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 Modification No. M003 to Contract No. DCRL-2022-C-0105 with Community Services
for Autistic Adults and Children, Inc. (CSAAC), to exercise option year one in the not-to-exceed
amount of $1,851,832.74. The period of performance is from July 6, 2023 through July 5, 2024.
Under the proposed modification, CSAAC shall continue to provide Residential Treatment and
Education Services for Autistic Youth twenty-four (24) hours per day, seven (7) days a week.
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)
277-2720.
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
(Sole Source)
(A) Contract Number: DCRL-2022-C-0105
Proposed Contractor: Community Services for Autistic Adults and Children, Inc.
(CSAAC)
Contract Amount: Not-to-exceed $1,851,832.74.
Unit and Method of Compensation: IDIQ with Fixed Price as set forth in the contract.
Term of Contract: July 6, 2023 through July 5, 2024
Type of Contract: Indefinite Delivery Indefinite Quantity
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: Not-to-Exceed: $ 975,473.48
Rates for Option Years 1 through 4 will be adjusted upon receipt of the approved MSDE rates.
Option Period 1 Amount: Not-To-Exceed $1,851,832.74
Explanation of difference from base period (if applicable):
Option Period 2 Amount: $
Explanation of difference from base period (if applicable):
The Rates for Option Years 2 through 4 will be adjusted upon receipt of the approved MSDE rates.
Option Period 3 Amount: $
Explanation of difference from base period (if applicable):
The Rates for Option Years 3 and 4 will be adjusted upon receipt of the approved MSDE rates.
Option Period 4 Amount: $
1
Explanation of difference from base period (if applicable):
The Rates for Option Year 4 will be adjusted upon receipt of the approved MSDE rates.
(C) 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 Residential Treatment and Education Services for Autistic Youth
twenty-four (24) hours per day, seven (7) days a week. The Contractor shall provide intensive
residential treatment services to CFSA clients. Residential treatment is part of a continuum of care,
which provides services at varying levels of intensity from the most to least restrictive. This
continuum of care is dynamic; treatment services provided to the clients under this contract are geared
toward improving the level of functioning so those clients progress to a less restrictive setting and
increased levels of functioning.
(D) The date on which a competitive procurement for these goods or services was last conducted,
the date of the resulting award, and a detailed explanation of why a competitive procurement
is not feasible:
The District of Columbia (“District”), Child and Family Services Agency (“CFSA”) entered into a
Sole Source Contract with Community Services for Autistic Adults and Children, Inc. (CSAAC),
hereinafter referred to as Contractor, on July 5, 2022 to provide Residential Treatment and Education
Services for Autistic Youth twenty-four (24) hours per day, seven (7) days a week. A search of the
Foundation for Autism website provided a list of resources for the DC region and revealed that there
is one additional vendor: RMC of Washington, Inc. (RCM). However, after reaching out to RCM,
CFSA was informed that they only provide an adult day program, family, and individual support
services for adults with autism. CSAAC is thus the only available vendor. In the past, CFSA has also
attempted to solicit for these services with no success.
(E) 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 received.
(F) 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:
The contractor, CSAAC is a nationally recognized leader in developing state-of-the-art services for
people with autism and serves as a model for other agencies developing community-based housing,
employment, educational and early intervention services. Their Supported Employment program was
the first of its kind in the United States for you. In addition to its robust supported employment
program, CSAAC currently operates 51 community living residences for 135 residents throughout
Montgomery County, a 10-acre school site for children aged 7 through 21, an early intervention
program for newly diagnosed toddlers and children to age 7. Across all programs, CSAAC serves
nearly 300 families impacted by autism.
(G) 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,
2
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
subcontracting requirement for this procurement.
(H) Performance standards and the expected outcome of the proposed contract:
The performance standards for the contract are set forth in the contract. The contractor shall provide
all the necessary labor, personnel, equipment, materials, facility, functional and technical expertise,
and management strategies to perform Residential Treatment and Education Services for Autistic
Youth in accordance with the provisions contained in the contract. The contractor shall provide
Residential Treatment and Education Services for Autistic Youth twenty-four (24) hours per day,
seven (7) days a week to emotionally disturbed wards of Child and Family Services Agency (CFSA),
hereinafter referred to as clients. The Contractor shall provide intensive residential treatment services
to CFSA clients. Residential treatment is part of a continuum of care, which provides services at
varying levels of intensity from the most to least restrictive. This continuum of care is dynamic;
treatment services provided to the clients under this contract are geared toward improving the level
of functioning so those clients progress to a less restrictive setting and increased levels of functioning.
The contractor shall also comply with all federal and District laws, regulations and standards
governing child welfare, including those established by the agency and under the Adoptions and Safe
Families Act. The contractor shall also comply with the Health Insurance Portability and
Accountability Act of 1996 requirements.
(I) 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:
None.
(J) 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 Financial Officer has certified that the agency, in its approved budget for fiscal year
2023, has sufficient funds to meet the obligations of the proposed contract.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The District of Columbia, Office of the Attorney General has certified that the proposed contract is
legally sufficient. The contractor has no pending legal claims against the District.
(L) 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
3
(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 is in compliance with the District’s taxes as evidenced by its Clean Hands Certification
dated 3/28/2023.
(M) 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, CSAAC has certified that it is current with its federal taxes in accordance with the
signed Bidder/Offeror Certification.
(N) 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.:
N/A
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None.
(P) 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:
CSAAC is not currently debarred or suspended from contracting with the District or federal
government based on searches conducted on the Office of Contracting and Procurement’s excluded
parties list, the System for Award Management and the Office of the Inspector General’s websites.
(Q) 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):
The Determination and Findings (“D&F”) for Price Reasonableness dated 3/29/2023, D&F for
Contractor Responsibility dated 3/29/2023, and the Determination for Sole Source dated 3/29/2023.
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The executed contract will be posted on the Office of Contracting and Procurement’s (“OCP”)
website at: www.ocp.dc.gov
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
N/A - this is a sole source contract.
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 28, 2023 Notice Number: L0009408680
COMMUNITY SERV AUTISTIC ADULTS & CHLDRN FEIN: **-***3443
751 TWINBROOK PKWY Case ID: 1461753
ROCKVILLE MD 20851-1400
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: Stephen Regis
Budget Officer, OSSE
DATE: 5/2/2023
SUBJECT: Certification of Funds Availability (NON-PATEO)
Total Contract Value: $1,851,832.74
$932,747.88 – OSSE Paid
$919,084.86 – CFSA Paid.
The Office of the Chief Financial Officer hereby certifies that the sum of $221.718.63 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 Community Services for Autistic Adults and Children, Inc. (CSAAC), for Residential Treatment
and Education Services for Autistic Youth. This certification supports the CSAAC’s contract for the period
from July 6, 2023 through September 30, 2023. The fund allocation is as follows:
Vendor: Community Services for Autistic Adults and Children, Inc. Contract #: DCRL-2022-C-0105
Fiscal Year 2023 Funding: 07/06/2023 through 9/30/2023
Agency Fund Program Cost Center Account Amount
GN0 1010001 400376 40259 7141009 $221,718.63
FY 2023 Contract Total: $221,718.63
Funding for the period October 1, 2023 through July 5, 2024 totaling $711,029.25 will be subject to the
availability of funds in the District’s Local Budget and Financial Plan for Fiscal Year 2024.
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 202-727-7676.
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: May 3, 2023
SUBJECT: Approval of Contract for Residential Treatment and Education Services for
Autistic Youth
Contractor: Community Services for Autistic Adults and Children, Inc.
Contract Number: DCRL-2022-C-0105
Option Exercise Amount: NTE $1,851,832.74
This is to Certify that this Office has reviewed the above-referenced option exercise 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
1. Contract Number Page of Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF DCRL-2022-C-0105 1 2
CONTRACT
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption
Residential Treatment and
Mod.M003 July 6, 2023 Education Services for
Autistic Youth.
6. Issued by: Code RLO - RS 7. Administered by (If other than line 6)
Child and Family Services Agency
Contracts and Procurement Administration - See Section G.7 of the Signed Contract
200 I Street, S.E., Suite 2031
Washington, DC 20003
8. Name and Address of Contractor (No. street, city, county, state and zip code) 9A. Amendment of Solicitation No.
Community Services for Autistic Adults and Children 9B. Dated (See Item 11)
Inc. X 10A. Modification of Contract/Order No.
8615 E