MURIEL BOWSER
MAYOR
September 13, 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 Councilofthe District of Columbia is
proposed Modification No. M0001 to human care agreement CW101589 with Federal City
Recovery Services to exercise option year one in the not-to-exceed amountof$4,000,000. The
periodofperformance is from October 1, 2023 through September 30, 2024.
Under the proposed modification, Federal City Recovery Services shall continue to provide
substance use disorder level II! residential treatment services.
In order to facilitate a response to any questions you may have regarding the proposed
modification, please have your staff contact Mare Scott, Chief Operating Officerofthe Office of
Contracting and Procurement, at (202) 724-8759.
Took forward to the Council’s favorable considerationofthis contract.
Sincerely,
Murik! Bows
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
(Standard)
(A) Contract Number: CW101589
Proposed Contractor: Federal City Recovery Services
Contract Amount (Base Period): Not-to-exceed (NTE) $4,000,000
Unit and Method of Compensation: Fixed unit rate with prices and services established
in Title 22A, Chapter 64 of DCMR
Term of Contract: October 1, 2023 – September 30, 2024
Type of Contract: Human Care Agreement (HCA)
Source Selection Method: Request for Qualifications
(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: $3,000,000 NTE
(October 1, 2022 through September 30, 2023)
The base period was deemed approved by Council on January 28, 2023 (CA25-0012).
Option Period One Amount: $4,000,000 NTE
(October 1, 2023 through September 30, 2024)
The NTE amount for option period one is higher than the base year due to an increase in the number
of consumers to be served by the provider.
Option Period Two Amount: $4,000,000 NTE
The NTE amount for option period two is higher than the base year due to an increase in the number
of consumers to be served by the provider.
Option Period Three Amount: $4,000,000 NTE
The NTE amount for option period three is higher than the base year due to an increase in the number
of consumers to be served by the provider.
1
Option Period Four Amount: $4,000,000 NTE
The NTE amount for option period four is higher than the base year due to an increase in the number
of consumers to be served by the provider.
(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 provider shall provide substance use disorder (SUD) level III residential treatment services for
authorized Department of Behavioral Health (DBH) consumers, which includes assessment,
counseling, case management, crisis intervention, medication management, treatment, and
coordination of care. The provider will serve an increased number of consumers in option year one
therefore the NTE amount for the option period was increased to meet the needs of the District.
(D) 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 received four responses on the due date May 18, 2022, to the request for
qualifications solicitation, issued on April 17, 2022. These vendors were 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, relevant professional and/or business
licenses and past performance providing substance use disorder level III residential treatment services.
The District awarded the human care agreement after determining that Federal City Recover Services
was qualified and that the proposed prices which are established prices in Title 22A, Chapter 64 of
DCMR, were fair and reasonable.
(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:
None.
(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:
Federal City Recovery Services is an experienced provider of residential treatment services and has
the necessary organizational structure, experience, technical skills, and operational controls to
perform the requirements of the human care agreement. Federal City Recovery Services has
demonstrated knowledge and experience working with the consumer population and has completed
the necessary DBH provider training to support successful outcomes with SUD treatment for DBH
consumers. Furthermore, DBH has confirmed the provider has maintained a substance abuse
treatment certification in good standing.
(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, D.C.
2
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 June 6, 2023.
(H) Performance standards and the expected outcome of the proposed contract:
Federal City Recovery Services shall provide SUD residential treatment services as a DBH certified
provider as described in Section C of the solicitation. The expected outcome of the proposed contract
is an improved mental health and quality of life for DBH consumers in the District receiving these
SUD services.
(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 DBH Agency Fiscal Officer certified that funding in the amount of $4,000,000 is available.
(K) A certification that the contract is legally sufficient, including whether the proposed contractor
has any pending legal claims against the District:
The human care agreement has been reviewed by the Office of the Attorney General and found to be
legally sufficient. The contractor has no pending legal claim 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
(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 indicates that the proposed provider is current with its District
taxes as of July 14, 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:
3
The provider has self-certified, via Bidders/Offerors certification form, that it is current with its
federal taxes.
(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.:
The provider is not a District certified local, small or disadvantaged business enterprise.
(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:
The provider 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.
(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):
Determination and Findings for Contractor Responsibility
Determination and Findings for Price Reasonableness
(R) Where the contract, and any amendments or modifications, if executed, will be made available
online:
http://ocp.dc.gov
(S) 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: July 14, 2023 Notice Number: L0009779320
FEDERAL CITY RECOVERY SERVICES FEIN: **-***8726
PO BOX 77281 Case ID: 1566828
WASHINGTON DC 20013-8281
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
DEPARTMENT OF BEHAVIORAL HEALTH
ek
—
cs
Office of the Chief Financial Officer
MEMORANDUM
TO: Laura Vargas
Contracting Officer
Office of Contracting and Procurement
THRU: Delicia V. Moore
AssociateChief Financial Officer
Human Support Services Cluster
FROM: ‘Adran Reid ‘Dig sanedbyAdanRls
‘Agency Fiscal Officer Adran Reid ‘ate202307.21113812
0600
Department of Behavioral Health
DATE July 21, 2023
SUBJECT: Certification of Funding availability for the amount of $4,000,000
The Office of the Chief Financial Officer hereby certifies that the sum of $4,000,000 is included in the
District's Local Budget and Financial Plan submitted to Congress by the Chairman of the Coun to the
Speaker of the House of Representatives for Fiscal Year 2024 to fund the costs associated with the
Department of Behavioral Health contract with Federal City Recovery Services for Substance Use Disorder
Level 3 Residential Treatment Services. This certification supports the Federal City Recovery Services
contract during the period from October 1, 2023, through September 30, 2024. The fund allocation is as
follows:
Vendor: Federal City Recovery Services Contract #: CW101589
Fiscal Year 2024 _ Funding: 10/01/2023 - 09/30/2024
‘Agency Fund | Program| Cost ‘Account | Award | Project ‘Amount
Center
RMO loo10o1 | 700286 | 70424 | 7141002 $4,000,000.00
FY 2024 Contract Total: '$4,000,000.00
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.
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF BEHAVIORAL HEALTH
kk
—
Office of the Chief Financial Officer
Should you have any questions, please contact Adran Reid, Agency FiscalOfficerat (202) 671-3393.
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
BRIAN L. SCHWALB
Commercial Division
MEMORANDUM
TO: Thomas Wells
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: August 21, 2023
SUBJECT: Approval of Base Period for Substance Use Disorder (SUD) Level III
Residential Treatment Services
Contract Number: CW101589
Contractor: Federal City Recovery Services
Contract Amount: NTE $4,000,000
This is to Certify that this Office has reviewed the above-referenced Contract and that we have
found it to be legally sufficient contingent on OCP obtaining approval of the First Source
Agreement from DOES and the Contractor having the required insurance coverages before
executing this extension of the HCA. 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 79100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922
AMENDMENT OF SOLICITATION / MODIFICATION OF 1. Contract Number Page of Pages
CONTRACT CW101589 1 2
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption
M0001 10/01/2023 Substance Use Disorder Level 3
Residential Treatment Services
6. Issued by: Code 7. Administered by (If other than line 6)
Office of Contracting and Procurement (OCP) Department of Behavioral Health (DBH)
On Behalf of the Department of Behavioral Health 64 New York Ave NE – 2rd Floor
64 New York Avenue, NE, 2nd Floor West Washington, DC 20002
Washington, DC 20002
8. Name and Address of Contractor (No. street, city, county, state and zip code) 9A. Amendment of Solicitation No.
9B. Dated (See Item 11)
Federal City Recovery Services
920 Bellevue Street SE 10A. Modification of Contractor/Order No.
Washington, DC 20032-0013 CW101589
X 10B. Dated (See Item 13)
10/01/2022
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 one (1) copy 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 amendm