: **-***8876
3333 14TH ST NW STE 200 Case ID: 1410731
WASHINGTON DC 20010-2319
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 Melinda Jenkins
Branch Chief, Collection and Enforcement Administration
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
Child and Family Services Agency
Office of Finance
MEMORANDUM
TO: Robert L. Matthews
Director
Child and Family Services Agency
FROM: Justin Kopca
Agency Fiscal Officer
Child and Family Services Agency
DATE: 02/15/2023
SUBJECT: Certification of Funds Availability (NON-PATEO)
Total Contract Value: $2,324,509.75
The Office of the Chief Financial Officer hereby certifies that the sum of $2,324,509.75 is included in the District’s
Local Budget and Financial Plan for Fiscal Year 2023 to fund the costs associated with the CFSA’s contract with
Collaborative Solutions for Communities for Community Based Child Welfare Services. This certification supports
the Collaborative Solutions for Communities contract during the period from October 01, 2022 through September
30, 2023. The fund allocation is as follows:
Vendor: Collaborative Solutions for Communities Contract #: DCRL-2023-C-0030
Fiscal Year 2023 Funding: 10/01/2022 through 9/30/2023
Agency Fund Program Cost Center Account Amount
RLO 1010001 700257 70397 7141002 $2,324,509.75
FY 2023 Contract Total: $2,324,509.75
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 me at 202-727-76765.
Headquarters: 200 I Street, SE  Washington, D.C. 20003  202-442-6100
www.cfsa.dc.gov  http://dc.mandatedreporter.org  www.adoptdckids.org
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: March 22, 2023
SUBJECT: Approval of Contract Action to Definitize Letter Contract for Community-
Based Child Welfare Services
Contract Number: DCRL-2023-C-0030
Contractor: Collaborative Solutions for Communities
Contract Amount: $2,324,509.75
--------------------------------------------------------------------------------------------------------------------
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.
______________________________
P.P.
Robert Schildkraut
400 6th Street, NW, Suite 79100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922
Doc ID: fab61a93640c36edf50e9a4df7a615e3c040fb57
Doc ID: fab61a93640c36edf50e9a4df7a615e3c040fb57
02 / 23 / 2023
Doc ID: fab61a93640c36edf50e9a4df7a615e3c040fb57
GOVERNMENT OF THE DISTRICT OF COLUMBIA Child and Family Services Agency (CFSA)
1. Caption Page of Pages
SOLICITATION, OFFER, AND AWARD
Community-Based Child Welfare Services 1 88
2. Contract Number 5. Type of Solicitation 6. Type of Market
DCRL-2023-C-0030 ☐ Sealed Bid (IFB) ☒ Open
☐ Sealed Proposals (RFP) ☐ Set Aside
☒ Sole Source ☐ Open with Sub-Contracting Set Aside
4. Date Issued ☐ Contracts NOTE: In sealed bid solicitations "offer" and
2/24/23 ☐ Emergency “offeror" means "bid" and "bidder".
7. Issued By: 8. Address Offer to: Delivery
Contracts and Procurement Via Email Deliver one (1) original, one (1) copies of the bid
Administration Patricia.onochiel@dc.gov;Monica.B and all attachments.
Child and Family Services Agency
rown7@dc.gov; and
(CFSA) Sealed offers will be received at the location in
Tara.Sigamoni@dc.gov
200 I Street, S.E. Suite 2031 Item 8, or if hand carried, to the bid counter at the
Washington, DC 20003 (202) 724- same address.
5300
A. SOLICITATION / CONTRACT FORM
9. Submission
Deadline Date Due Time Due 2:00