MURIEL BOWSER
MAYOR
February 5, 2024
Honorable Phil Mendelson
Chairman
Councilofthe 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 202of the Procurement Practices Reform Act of 2010 (D.C. Official Code §
2-352.02), enclosed for consideration and approval by the Councilof the District of Columbia is
proposed Contract No. DCAM-22-CS-RFQ-0016T with HEP Construction, Inc. in the not-to-
exceed amountof $10,000,000. The contract’s period of performance is one year from the date of
the award.
Under the proposed contract, HEP Construction, Inc., will provide maintenance and repair services
projects for the Department of General Services (“DGS”) Facilities Management Division, the
District of Columbia Public Schools, and the DepartmentofParks and Recreation.
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 contact Delano
Hunter, Director, DGS, or have your staff contact George G. Lewis, Chief of Contracts and
Procurement, DGS, at (202) 727-2800.
I look forward to the Council’s favorable considerationof this contract.
Sincerely,
Muri] Bows:
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
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 and multiyear)
Contract for Maintenance & Repairs of Government Facilities (“MRGF”) Services
(A) Contract Number: DCAM-22-CS-RFQ-0016T (the “Contract”)
Proposed Contractor: HEP Construction, Inc. (the “Contractor”)
Contractor’s Principals: Saud Jabali-Nash, President,
snash@hepconstruction.com
Proposed Guaranteed Minimum
Value (Per Base and Option Year): $50
Proposed Contract Not to Exceed
(“NTE”) Amount (Per Base and
Option Year): $10,000,000
Unit and Method of Compensation: Monthly progress payments based on lump sum
pricing pursuant to competitively-awarded task order
agreements.
Term of Contract: From date of execution of the Contract (Basic
Ordering Agreement (“BOA”)) by the Department
through 1 year thereafter (“Base Year”).
Type of Contract: Indefinite Delivery/Indefinite Quantity (“IDIQ”)
Source Selection Method: Request for Qualifications (“RFQ”)
(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:
For the Base Year and each Option Year:
1
Guaranteed Minimum Value: $50
Maximum NTE Amount: $10,000,000
(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:
Under the proposed contract DCAM-22-CS-RFQ-0016T for Maintenance and Repairs of
Government Facilities (“MRGF”) Services, HEP Construction, Inc. (the “Contractor”) will
provide maintenance and repair services projects for District of Columbia Facility Management
Division, Public Schools, and Department of Parks and Recreation facilities as competitively
awarded via Task Order Agreements at various facilities within the Department of General
Services’ (“DGS”) real estate portfolio (the “Project”).
In general, this work includes general construction and facility maintenance projects, including
but not limited to minor repairs, roofing repairs, window and door replacement, interior
demolition, playground renovations, and other miscellaneous work as may be necessary and shall
be performed on an as needed basis. The contract work may also include, from time to time, small
construction projects that need to be completed quickly; these projects would primarily be in
response to emergency situations such as vandalism, structural failures, or other life safety issues.
The proposed Contract does not authorize any specific work by the Contractor. All work will be
awarded and released on a competitive basis through individual project task order agreements, as
set forth in the Contract. Since the aggregate NTE amount of the proposed Contract for the Base
Year and 4 one-year Option Years exceeds $1 million, Council approval is required for this
contract action.
(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:
On September 28, 2022, DGS issued a Request for Qualifications (“RFQ”) to solicit Statements
of Qualifications (“SOQ(s)”) from those entities (“Offeror(s)”) interested in performing
Maintenance & Repairs of Government Facilities for various District of Columbia owned
properties within the DGS construction portfolio and maintenance facility locations (“Project
Locations”). In general, this work includes handling all types of building and maintenance repairs
and upgrades, including, but not limited to roofing and plumbing repairs, electrical repairs, door
and window replacements, carpentry, masonry, flooding remediation and fire alarm repairs, and
other similar types of work and shall be performed on an as needed basis. The RFQ was posted on
the DGS website.
A project information meeting was held on October 7, 2022, via Microsoft Teams. A total of three
(3) addenda were issued as follows:
Addendum No. 1, issued on October 3, 2022
 Corrected project information meeting time.
2
Addendum No. 2, issued on October 18, 2022
 Provided responses to the questions.
 Revised - Section E.4.1.5(ii) for Dun & Bradstreet report.
 Corrected - Section E.1 (SOQ Submission Identification).
 Revised – The last sentence in Section E.4.1.2 C (iv).
Addendum No. 3, issued on October 28, 2022
 Extended SOQ Submission Date to November 4, 2022, at 2:00 P.M.
Forty-six firms (collectively, the "Offerors" and each individually, an "Offeror") submitted SOQs
in a timely manner by November 4, 2022, at 2:00 p.m., the SOQs’ due date.
Due to the number of SOQs received, the evaluation process has been broken into two (2) groups.
Each group of proposals was disbursed to the Technical Evaluation Panel (“TEP”) members with
evaluation score sheets specifically for each group. Four (4) technical categories were comprised
into a 100-point scale; in addition, Certified Business Enterprise Preference Points (up to 12 points)
were included as follows:
FACTORS WEIGHT
Past Performance, Experience & References 25 Points
Key Personnel 25 Points
Project Management Plan 25 Points
Capacity 25 Points
Certified Business Enterprise (“CBE”) Preference 12 Points
TOTAL 112 Points
The groups were prioritized by the needs of the District. TEP Members met to discuss their
respective technical scores for each Offeror within each Group. TEP Members completed
individual evaluations of SOQs. TEP members discussed details of each SOQ, in addition to
evaluation factors and sub-factors as consensus scores were developed. Offerors that scored 85
points or higher from each group were selected as qualified contractors for award. The Contracting
Officer reviewed TEP’s technical scoring and the SOQs submitted and determined that eighteen
(18) contractors out of thirty five (35) in Group 2 of 2, including HEP Construction, Inc., were
qualified, responsive, and responsible and thus selected for award of the proposed BOAs.
(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:
The contract award was not protested.
3
(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:
HEP Construction, Inc. is a general contractor located at 1227 Good Hope RD SE, Washington,
DC 20020. The Contractor is a Certified Business Enterprise (“CBE”) firm and has been in
business for 25 years. The Contractor is highly experienced in maintenance and repair projects in
occupied buildings. Over the course of our 20 plus years of business, the Contractor has performed
maintenance and repair work on over 1,200,000 square feet of commercial/educational space in
the Washington Metropolitan area.
HEP Construction, Inc. specializes in design, management, and self-performing of architectural
and industrial projects. The Contractor provides its clients with the ability to have their vision
realized with a flexible approach to balancing function and budget requirements, while maintaining
a high level of visual aesthetics and comfort. The Contractor has been determined responsible in
accordance with 27 DCMR 4706.1.
(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. 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:
Pursuant to the Contract, competitive task order agreements will be issued for projects on an as-
needed basis. The Contractor is a Certified Business Enterprise in accordance with the Act
(Certification No. LSDZRE49011082025). As appropriate, subcontracting plans will be submitted
for review and approval for each task order agreement with a value of $250,000 or more.
(H) Performance standards and the expected outcome of the proposed contract:
In general, the Contractor will provide general construction and facility maintenance projects,
including but not limited to roof repairs, life safety repairs, vandalism, windows and door
replacement, mechanical services, and other miscellaneous work as may be necessary. The
Contractor will be required to meet or exceed performance standards in accordance with the
Contract’s scope of work. DGS staff and the designated Project Manager will monitor the
Contractor’s performance to ensure consistency with the Contract’s terms and conditions, and,
more specifically, the established pricing and completion dates included in individual task order
agreements.
(I) A description of any other contracts the proposed contractor is currently seeking or holds
with the District:
• DGS - HVAC Facility Maintenance: On-call HVAC repairs at various DC Owned facilities
• DCRA - Nuisance Abatement: On-call nuisance abatement repairs at various vacant
properties in DC.
4
• DHCD- FY22 GC Services: On-call maintenance and repairs at various DC Owned
properties in the DHCD PADD Division portfolio.
• E.L Haynes PCS - GC Services: Master Agreement for construction services at two
campuses
(J) 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.
(K) 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 Office of the Chief Financial Officer has certified that the guaranteed minimum value of $50
of the proposed contract is within the appropriated budget authority for the agency 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 applicable Fiscal Sufficiency certification accompanies this Council package.
(L) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The proposed Contract has been deemed legally sufficient by the Department’s Office of the
General Counsel, and the Contractor does not appear to have any currently pending legal claims
against the District.
(M) 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 Contractor is current with its District taxes.
The relevant Clean Hands Certificate accompanies this Council Package.
(N) 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 has certified that it is in compliance with federal tax laws.
(O) 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.:
5
According to the DSLBD website, the Contractor is a Certified Local, Small, Disadvantaged
Business Enterprise. The Contractor’s Certification Number is LSDZRE49011082025, with an
expiration date of August 24, 2025.
(P) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None.
(Q) 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 Contractor is not debarred from providing services to the Government of the District of
Columbia or the Federal Government according to the Office of Contracts and Procurement’s
Excluded Parties List and the Federal Government’s Excluded Parties List.
(R) 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 Department issued a Determination and Findings for Contractor Responsibility with respect
to proposed Contract No. DCAM-22-CS-RFQ-0016T with HEP Construction, Inc. in which
DGS’s Contracting Officer concluded that the Contractor is responsible.
(S) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The Contract, if approved, will be posted on the Department’s website.
(T) Where the original solicitation, and any amendments or modifications, will be made
available online:
The original solicitation and any amendments have been posted on the Department’s website.
(U) (1) A certification that the proposed contractor has been determined not to be in violation
of section 334a of the Board of Ethics and Government Accountability Establishment and
Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official Code § 1-1163.34a;
and (2) A certification from the proposed contractor that it currently is not and will not be
in violation of section 334a of the Board of Ethics and Government Accountability
Establishment and Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official
Code § 1-1163.34a:
Based upon a certification from the Contractor, the Contractor has been determined not to be in
violation of D.C. Official Code § 1-1163.34a; and will not be in violation of D.C. Official Code §
1-1163.34a.
6
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: December 14, 2023 Notice Number: L0010593854
H.E.P. CONSTRUCTION INC FEIN: **-***2486
1227 GOOD HOPE RD SE Case ID: 1775525
WASHINGTON DC 20020-6907
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 ISSUANC