MURIEL BOWSER
MAYOR
August 31, 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. M0010 to Contract No. CW67932 with Public Performance
Management LLC, to exercise option year four in the not-to-exceed amount of $10,000,000. The
period of performance is from September 30, 2023 through September 29, 2024.
Under the proposed modification, Public Performance Management LLC shall continue to provide
mission oriented business integrated services.
My administration is available to discuss any questions you may have regarding the proposed
contract modification. 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 Councils favorable consideration of this contract modification.
Sincerely,
Muriel Bowser
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
Pursuant to section 202(c-3) of the Procurement Practices Reform Act of 2010, as amended, D.C.
Official Code 2-352.02(c-3), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(Option)
(A) Contract Number: CW67932
Proposed Contractor: Public Performance Management, LLC
Contract Amount (Option Amount): Minimum $10
Maximum $10,000,000
Term of Contract: September 30, 2023 through September 29, 2024
Type of Contract: Indefinite Delivery/Indefinite Quantity with
payment based upon fixed prices.
(B) Identifying number of the underlying contract, including the identifiers assigned to the
underlying contract by the Council for the base period and any subsequent option periods:
Base Year: CA23-0280 Minimum $10
Maximum $10,000,000
Option Period One: CA23-0599 Minimum $10
Maximum $10,000,000
Option Period Two: CA24-0163 Minimum $10
Maximum $10,000,000
Option Year Three: CA24-0642 Minimum $10
Maximum $10,000,000
Option Year Four: TBD Minimum $10
Maximum $10,000,000
1
(C) A statement 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 database report indicates Public Performance Management LLC is
current with its District taxes as of August 7, 2023.
(D) A statement 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 Fiscal Officer has certified that funds for the minimum quantity of ten dollars are
available for FY2023 and the minimum quantity funds for FY2024 have been budgeted. See
Funding Certifications.
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: August 7, 2023 Notice Number: L0009889737
PUBLIC PERFORMANCE MANAGEMENT LLC FEIN: **-***2452
1775 I ST NW Case ID: 1593274
WASHINGTON DC 20006-2402
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
OFFICE OF FINANCE AND RESOURCE MANAGEMENT
MEMORANDUM
TO: Nancy Hapeman, Interim Chief Procurement Officer
Office of Contracting and Procurement
FROM: Alemayehu Awas
Agency Fiscal Officer
DATE: July 21, 2023
SUBJECT: Certification of Funding Availability for DCSS Contracts
VENDOR: CW67932 - Public Performance Management LLC
PERIOD: October 1, 2022, thru September 30, 2023
This is to certify that the Office of Contracting and Procurement has $10,000.00 in its FY2023
budget to cover potential costs that may be incurred if a minimum order is not achieved for the
District of Columbia Supply Schedule (DCSS) contracts.
Each DCSS contract has been established as an indefinite delivery/indefinite quantity (IDIQ)
contract, and agencies may place orders against each contract by means of an individual Task
Order (TO) or delivery order (DO). If no orders are placed against a particular DCSS contract,
pursuant to the DCSS Terms and Conditions, clause 5, the District guarantees the minimum
order for each contract in the amount of $10.00 for the base year and four option years. Any
additional orders placed on the DCSS contracts will be encumbered by the ordering agency prior
to issuance. There are approximately 420 contractors on the DCSS, and it is estimated that
$10,000.00 would be sufficient to cover the possibility of having to pay $10.00, upon request, to
multiple contractors.
441 4th St, N.W. * Suite 890 North * Washington, D.C. 20001
Phone: (202) 727-0333 * Fax: (202) 727-0659
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
GOVERNMENT OPERATIONS CLUSTER
OFFICE OF FINANCE AND RESOURCE MANAGEMENT
MEMORANDUM
TO: Nancy Hapeman, Interim Chief Procurement Officer
Office of Contracting and Procurement
FROM: Alemayehu Awas
Agency Fiscal Officer
DATE: July 21, 2023
SUBJECT: Certification of Funding Availability for DCSS Contracts
VENDOR: CW67932 - Public Performance Management LLC
PERIOD: October 1, 2023, thru September 30, 2024
This is to certify that the Office of Contracting and Procurement has allocated $10,000.00 in its
FY2024 budget to cover potential costs that may be incurred if a minimum order is not achieved
for the District of Columbia Supply Schedule (DCSS) contracts.
Each DCSS contract has been established as an indefinite delivery/indefinite quantity (IDIQ)
contract, and agencies may place orders against each contract by means of an individual Task
Order (TO) or delivery order (DO). If no orders are placed against a particular DCSS contract,
pursuant to the DCSS Terms and Conditions, clause 5, the District guarantees the minimum
order for each contract in the amount of $10.00 for the base year and four option years. Any
additional orders placed on the DCSS contracts will be encumbered by the ordering agency prior
to issuance. There are approximately 420 contractors on the DCSS, and it is estimated that
$10,000.00 would be sufficient to cover the possibility of having to pay $10.00, upon request, to
multiple contractors.
Availability of FY 2024 budget is subject to approval of budget by the Council and Congress
441 4th St, N.W. * Suite 890 North * Washington, D.C. 20001
Phone: (202) 727-0333 * Fax: (202) 727-0659
1. Contract Number Page of Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT CW67932 1 1
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption
MOBIS
M0010 9/30/23
6. Issued by: Code 7. Administered by (If other than line 6)
Office of Contracting and Procurement
441 4th Street, NW, Suite 330 South
Washington, DC 20001
8. Name and Address of Contractor (No. street, city, county, state and zip code) 9A. Amendment of Solicitation No.
9B. Dated (See Item 11)
Public Performance Management LLC
1775 Eye Street, NW 10A. Modification of Contract/Order No
X CW67932
Washington, DC 20006
Tel#: 202/735-8899
Attn: Robert Thorne
Code Facility 10B. Dated (See Item 13)
9/30/19
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers is extended. is not extended.
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:
(a) By completing Items 8 and 15, and returning __________ copies of the amendment: (b) By acknowledging receipt of this amendment on each copy of the
offer submitted; or (c) BY separate letter or fax which includes a reference to the solicitation and amendment number. FAILURE OF YOUR
ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED
MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such may be made by letter
or fax, provided each letter or telegram makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
12. Accounting and Appropriation Data (If Required)
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTORS/ORDERS ,
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14
A. This change order is issued pursuant to (Specify Authority):
The changes set forth in Item 14 are made in the contract/order no. in item 10A.
B. The above numbered contract/order is modified to reflect the administrative changes (such as changes in paying office, appropriation
data, etc.) set forth in item 14, pursuant to the authority of 27 DCMR,.
C. This supplemental agreement is entered into pursuant to authority of: 27 DCMR, Chapter 36, Section 3601.3
X D. Other (Specify type of modification and authority) 27 DCMR, Chapter 20, Section 2008
Exercise of Option Year
E. IMPORTANT: Contractor is not is required to sign this document and return one copy to the issuing office.
14. Description of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
A. Pursuant to Sections 3.2, Option to Extend the Term of the Contract, Contract Number CW67932, is hereby
modified as follows:
1. The District of Columbia Office of Contracting and Procurement hereby exercises its option to extend
the term of the contract for the period September 30, 2023 through September 29, 2024, with a not-to-
exceed contract amount of $10,000,000 for Option Year Four.
B. The contractor is bound by Wage Determination No. 2015-4281, Rev. 27, dated 6/30/23, issued by the U.S.
Department of Labor
Except as provided herein, all terms and conditions of the document is referenced in Item 9A or 10A remain unchanged and in full force and effect.
15A. Name and Title of Signer (Type or print) 16A. Name of Contracting Officer
James A. Webb, Jr.
15B. Name of Contractor 15C. Date Signed 16B. District of Columbia 16C. Date Signed
(Signature of person authorized to sign) (Signature of Contracting Officer)
7/26/23, 12:43 PM SAM.gov
"REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR
THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION
By direction of the Secretary of Labor | WAGE AND HOUR DIVISION
| WASHINGTON D.C. 20210
|
|
|
| Wage Determination No.: 2015-4281
Daniel W. Simms Division of | Revision No.: 27
Director Wage Determinations| Date Of Last Revision: 06/30/2023
_______________________________________|____________________________________________
Note: Contracts subject to the Service Contract Act are generally required to
pay at least the applicable minimum wage rate required under Executive Order
14026 or Executive Order 13658.
_____________________________________________________________________________________
|If the contract is entered into on or |Executive Order 14026 generally applies to |
|after January 30, 2022, or the |the contract. |
|contract is renewed or extended (e.g., |The contractor must pay all covered workers |
|an option is exercised) on or after |at least $16.20 per hour (or the applicable |
|January 30, 2022: |wage rate listed on this wage determination,|
| |if it is higher) for all hours spent |
| |performing on the contract in 2023. |
________________________________________|____________________________________________
|If the contract was awarded on or |Executive Order 13658 generally applies to |
|between January 1, 2015 and January 29,|the contract. |
|2022, and the contract is not renewed |The contractor must pay all covered workers |
|or extended on or after January 30, |at least $12.15 per hour (or the applicable |
|2022: |wage rate listed on this wage determination,|
| |if it is higher) for all hours spent |
| |performing on the contract in 2023. |
_____________________________________________________________________________________
The applicable Executive Order minimum wage rate will be adjusted annually. Additional
information on contractor requirements and worker protections under the Executive Orders
is available at www.dol.gov/whd/govcontracts.
____________________________________________________________________________________
States: District of Columbia, Maryland, Virginia
Area: District of Columbia Statewide
Maryland Counties of Calvert, Charles, Prince George's
Virginia Counties of Alexandria, Arlington, Fairfax, Falls Church, Fauquier,
Loudoun, Manassas, Manassas Park, Prince William, Stafford
____________________________________________________________________________________
**Fringe Benefits Required Follow the Occupational Listing**
OCCUPATION CODE - TITLE FOOTNOTE RATE
01000 - Administrative Support And Clerical Occupations
01011 - Accounting Clerk I 19.72
01012 - Accounting Clerk II 22.15
01013 - Accounting Clerk III 24.77
01020 - Administrative Assistant 38.21
01035 - Court Reporter 28.71
01041 - Customer Service Representative I 16.73
01042 - Customer Service Representative II 18.25
01043 - Customer Service Representative III 20.48
01051 - Data Entry Operator I 17.09
01052 - Data Entry Operator II 18.65
01060 - Dispatcher, Motor Vehicle 23.66
01070 - Document Preparation Clerk 19.93
01090 - Duplicating Machine Operator 19.93
https://sam.gov/wage-determination/2015-4281/27 1/11
7/26/23, 12:43 PM SAM.gov
011