MURIEL BOWSER
MAYOR
April 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. CWl 03749 with Anchor Mental Health Association, Inc. in the
not-to-exceed amount of $1,694,256.24. The period of performance is from January 15, 2023
through January 14, 2024.
Under the proposed contract, Anchor Mental Health Association, Inc. shall provide mobile
response crisis services for children and youth requiring immediate mental health services.
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,
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: CW103749
Proposed Contractor: Anchor Mental Health Association, Inc. (Anchor)
Contract Amount (Base Period): not-to-exceed (NTE) $1,694,256.24
Unit and Method of Compensation: Fixed Unit Price
Term of Contract: January 15, 2023 – January 14, 2024
Type of Contract: Human Care Agreement
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 $1,694,256.24
Option Period One Amount: NTE $1,769,822.64
Explanation of difference from base period (if applicable):
Option period one is higher than the base period due to the inflationary factors related to business
operation costs.
Option Period Two Amount: NTE $1,848,789.72
Explanation of difference from base period (if applicable):
Option period two is higher than the base period due to the inflationary factors related to business
operation costs.
Option Period Three Amount: NTE $1,931,310.48
Explanation of difference from base period (if applicable):
Option period three is higher than the base period due to the inflationary factors related to business
operation costs.
Option Period Four Amount: NTE $2,017,544.28
Explanation of difference from base period (if applicable):
Option period four is higher than the base period due to the inflationary factors related to business
operation costs.
1
(C) The date on which the letter contract or emergency contract was executed:
January 10, 2023
(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:
$564,752.08
(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 shall provide mobile response crisis services for children and youth requiring
immediate mental health services within the District of Columbia or at a District supported location.
(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 (CO) received one response on due date September 16, 2022, to the RFQ
solicitation, issued on August 11, 2022. The provider 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. Anchor met
the qualifications indicated in the RFQ and has satisfactory performance providing mobile response
crisis services for children and youth, through current and prior human care agreements with the
District.
The CO awarded a letter contract after determining that Anchor was qualified and that the proposed
prices were fair and reasonable.
(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:
Anchor is an experienced provider of mobile response crisis services and has the necessary
organizational structure, experience, technical skills, and operational controls to perform the
requirements of the human care agreement. Anchor has demonstrated knowledge and experience
working with the consumer population and has completed the necessary Department of Behavioral
2
Health (DBH) provider training to support successful outcomes for DBH consumers. Furthermore,
DBH has confirmed the provider has maintained a mental health rehabilitation services certification
in good standing.
(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 Department of Small and Local Business Development approved a waiver of the 35%
subcontracting requirement on August 23, 2022.
(K) Performance standards and the expected outcome of the proposed contract:
Anchor shall provide mobile response crisis services for children and youth requiring immediate
mental health services as a DBH certified provider as described in Section C of the proposed contract.
The expected outcome of the proposed contract is that DBH children and youth consumers will
receive mental health services which will improve their quality of life, mental health and wellbeing.
(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:
$564,752.08, on January 10, 2023
(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 DBH Agency Fiscal Officer has certified that funding in the amount of $1,694,256.24 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 Anchor
is legally sufficient and the contractor has no pending legal claim 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 Citywide Clean Hands certification dated March 1, 2023 verifies the contractor’s compliance
with District taxes.
3
(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:
The contractor has self-certified, via Bidder/Offeror certification form, 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.:
The contractor is not a District 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 on the District Excluded Parties List, the Office of
the Inspector General Exclusions Database, or the Federal Excluded Parties List.
(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 Contractor Responsibility
Determination and Findings for Price Reasonableness
Determination and Findings for Letter Contract
Determination and Findings for Cost Reimbursement
(U) Where the contract, and any amendments or modifications, if executed, will be made available
online:
http://ocp.dc.gov
(V) Where the original solicitation, and any amendments or modifications, will be made available
online:
http://ocp.dc.gov
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: March 1, 2023 Notice Number: L0009053739
ANCHOR MENTAL HEALTH ASSOC INC FEIN: **-***4835
924 G ST NW Case ID: 1426092
WASHINGTON DC 20001-4532
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
OFFICE OF THE CHIEF FINANCIAL OFFICER
MEMORANDUM
TO: Laura Vargas
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 March 13, 2023
SUBJECT: Certification of Funding availability for $1,694,256.24
The Office of the Chief Financial Officer hereby certifies that the sum of $1,694,256.24 is included in the
District’s Local Budget and Financial Plan for Fiscal Years 2023 and 2024 to fund the costs associated with
the Department of Behavioral Health contract with Anchor Mental Health Association, Inc. for mobile
response crisis services for children and youth. This certification supports the Anchor Mental Health
Association, Inc. contract during the period from January 15, 2023, through January 14, 2024. The fund
allocation is as follows:
Vendor: Anchor Mental Health Association, Inc. Contract #: CW103749
Fiscal Year 2023 Funding: January 15, 2023 – September 30, 2023
Agency DIFS Cost Program DIFS Subtask Account Amount
Fund Center Award
RM0 1010001 70425 700305 7141002 $112,741.55
RM0 1010001 70426 703001 7132001 $1,157,950.63
FY 2023 Contract Total: $1,270,692.18
Fiscal Year 2024 Funding: October 1, 2023 – January 14, 2024
Agency DIFS Cost Program DIFS Subtask Account Amount
Fund Center Award
RM0 TBD TBD TBD TBD 7132001 $423,564.06
FY 2024 Contract Total: $423,564.06
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
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) 671-3168.
DIFS
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: March 30, 2023
SUBJECT: Approval of Contract Award for Mental Health Rehabilitation Services
(MHRS) Mobile Response Crisis Services for Children and Youth
Contractor: Anchor Mental Health Association, Inc.
Contract No.: CW103749
Total Not to Exceed Amount: $1,694,256.24
--------------------------------------------------------------------------------------------------------------------
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
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
Health and Human Services Cluster
Department of Behavioral Health
January 3, 2023
Anchor Mental Health Association, Inc.
1001 Lawrence St., NE
Washington, DC 20017
Email: Patrick.Dunne@cc-dc.org
Subject: Letter Contract No. CW103749
Caption: DOC615043 – Mobile Response Crisis Services for Children and
Youth
Dear Mr. Dunne;
1. 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 Anchor
Mental Health Association, Inc. (Contractor) wherein the Contractor, agrees to provide the
required mobile response crisis services for children and youth to District of Columbia
consumers in accordance with the statement of work.
2. The duration of this letter contract shall be from January 15, 2023 through May 14, 2023.
This is a firm fixed price contract with a cost reimbursement component 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.
3. The District intends to definitize this contract within 120 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 120 days, the
Contracting Officer may authorize an additional period in accordance with section 2425.8
of the District of Columbia Municipal Regulations. If the District does not definitize this
letter contract within 120 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 under this letter contract in an
amount not-to-exceed $564,752.08 In no event shall the amount paid under this letter
contract, or any extensions thereof, exceed 50% of the total definitized contract amount.
_____________________________________________________________________________________________
The Peoples’ Building | 64 New York Ave NE, 2nd floor West | Washington, DC 20002
4. The anticipated maximum value of this