MURIEL BOWSER
MAYOR
May 23, 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 definitive Contract No. CW107101 with Agilian, LLC in the amount of $1,236,180
(including an existing letter contract amount of $618,090). The period of performance is from
March 30, 2023 through September 30, 2023.
Under the proposed contract, Agilian, LLC shall provide project management services for
Department of Employment Services’ unemployment insurance benefits and tax systems
modernization.
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 of the 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: CW107101
Proposed Contractor: Agilian, LLC
Contract Amount: $1,236,180
Unit and Method of Compensation: Fixed Unit Price
Term of Contract: March 30, 2023, through September 30, 2023
Type of Contract: Firm Fixed Price
Source Selection Method: Federal Supply Schedule
(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: $1,236,180
Option Period One Amount: $1,733,660
Explanation of difference from base period (if applicable):
There is an increase in the labor hours and hourly labor rate in option year one.
Option Period Two Amount: $1,771,780
Explanation of difference from base period (if applicable): N/A
There is an increase in the hourly labor rate in option year two
Option Period Three Amount: $1,810,820
Explanation of difference from base period (if applicable): N/A
There is an increase in the hourly labor rate in option year three
1
Option Period Four Amount: $1,850,640
Explanation of difference from base period (if applicable): N/A
There is an increase in the hourly labor rate in option year four
(C) The date on which the letter contract or emergency contract was executed:
The letter contract was executed on March 30, 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:
The letter contract was executed in the amount of $618,090.
(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:
Agilian, LLC shall provide project management for Department of Employment Services’ (DOES)
unemployment insurance benefits and tax systems.
(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:
In accordance with the 27 DCMR, Chapter 21, Section 2100, the District shall satisfy its
requirements by utilizing Federal schedules when no preceding sources are fitting. The General
Services Administration (GSA) schedule contract no. 47QTCA21D0094, satisfies the District’s
minimum requirements and offers the District a lower price than what would otherwise be offered
through the formation of a new contract.
The Office of Contracting and Procurement issued a request for task order proposal to Agillian,
LLC against GSA contract no. 47QTCA21D0094 on March 27, 2023. The District received a
proposal from Agillian in response to the request for task order proposal. The proposal from
Agilian, LLC met the requirement and was forwarded to program for review and recommendation.
The recommendation for award was made to Agilian, LLC as the responsive and responsible
offeror.
(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 protest was filed against this contract award.
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:
Agilian, LLC is a business and technology consulting company registered as a Small Business
Enterprise in the District of Columbia. Agilian, LLC has an active contract with GSA
(47QTCA21D0094).
Agilian, LLC has been awarded several contracts and purchase orders by the District and has
maintained a satisfactory performance.
(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:
Agilian, LLC is a Small Business Enterprise certified by the Department of Small and Local
Business Development. Therefore, subcontracting is not required for this contract.
(K) Performance standards and the expected outcome of the proposed contract:
Agilian, LLC’s performance will be regularly and routinely monitored by the DOES. The expected
outcome of the proposed contract is for Agilian, LLC to provide project management services for
DOES’s unemployment insurance benefits and tax systems.
(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:
No funds have been expended by the District.
The maximum liability to the District to pay the Contractor for the services performed under the
Letter Contract $618,090.
(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:
On March 28, 2023, the Office of the Chief Financial Officer certified that there is available
funding in the amount of $1,236,180 in the operating budget for base period, in accordance with
D.C. Official Code §§ 47-392.01 and 47-392.02.
(N) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
3
The proposed contract has been reviewed for legal sufficiency by the Office of the Attorney
General and has been determined to be legally sufficient. The proposed contractor does not have
any 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):
According to the District’s Clean Hands Certification dated March 28, 2023, the contractor is
current with its 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, Agilian, LLC 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.:
Agilian, LLC is a Small Business Enterprise (certification no. LSR00998072024).
(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:
Based on search results of the District’s excluded parties list and the System for Award
Management database conducted on March 28, 2023, Agilian, LLC is not debarred or suspended
from participating in Federal or District procurement.
(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 Federal Supply Schedule
4
(U) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The contract will be made available on the OCP website, www.ocp.dc.gov .
(V) Where the original solicitation, and any amendments or modifications, will be made available
online:
The contract will be made available on the OCP website, 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: March 28, 2023 Notice Number: L0009400833
AGILIAN LLC FEIN: **-***2412
5502 NEBRASKA AVE NW Case ID: 1478323
WASHINGTON DC 20015-1256
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
GOVERNMENT OPERATIONS CLUSTER
DEPARTMENT OF EMPLOYMENT SERVICES
Agency Fiscal Officer
MEMORANDUM
TO: Derrick White
Chief Contracting Officer
Office of Contracting and Procurement
FROM: Shilonda Wiggins Shilonda Wiggins
Agency Fiscal Officer
DATE: March 28, 2023
SUBJECT: FY23 Funding Certification- Agilian Contract for UI Modernization
CW107101
This is to certify that the Department of Employment Services (DOES) has funding available
in FY 23, within its UI Modernization capital project, to support the contract with Agilian,
LLC in the amount of $1,236,180.
Please let me know if you’ve any questions regarding this funding certification. I can be
reached on 202-236-0321 or via email shilonda.wiggins@dc.gov.
4058 Minnesota Ave, NE | Suite 5700 | Washington, DC 20019
eFax: (202) 698-5729
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: May 8, 2023
SUBJECT: Contract for Project Management for DOES Unemployment Insurance
Benefits and Tax Systems
Task Order Number: CW107101
Contractor: Agilian, LLC
Contract Amount: $1,236,180.00
____________________________________________________________________________
This is to Certify that this Office has reviewed the above-referenced task order. We have reviewed
and approved the current contract package for legal sufficiency, conditioned upon obtaining a
revised certificate of insurance containing the contractually required coverage amounts.
If you have any questions in this regard, please do not hesitate to call me at (202) 724-4018.
______________________________
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
Jamey Harvey
Agilian, LLC
5335 Wisconsin Ave NW
Washington, DC 20015
Re: Letter Contract No. CW107101
Caption: Project Management and Vendor Management Support Services
Dear Mr. Jamey Harvey:
1. This is a letter contract between the District of Columbia Office of Contracting and
Procurement (OCP), on behalf of the Department of Employment Services (DOES) and
Agilian, LLC, referred to as the Contractor, wherein the Contractor agrees to provide the
services to the District in accordance with the terms and conditions under the contract
47QTCA21D0094 (GSA).
3. The District intends to definitize this letter contract within 60 calendar days from date of
execution by the Contracting Officer, at which time this Letter Contract shall merge with the
Definitized Contract. Before the expiration of the 60 days, the Contracting Officer may
authorize an additional period in accordance with District of Columbia Municipal
Regulations (DCMR) Title 27, Section 2425.8. The total anticipated base period cost for the
definitive contract is $1,236,184.
4. If the District does not definitize this letter contract within 60 calendar days from date of
execution, or any extensions thereof, this letter contract shall expire. In the event of
expiration of this letter contract, the District shall pay Contractor for services performed for a
not-to-exceed amount of $618,092. The duration of the base period of the definitized contract
shall be from date of award through September 30, 2023.
5. The maximum liability to the District to pay the Contractor for the services performed under
this Letter Contract shall not exceed $618,092. In no event shall the amount paid under this
Letter Contract, or any additional period thereof, exceed 50% of the definitized contract base
period amount.
6. Contractor shall perform under this Letter Contract pursuant to the terms of the following
documents, which are hereby incorporated by reference and made a part of this Letter
One Judiciary Square, 441 4th Street NW - Suite 330 South, Washington, DC 20001
(202) 727-0252 Fax: (202) 727-0245
Letter Contract No. CW102972
Contract. In the event of a conflict among the incorporated documents, the conflict shall be
resolved by giving precedence to the documents in the order listed below. The District
contractual document, and standard contract provisions supersede all other contractual
request.
a) This Letter Contract; and
b) GSA Schedule 47QTCA21D0094
c) Proposal dated March 28, 2023
7. This letter contract shall be subject to the following:
a) Appropriation of funds;
8. Approval by the Council of the District of Columbia, in accordance with D.C. Official Code,
§2-352.02. This letter contract is not in excess of one million dollars, but the value of the
subsequent definitized contract, (which includes the value of this letter contract) is in excess
of one million dollars, the definitized contract must be approved by the Council in
accordance with D.C. Official Code, §2-352.02. If the Council disapproves the subsequent
definitized contract, all performance under the letter contract shall terminated and the
liability of the District shall be limited to the amount set forth above in the fourth paragraph
of the letter contract.
Agreed to by :
Contractor District of Columbia
Office of Contracting and Procurement
By: _________________________ By: _________________________
Jamey Harvey
Name: ______________________ Name: Derrick White
CEO Agilian LLC
Title: ________________________ Title: Chief Contracting Officer
03/29/2023
Date: ________________________ Date: _______________________
One Judiciary Square, 441 4th Street NW - Suite 330 South, Washington, DC 20001
(202) 727-0252 Fax: (202) 727-5580
1. Contract Number Page of P