GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Chief Financial Officer
Page 2
Guidelines on the OCFO’s Katrina Relief Efforts
September 15, 2005
Glen Lee
Chief Financial Officer
May 12, 2023
The Honorable Phil Mendelson
Chairman
Council of the District of Columbia
1350 Pennsylvania Avenue, NW, Suite 504
Washington, DC 20004
Dear Chairman Mendelson:
Pursuant to D. C. Official Code § 2-352.02a, enclosed for consideration and approval by the
Council of the District of Columbia is proposed contract CFOPD-23-C-028 with Guidehouse,
Inc. The proposed contract is in the amount of $4,553,770.00 for the period of one year from the
date of the award.
Under the proposed contract, Guidehouse, Inc. shall provide fit gap analysis and remediation
services for the District Integrated Financial System (DIFS) implementation on behalf of the Office
of the Chief Information Officer (OCIO).
As always, I am available to discuss any questions you may have regarding the proposed contract
action. In order to facilitate a response to any questions concerning the proposed contract action,
please have your staff contact Dorothy Whisler Fortune, Director of the Office of Contracts for
the Office of the Chief Financial Officer at (202) 442-8078.
Sincerely,
Glen
Glen Lee
cc: Nyasha Smith, Secretary, Council of the District of Columbia
John A. Wilson Building * 1350 Pennsylvania Avenue, NW * Suite 203 * Washington, DC 20004
Phone: (202) 727-2476 * Fax: (202) 727-1643 * www.cfo.dc.gov
COUNCIL CONTRACT SUMMARY
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.
(1) The proposed contractor, the names of the contractor’s principals, contract amount, unit and
method of compensation, contract term, type of contract and source selection method:
x Proposed Prime Contractor: Guidehouse, Inc.
x Proposed Contractor’s Principal(s): Anaita Kasad and Kemal Karakaya
x Subcontractor: Code IT, Inc.
x Contract Amount: The proposed contract amount for the base period is $4,553,770.00.
The proposed amount for each option period is as follows: Option Period 1 is
$2,653,820.00, Option Period 2 is $1,070,050.00, Option Period 3 is $1,107,550.00, Option
Period 4 is $1,146,300.00. The contract amount for the option periods differs from the
contract amount for the base period because the estimated service hours are considerably
less than those of the base year requirement.
x Unit and method of compensation: United States Dollars (USD) in accordance with
Section B, Pricing, of the contract.
x Contract Term: The contract has a base period of one (1) year with four (4), one (1) year
options.
x Contract Type: Requirements
x Source Selection Method: Competitive Sealed Proposals
(2) 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 purpose of the proposed contract is to allow Guidehouse, Inc. to provide fit gap analysis and
remediation services for the District Integrated Financial System (DIFS) implementation on behalf
of the Office of the Chief Information Officer (OCIO).
The deliverables are approved by the COTR in accordance with Sections B and C of the contract.
(3) The selection process, including the number of offerors, the evaluation criteria, and the
evaluation results, including price, technical or quality, and past-performance components:
This was a competitive request for proposal procurement. There were three (3) proposals
submitted in response to the solicitation. Two (2) proposals were found to be responsive. The
Technical Proposal was worth 80 points and the Pricing Proposal was worth 20 points for a total of
100 points. The proposals were evaluated based on technical approach and methodology, technical
expertise, experience and past performance, and price. Guidehouse, Inc. received the highest
scoring.
(3A) 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, and the identity of the protestor, grounds alleged
in the protest and any deficiencies identified by the District as a result of the protest:
There was no protest filed related to the award of this contract.
(3B) A description of any other contracts the proposed contractor is currently seeking or holds
with the District:
The proposed contractor is currently seeking contractV with the District of Columbia Water and
Sewer Authority, the District of Columbia Courts, and the DC Green Bank; however, the
proposed contractor currently does not hold any contractV with the District.
(4) 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:
Guidehouse, Inc. has relevant experience from across the country, from multiple federal, state and
local, and commercial organizations and KDs almost 4,000 professionals based in theWashington
Metropolitan area. Guidehouse, Inc. is an Oracle Partner with experience in providingproject
management office (PMO) support and organization change management (OCM) servicesfor
implementation of Oracle ERP Cloud products, PeopleSoft, Workday Financial Cloud andother
products for government clients. Guidehouse, Inc. has provided assessment and remediationwork
for an Oracle ERP Cloud product for a public sector client. Guidehouse, Inc.’s proposedpersonnel
to perform on this proposed contract have been approved by the District. Guidehouse,Inc. has
demonstrated financial stability and has received good ratings for past performance onprojects of
similar scope.
(4A) A summary of the subcontracting plan required under D.C. Code § 2-218.01 et seq.,
including a certification by the District that the subcontracting plan meets the minimum
requirements and the dollar volume of the portion of the contract to be subcontracted, in
both total dollars and as a percentage of the total contract amount:
Guidehouse, Inc. submitted a subcontracting plan that subcontracts a total of 35% of the dollar
value of the contract to a certified small business enterprise. The total amount of the contract is
$4,553,770.00. Guidehouse, Inc. will subcontract a total amount of $1,593,819.50 of that amount to
certified small business enterprises. The subcontracting plan summited meets the minimum
requirements under D.C. Code § 2-218.01 et seq.
(5) Performance standards and expected outcomes of the proposed contract:
The contract shall be performed as defined in Section C of the contract.
(5A) The amount and date of any expenditure of funds by the District pursuant to the contract
before its submission to the Council for approval:
There have been no expenditures to date.
(6) 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 funding certification is included in this Council package.
(7) A certification that the proposed contract is legally sufficient, including whether the proposed
contractor has any currently pending legal claims against the District:
Legal Sufficiency is provided in this Council package.
(8) A certification that the 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, (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 amount pursuant to D.C. Official Code §2-353.01(9).
The Clean Hands compliance document is included in this Council package.
(8A) A certification that the proposed contract 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 certified that it is current with its federal taxes.
(8B) A certification that the proposed contractor has not been determined to be in violation of
D.C. Official Code § 1-1163.34a, and a certification from the proposed contractor that it
currently is not and will not be in violation of D.C. Official Code § 1-1163.34a:
The Contractor has certified that it has not been determined to be in violation of D.C. Official Code
§ 1-1163.34a, and that it currently is not and will not be in violation of D.C. Official Code § 1-
1163.34a.
(9) 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.):
Guidehouse, Inc. is not a Certified Business Enterprise (CBE). Guidehouse, Inc. has one (1) CBE
subcontractor, Code IT, Inc. The CBE certification is included in the Council package.
(10) Other aspects of the proposed contract that the CPO considers significant:
None.
(11) 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:
Guidehouse, Inc. does not appear on the Federal Excluded Parties List System (EPLS) or the
District Excluded Parties List.
(11A) Any determination and findings issued in relation to the contract’s formation, including
any made using the privatization procedures under D.C. Code § 2-352.05:
All determination and findings issued in relation to the contract formation are included in this
package.
(12) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The contract and all amendments and modifications shall be available online at the following
website address: https://dc.cobblestonesystems.com/public/default.aspx
(13) Where the original solicitation, and any amendments and modifications will be made
available online:
The original solicitation and any amendments and modification shall be available online at the
following website address: https://dc.cobblestonesystems.com/public/default.aspx
_______________________________
___
____
__ _ __________________________
Dorothy
D th Whisler
Whi l Fortune,
F t E
Esq. CPPO
Director
Office of Contracts
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: May 9, 2023 Notice Number: L0009527715
GUIDEHOUSE INC. FEIN: **-***4854
150 N RIVERSIDE PLZ STE 22 Case ID: 1514921
CHICAGO IL 60606-1598
CERTIFICATE OF CLEAN HANDS
As reported in the Cle
As Clean Hands system, the above referenced individual/entity has no outstanding
Clea
C
liability
iability District oof Columbia Office of Tax and Revenue or the Department of Employment
ility with the Di
Services.
vices. above, the individual/entity has complied with DC Code § 47-2862, therefore
ices. As of the date abov
this Certificate Hands is issued.
ertificate of Clean Hand
TITLE
TLE 47. TAXATION, LLICENSING, PERMITS, ASSESSMENTS, AND FEES
CHAPTER 28 GENERAL LICENSE
CHAP
SUBCHAPTER HANDS BEFORE RECEIVING A LICENSE OR PERMIT
PTER II. CLEAN HAN
HAND
CODE § 47-2862 (2006)
D.C. CO
§ 47-2862 PROHIBITION
ROHIBITION AGAINST
AGAIN ISSUANCE OF LICENSE OR PERMIT
AGAINS
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
Office of Management & Administration
MEMORANDUM
TO: Dorothy Fortune, Director
Office of Contracts
FROM: Nicole L. Dean Brown
Budget Officer
DATE: May 5, 2023
SUBJECT: Funding Certification: Fit Gap Analysis and Remediation Services – CFOPD-23-C-028
By this memorandum I certify that capital funding is available in the amount of $4,553,770.00
for the Fit Gap Analysis and Remediation Services. The capital funds are within the New
Financial System capital project (IFSMP).
The proposed contract is within the appropriated capital budget authority for the agency. The
proposed contract is consistent with the financial plan and budget adopted in accordance with
D.C. Code § 47-392.01and § 47-392.02.
Please contact me if you have any questions or would like additional information.
Southwest Waterfront * 1100 4th Street, S.W.* Suite 770E * Washington, DC 20024
Phone: (202) 442-6523 * Fax: (202) 442-6327 * www.cfo.dc.gov
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
Office of the General Counsel
MEMORANDUM
TO: Glen Lee
Chief Financial Officer
THRU: David Tseng
General Counsel
nsel
FROM: Treva Saunders
Associate General Counsel,
Personnel and Procurement
DATE: May 10, 2023
SUBJECT: Certification of Legal Sufficiency
Contract No.: CFOPD-23-C-028
Contract Action: Initial Award
Contractor: Guidehouse, Inc.
Contract NTE Amount: $4,553,770
Contract Purpose: To provide fit gap analysis and remediation services for the
District Integrated Financial System implementation.
This is to Certify that this Office has reviewed the above-referenced contract and that we
have found it to be legally sufficient. The proposed contractor has certified that it does not have
any currently pending legal claims against the District. If you have any questions in this regard,
please do not hesitate to contact me at 442-7127.
________________________________________
______
_______
__ _ ______
Treva
reva Saunders
SECTION III
PROPOSED CONTRACT NUMBER CFOPD-23-C-028
1. Solicitation Number CFOPD-23-R-028 Page of Pages
AWARD/CONTRACT 1 56 + Attachments
2. Contract Number 3. Effective Date 4. Requisition/Purchase Request/Project No.
CFOPD-23-C-028 See 20C
5. Issued By Code 6. Administered By (If other than line 5)
Office of the Chief Financial Officer
Office of Contracts
1100 - 4th Street, SW., Suite E620
Washington, DC 20024
7. Name and Address of Contractor (No. Street, city, country, state and ZIP Code) 8. Delivery
Guidehouse, Inc. X FOB Destination Other (See Schedule Section F)
1676 International Drive, Suite 800
McLean, VA 22102 9. Discount for prompt payment
Attn: Kemal Karakaya - Partner
kkarakaya@guidehouse.com Phone: (646) 227-4323 10. Submit Invoices to the Address shown in Line 12 Item
Code Facility (2 copies unless otherwise specified)
11. Ship to/Mark For Code 12. Payment will be made by Code
Office of the Chief Financial Officer Office of the Chief Financial Officer
Office of the Chief Information Officer (OCIO) Office of Management and Administration
Suite W350 Financial Operations/Accounts Payable
1101 4th Street, S.W. https://vendorportal.dc.gov
Washington, DC 20024 1100 4th Street, SW Suite E600
(202) 442-6345 Washington, DC 20024
13. Contract Type: Requirements 14. Accounting and Appropriation Data
15A. Item 15B. Supplies/Services 15C. Qty 15D. Unit 15E. Unit Price 15F. Amount
1 Fit Gap Analysis and Remediation Services 23,000 Hours $197.99 $4,553,770.00
Total Amount of Contract $4,553,770.00
16. Table of Contents
(X) Section Description Pages (X) Section