United States
                      Environmental Protection
                      Agency
                            Office of Solid
                            Waste and
                            Emergency Response
EPA542/F-92/013
August 1992
 &EPA
Procuring  Innovative
Technologies  at  Removal  Sites:
Q's  and  Avs and  Case  Studies
 Technology Innovation Office
Background - An innovative technology is a treatment technology for which cost orperformance information is incomplete, thus
hindering routine use at hazardous waste sites. The Comprehensive Environmental Response, Compensation, and Liability Act
of 1980 (CERCLA) as amended by the Superfund Amendments and Reauthorization Act of 19.86 (SARA), and the National
Contingency Plan (NCP) encourage the use of innovative treatment technology remedies if such remedies can be used: (1) at less
cost; (2) with less adverse impacts; or, (3) to treat a site more effectively than other methods. Contracting for such innovative
treatment technologies can be difficult due to the government's and industry's lack of experience.  These technologies are
relatively new and have rarely been applied to large clean-up projects. Therefore, special considerations are needed in scoping
the procurement of innovative technologies.

Purpose - This fact sheet is designed to assist EPA On-Scene Coordinators (OSCs) and Contracting Officers (COs) with the
procurement of innovative treatment technologies. OSCs and COs were interviewed to obtain information on their experiences
in procuring innovative technologies. EPA's Technology Innovation Office (TIO) has documented case histories of previous
experiences with acquiring innovative technologies. Removal sites chosen for inclusion in this review were Fund-lead sites that
had started or completed the procurement of an innovative technology, including bioremediation, chemical treatment, soil
washing and chemical extraction. The results of these interviews are presented in a question and answer format. In addition,
specific detailed information on each site is presented in tabular form.
Q1.   Why Do Innovative Technologies Need
      Special Consideration During Procurement?

Al. Innovative technologies are new treatment methods that
have not been applied full scaleunderavarietyofsiteconditions.
Even though innovative technologies may be well designed
andcarefuUyplanned,theymaynotmeetcontractspecifications
on initial attempts and may require some modification and
reengineering.  Equipment failures and waste processing
problems are not unusual for first time use.  The Superfund
Start-Up Initiative (OS WER Directive 9380.0-17) encourages
regions to allow contract flexibility for selected remedial and
removal actions to assist vendors in establishing a pattern of
reliable operation that satisfies performance standards.

Q2.   What Types Of Contracts Have Been Used To
      Procure Innovative Technologies?

A2.   Fixed price contracts have been used most often to
procure innovative technologies. Fixed price contracts can
include lump  sums and/or fixed unit prices. A lump sum
contract sets put the total price for completing the work, while,
fixed unit prices determine the price paid for individual items
procured under the same fixed price contracting vehicle.  In
order to incorporate flexibility into the fixed priced contracts
                              used to procure innovative technologies,  performance
                              specifications and/or a combination of lump sums and fixed
                              unit prices for work that was still undetermined were written
                              into the contracts. Unit prices were used for such items as
                              excavation, cleaning,  backfilling, well installation and
                              treatment. Excavation and treatment were most often based on /
                              cubic yards and not on weight due to problems in weighing soil, j
                              As noted in the sidebar on pages 2 and 3, there are other types j
                              of contracts that can be used toprocure an innovative technology.1

                              Q3.  Do Construction Contracts Have To Be Used
                                    To Procure Innovative Technologies?

                              A3. Although construction contracts have been used to procure
                              innovative technologies,  much of the removal response
                              treatment work done using innovative technologies is service
                              oriented and a service  contract could be considered. The
                              Davis-Bacon Act and the Service Contract Act require that all
                              work be analyzed to determine which elements are construction
                              and which are service. The contract is then awarded based on
                              the preponderance of the work. A service contract procures the
                              time and effort of a contractor whose primary purpose is to
                              perform an identifiable task.  A construction contract is  a
                              contract for. the construction, alteration, or repair (including
                              dredging, excavation arid painting) of buildings, structures, or
                              other real property.
                                                  1
                                                       Recycled/Recyclable
                                                       Primed on paper that contains
                                                       at least 50% racyded fitwr

-------
Q4.  How Do Bonding Requirements Differ
      Between Service And Construction
      Contracts?
                                           •  "  !
A4.  Bonds are written instruments  that ensure that the
contractor'sobligations aremet or that compensationis awarded
if the obligations are not met.  There are different types of
bonds  and .related documents. The  Miller Act requires
performance and payment bonds for construction exceeding
$25,000. A bid bond assures that the bidder will not withdraw
a bid within the period specified for  acceptance, and will
furnish required bonds within the time specified in the bid. A
performance bond secures the work that the contractor has
agreed to perform.  A payment bond assures payment [to all
persons supplying labor or material in the performance of the
workprovidedbythecontracLltisimportantfortheContracring
Officer to discuss bonding requirements with the contractor
before the contract award so that bonding issues will not delay
site cleanup. For example, if the contractor pledges private
assets in lieu of obtaining a bond from a bonding  company,
each asset must be evaluated, which will lengthen the
procurementprocess. However, contractors cannot be required
to obtain bonds from bonding companies, and are allowed to
pledgeprivate assets to meetcontractualbondingrequuements.
Although Uiecontractorisnotrequiredtopledgebonds through
a surety, the actual amount and means of pledging the bond
must be acceptable to the CO prior to the award of the contract

For service contracts, or any contracts other than construction
contracts, performance and payment bonds are generally not
required. However, if it is determined by the CO that a service
contract contains elements of construction activity that are
substantial  and  segregable, and the construction activity
exceeds $25,000, then the Miller Act applies to that portion of
the contract. The CO must make a determination as  to the
required level of bonding  for that portion of the contract
coveredby the Miller Act. For further information, please refer
to"Supe.rfundGuidanceontheApplicabilityandIncorporation
of the Davis Bacon Act/Service Contract Act and Related
Bonding."
                     Contracting and Solicitation Options/
                     Considerations

                     Solicitation Options:  Contracts must be awarded
                     competitively unless it can be demonstrated there is
                     only one source. In the event there is only one source,
                     a written justification  for other than full  and open
                     competition (JOFOC) is required. The responsibility
                     for writing the JOFOC rests with the program office. If
                     the procurement is under $25,000, small purchase
                     procedures may be used. If the procurement is over
                     $25,000, solicitation procedures resulting in a contract
                     must be used.  There are three solicitation options:

                     1)  Invitation for Bid (IFB) if two or more offerers can
                         respond

                     2)  Request for Proposals (RFP) if discussion with
                         the offerers is necessary

                     3)  Two Step Formal Advertising allows technical
                         discussions with offerers to determine acceptable
                         technical proposals with cost proposal submitted
                         thereafter.  The award  must be made to the
                         lowest offeror whose  technical  proposal  is
                         acceptable.

                     Types of Contracts: The different types of contracts
                     that can be used for removal response are:

                     1)  Firm Rxed Price Contracts-thegovernment pays
                         , a fixed price or lump sums for a specified product
                         or service which is established before the award.
                         Fixed price contracts are usually used when the
                         design  or performance specifications .are
                         reasonably definite.                      '

                     2)  Indefinite Delivery/ Indefinite Quantity Contracts-
                         thegovernment places orders for supplies and/or
                         services against the contract after the award.
                         These types of contracts are used when the exact
                         time or place of delivery, or quantity required, is

                                                (continued on page 3)
                                            Index to Case Studies
  Site

  Southeastern Wood Presering
  Scott Lumber
  Norco Battery
  Signo/Mt. Vemon
  General Refining
Technology                                       Page Number

Slurry-Phase Bioremediation and Soi! Washing        A-1, A-2
Bioremediation (Land Treatment)                     A-3, A-4
Chemical Treatment                                 A-5, A-6
Chemicaf Treatment (KPEG)                         A-7, A-8
Solvent Extraction (Basic Extractive Sludge            A-9, A-10
Treatment Unit)

-------
Site:
Southeastern Wood
Preserving
Mississippi

Contact:
Ms. Sharyn Erickson, CO
(404) 347-2374
FTS 257-7292

Don Rigger, OSC
(404) 347-3931
FTS 257-3931

Technology:
Slurry-phase bioremediation
and soil washing
                                                                         CONTBACTJNFORMATTON
Procurement Lead:  EPA site-specific contract
Contractor(s):  Prime: OHM Remediation Services Corporation        •
Procurement Started/Completed:  1/90-9/90 (9 months)
Number of Bids: 12
Phase of Procurement: Contract Administration                                                              v
Method of Solicitation: Competitive-negotiated without technical proposal submission. Obtained EPAAR waiver to permit this type of
procurement.
Type of Contract: Rrm fixed price (lump sum)
Protests/Claims/Change Orders:  None to date
Special Clauses Used In RFP/IFB/Contract: Payments clause, so that contractor would receive payment as work progressed. Payments
were based on the amount of work completed. Contract required a full-scale,demonstration be conducted at the vendor's expense and the
contract could be terminated if the demonstration failed. A clause was included to notify offerers that EPA intended to conduct a pro-award
survey to determine their capability to perform the requirements of the contract. An evaluation of offers dause was included to inform the
offerers that proposals would be evaluated on the basis of the low-priced responsive, responsible offer.
Prequalified Bidders:  No
Bonding Requirements: None, procured as a service contract
Patent Issues:  None
Type of Specifications: Performance
Sole Source Issues: Not applicable, competitive procurement
       EXPERIENCES
      ENCOUNTERED
     : RESOLUTION
                                                   WHAT WORKED WEltfADVICE
  Process took longer than usual
  because three separate
  pre-award surveys were
  completed.
'  Vendor that was deemed not
  responsible complained to a
  member of Congress; the
  Congressman wrote to  EPA
  regarding this complaint.

'  Had a small business referral,
  whom CO found not
  responsible (not technically
  qualified).
 • Pre-award surveys, while time
  consuming, can save critical
  time and money later by
  determining the qualifications
  of the bidders.   '
 • EPA responded to the
  Congressman's letter and the
  inquiry ended.
 •Since the SBA did not
  guarantee the vendor, EPA
  did not have to award them
  the contract.
• Include statement of the item and schedule, payments dause, notification that EPA can do pre-award
 survey, and evaluation of offers clause in contract.

• Use of performance specifications allowed technology to be changed from land treatment to slurry-phase
 bioremediation without a change order. Since a specific technology was not identified, performance
 spedfications also allowed for bids from vendors proposing many different types of technologies.

• Write statement of work dearly, so that it cannot be misinterpreted.

1 Require a successful full-scale demonstration on small quantity prior to being able to proceed treating
 entire site. Only allow progress payments after completion and allow immediate termination for failure of
 demonstration phase.

• Use pre-award survey to determine the qualification of the offerers.

• Using a service contract, that does not require bonding, opens up competition.  Howeverjhis CO added
 a special clause that allowed EPA to recover costs for reprocuring the technology if the vendor failed to
 meet the performance specifications.

1 Consider site factors, such as excessive rainfall, when procuring innovative technologies.

> Make sure performance standards are realistic.

-------
Site: Southeastern Wood Preserving (Region 4)
At the Southeastern Wood Preserving site in Mississippi (EPA Region 4), slurry-phase bioremediation and soil
washing were competitively procured through an EPA direct contract with OHM Remediation Services
Corporation. For this procurement, the CO was able to obtain a deviation from the EPA Acquisition Regulations
to allow a negotiated procurement without submission of technical proposals. Performance specifications were
used and the technology was not specified. Therefore, bidders submitted proposals for many different treatment
technologies. The determining factor for award was price.

As this CO correctly pointed out, most treatment technologies do not involve substantial construction, but rather
are service related in nature. Therefore, this CO used a service contract at this site. Service contracts do not
require bonds, which often make it difficult for new and undercapitalized vendors to compete.  Also, the cost of
bonds is added to the price the government pays, i

At this site, to protect the government, a demonstration at the vendor's expense was required.  In addition, if the
treatment technology was not successful, the contract also included a clause to terminate the contract to allow
EPA to collect the costs for reprocuring the technology. The procurement began in January 1990 and was
completed nine months later in September 1990. A pre-award survey was conducted to determine the capability
of the vendors to perform the requirements of the contract.

The procurement process took longer than usual because EPA conducted three separate pre-award surveys,
but there were no major problems in procuring the technologies for this site, and 12 offers were received. EPA
conducted pre-award surveys to determine the qualifications of offerers, and the results of these surveys were
used to determine whether the low offerer was technically and otherwise qualified. The entire project has been
completed so far without a single change  order or claim.
In an effort to avoid potential problems, the solicitation for this site included four key items: (1) the statement of
the item to be provided, and the delivery schedule; (2) the payments clause, which indicates that the contractor
will not be paid until the technology is demonstrated; (3) a notification that EPA has the right to conduct a.
pre-award survey; and, (4) an evaluation of offers clause, which tells offerers that the solicitation will be
evaluated based on low price.                   !

Due to record rain levels in Mississippi, the technology was changed from slurry-phase bioremediation and land
farming to slurry-phase bioremediation and soil washing.  Since performance specifications were used, the
change in technologies could be accomplished without using change orders. The CO noted that good
performance specifications also help avoid claims Unless actual site conditions are drastically different than
originally anticipated.                          j
                                             i
EPA also included a payments clause in the contract so that the contractor would receive payment as the work
progressed.  These payments were based on the amount of work completed.  This clause was used as a
means of ensuring that the contractor would only get paid if the treatment technology was successful, and if the
work was completed. A fixed price (lump sum) contract was chosen for this site so that the contractor would
only receive payment if each stage of the cleanup was completed.
                                               A-2

-------
Site:
Scott Lumber
Missouri

Contact:
Mr. Bruce Morrison
OSC
(913)551-5218

Technology:
Bioremediation
(Land Treatment)
Procurement Lead: Subcontract through prime contract
Contractors): Prime: Riedel; Subcontract:  Remediation Technologies (Re-Tec)
Procurement Started/Completed: 5/88-6/89 (11 months)
Number of Bids: Information Unavailable
Phase of Procurement: Contract Administration
Method of Solicitation: Competitive - sealed bid
Type of Contract: Fixed unit price, and lump sum
Protests/Claims/Change Orders: Re-Tec found more contaminated soil than originally anticipated and submitted a
change order.
Special Clauses Used In RFP/IFB/Contract: Subcontractor required to notify EPA if site conditions or events caused
delay in their work.  Bioremediation was specified in IFB as technology to be used. Required bidders to perform
treatability study at their expense.
Bonding Requirements: EPA CO waived full bonding requirements for Re-Tec. Re-Tec submitted letter-of-credit for
$100,000 performance bond.
Patent Issues:  None
Prequalified Bidders: No
Type of Specifications:  Performance
Sole Source Issues; Not applicable, competitive procurement	
 Re-Tec was bought by another company and wanted
 to change their technical approach from what was
 originally proposed, causing procurement to take 5
 months longer than anticipated.

 EPA was uncertain of the level of protective gear
 which would be needed at the site, making it difficult
 for bidders to price protective gear as part of lump
 sum proposal.

 Change order included many charges EPA found
 unrelated to the increase in amount of contaminated
 soil.

 Re-Tec wrote a letter stating they were being
 delayed, and claimed that they should be paid for
 their down time.
                   Competition was
                   re-opened. Re-Tech once
                   again had lowest price and
                   was awarded the contract.

                   Separated personal gear
                   out from rest of contract
                   and had bidders price on
                   unit basis.

                   Only half of Re-Tec's
                   charges were approved.
                 • Since letter did not quantify
                   reasons for delay, EPA
                   denied claim for these
                   charges.
Require subcontractors to be responsible for air monitoring. This was
inadvertently left out of the Statement of Work and EPA had to
provide monitoring.

Measure amount of soil at sites by volume, instead of weight. This
contract utilized weights which was found to be difficult and
time-consuming.

Make contract broad enough to cover total amount of waste that could
possibly be found at the site. This contract, due to its lump sum
nature, had a ceiling of 131,000 tons which was exceeded. Change
orders to increase amount to be treated delayed clean-up by a month.

-------
 Site: Scott Lumber (Region 7)                        ' i  .     .   '
                                                       i
 Bforomediatfon (land treatment) was procured at the Scott Lunjiber site in Missouri (EPA Region 7). The technology was procured as a
 subcontract through an Emergency Response Cleanup Services (ERCS) contract  Rtedel Environmental Services was the ERGS prime
 contractor. Remediation Technologies (Re-Tec) was the subcontractor who provided the bioremediation technology.  The procurement
 process was Initiated In May 1988 and was completed 13 months later in June 1989.

 The technology was competitively procured using sealed bids.j  The bids were evaluated on technical and cost criteria. If the bids did not
 meet the technical requirements, they were deemed unresponsive and were not evaluated further. There were some bidders that were
 doomed unresponsive because they refused to estimate the cost of doing the work.  These bidders viewed the work as risky, and wanted
 to do some studies on site before submitting a cost proposal. <                    -

 The OSC at the site noted that the reason why they issued a cisntract for the bioremediation technology was because they did not have the
 necessary In-house expertise to perform the technology. The (ack of technical expertise also made it difficult to properly evaluate the bids.
 A mlcroWoIoglst from the Emergency Response Team in Edison provided technical assistance in reviewing the bids.

 Regional COs were just being established when this procurement was taking place.  Therefore, the Headquarters CO retained
 responsibility for ti>e site. Because of the geographical distance, the procurement was slightly more difficult than those now handled by Jhe
 regional COs.                                          !         •

 The procurement took five months longer than anticipated. After Re-Tec was chosen as the subcontractor, they were bought by another
 company. While Re-Tec would still honor the initial price, they Wanted to change their technical approach from what was originally
 proposed. The OSC reopened the competition because of me change in their technical approach. Best and Final offers were obtained
 from the three moot qualified bidders, and Re-Tec once again ijad the lowest price, and was awarded the contract

 EPA wanted to avoid using a time and materials contract and Ranted to use performance specifications in a firm fixed price (lump sum)
 contract  However, EPA was not certain of the level of personal protective gear which would be needed at the site.  This uncertainty made
 it difficult for bidders to price the protective gear as part of a lump sum proposal. This was resolved by separating personal protective gear
 from the rest of the contract and having the bidders price it on i man-day (unit price) basis.
                                                       i
 The OSC at the site Indicated that with fixed price contracts, many change orders tend to be submitted because site conditions are often
 different than originally anticipated. At this site, more contaminkted soil was found than originally anticipated, and the subcontractor
 submitted a.change order. This OSC recommended reading change orders very carefully as they may often include extra charges which
 are not related to the Increase In the amount of contaminated sbil.  Not all charges have to be approved; partial payment is within EPA's
 control and should be negotiated if problems exist           i            •

 There was also a clause in the contract which stated that the subcontractor was required to notify EPA if there were site conditions or
 events that caused a delay In their work. If a letter is submitted^ by a contractor, it must state why they are being delayed, and make a
 daJm for their down time. If the letter does not indicate the reasons for the delay, and the contractor could have been doing work at the site
 Which they were not prevented from doing due to site conditions by rearranging priorities to complete activities in a different order than
 originally planned, then EPA can deny the daim for these changes.

 The OSC recommends measuring the amount of soil that has b^en treated in cubic yards, instead of by weight He weighed the soil at this
 site, which he felt was a mistake, since it took a lot of effort to wpigh each truckload two times to ensure accuracy. He said it would have
 been more effective to survey the stockpile and base the amount of soil on volume.

 It Is important to require the subcontractor to be responsible for|air monitoring. This requirement was not put in the subcontract at this site
 and subsequently the OSC had no other choice than to perform the air monitoring himself.

 In addition, the OSC suggests making the contract broad enough to cover the total amount of waste that could potentially exist at the site
 At this site, they had set a ceiling on the amount of soil to be treated, and when it became apparent that the subcontractor would need to
 exceed this celling,  EPA had to work out an agreement to pay for the cost of additional tonnage.

 It was also teamed that it is important to be very general in the requirements stated in the Statement of Work. The more specific a
 statement of work fe, the more difficult it is to procure the innovative technology.

The EPA CO waived the full bonding requirement for Re-Tec. Re-Tec submitted a letter of credit for $100.000 performance bond. While
the OSC was concomed that Re-Tec was not fully bonded, bonding Issues did not hold up the contracting process.
                                                       !   A-4

-------
SITE INFORMATION
Site:
Norco Battery
California

Contact:
Mr. Richard Martyn
OSC
(415)744-2288

Technology:
Chemical Treatment
                                                                                                        > A ,f
Procurement Lead: Subcontract through prime contract      •                                           •>
Contractors): Prime: Riedel; Subcontract: QualTech
Procurement Started/Completed: 12/88-6/89 (7 months)
Number of Bids: 3
Phase of Procurement:  Project completed
Method of Solicitation: Competitive-negotiated
Type of Contract: Fixed unit price and lump sum
Protests/Claims: Contractor which submitted lowest bid, but was not awarded the contract, protested.  This contractor did not
meet technical requirements in RFP.  Protest was resolved in September 1989, four months after contract was awarded, but did
not hold up contract award because of special provisions in the EPAAR for emergencies. Also, contractor filed a claim at end of
job.  Contract required 300 tons of soil to be processed each day, using EPA scales. Contractor also weighed soil and claimed
their weight was higher that EPA's weight.  EPA denied the claim.
Special Clauses Used in RFP/IFB/Contract: If subcontractor failed to meet the requirements in the contract, they would have to
reprocess the soil or haul it away at their expense.  Required bidders to perform a treatability study at their own expense.
Bonding Requirements:  None, QualTech was self insured
Patent Issues:  None
Prequalifled Bidders: No
Type of Specifications:  Performance
Sole Source Issues; Not Applicable, competitive procurement	   .    	.
                          RESOLUTION/
                                                              ,"''
                                                              't «
 A prime additive (fly
 ash) was changed
 without notifying EPA or
 the prime contractor.
 New vendor's fly ash
 had not been tested for
 other contaminants, and
 had not been bench
 scale or lab tested to
 ensure conformance
 with contract
 specifications.

 No guidelines to follow,
 since no one had done
 the same type of
 procurement previously.
  Color change in
  soil treated with
  new fly ash
  alerted EPA and
  prime contractor
  to change in
  vendor. First
  vendor's fly ash
  was brought
  back on-site.
Set out in writing, before the RFP is is§ued, whether cost or technical issues will determine to whom contract
is awarded and emphasize the criteria in the RFP.
Specify in the RFP if the contractor must have prior experience.
Set standards which the contractor must meet in the contract and then document all problems.
Make sure that contract requires all materials to meet specifications or have successful bench, lab or pilot
tests conducted to ensure that performance specifications are met
Use performance specifications.
Meet with Contracting Officer to go over RFP and contract to ensure that requirements are not ambiguous.
Travel to location where technology has been tried before and discuss how effective technology was in
cleaning up the site.
Require vendors to  perform treatability studies at their own expense.
If weight is to used instead of volume for unit price of treatment, specify whose scales will be used.
Specify any penalties for downtime in the contract.
For this type of technology, be very specific in the RFP regarding when and how to perform leach and
permeability-tests.

-------
Site: Norco Battery (Region 9)              -'•
                                             I
 Procurement of a chemical treatment technology to adjust the pH of lead sulfate at the Norco Battery site in
California (EPA Region 9) began in December 1988 and was completed seven months later in June 1989. This
innovative technology was competitively procured as a subcontract through an ERGS contractor, Riedel.
Riedel sent the RFP to five bidders, and three bidders responded. The RFP required prior experience using
the technology, and also required vendors to demojnstrate that they could treat the soil. The vendors were not
compensated for these demonstrations. The biddei that won the award (QualTech) had previously done the
chemical treatment work successfully and was proposing the most moderate cost.

 A bidder that had proposed the tow bid, but did not meet the requirement of the RFP that the bidders had to
have previous experience with the technology, protested to being eliminated from further consideration. This
could have held up award of the contract, but the General Accounting Office (GAO) cannot put a stay on the
funds for removal contracts since there is a specific provision in the Federal Acquisition Regulations (FAR)
which states that in an emergency situation, it is allowable to continue with the procurement process even if
there is a bid protest (as long as an investigation into the bid protest continues). EPA was able to minimize the
impact of the protest. The OSC recommended, to £void protests, that criteria - cost and/or technical -- which
will be used to decide which bidder will get the contract should be decided and documented prior to the release
of the RFP and should be emphasized and highlighted in the RFP.

 The contract was a fixed price contract, with a cornbination of firm fixed prices (lump sums) and fixed unit
prices. Lump sums were used for all plans, site visits and reports. Fixed unit prices were used to  pay per ton
for the soil treatment, since it was unclear how many tons of soil needed to be treated. Performance
specifications in the contract stated the cleanup goals to be met at the site, and that if the subcontractor failed
to meet the requirements in the contract, it would have to reprocess the soil or haul it away at its own expense.
The RFP also required vendors to demonstrate at their own  expense that they could treat the soil, which
avoided,problems with nonperformance after awarding the contract.

 The OSC recommended being very specific in the iRFP for this type of treatment regarding when and how to
perform leach tests and permeability tests.  The contract should include a requirement that contractors use the
same materials that were successful in the bench, fab and pilot tests to ensure meeting performance
specifications. At the Norco Battery site, a prime additive (fly ash) was changed without notifying EPA or the
prime contractor. The new vendor's fly ash had not been tested for other contaminants, and had not been
bench scale or lab tested to ensure conformance With contract specifications. The color change in the soil
treated with the new fly ash alerted EPA and the prime contractor to the change in vendors.  Although the small
amount of soil treated with the new fly ash did pass the contract specifications, it was decided to bring the first
vendor's fly ash back on-site.                   |
                                             |
 There was some difficulty with weighing the soil. Two scales were being utilized to weigh the soil- EPA's and
the vendor's. The vendor charged based on their sbales but EPA scales showed different weights. If planning
to use unit prices based on weight rather than volumes, this OSC advises specifying in the contract whose
scales will be used and also who pays for down time due to equipment malfunction.
                                              A-6

-------
%     ?,   -  %,
Site:
Signo/Mt. Vemon
New York

Contact:
Mr. Charles Fitzsimmons
OSC
(908)321-6608
FTS 340-6608

Technology:
Chemical Treatment
(KPEG)
Procurement Lead:  Subcontract through prime contract
Contractors):  Subcontract: Galson
Procurement Started/Completed: 9/87-11/87 (3 months)
Number of Bids: Not Applicable
Phase of Procurement: Completed project
Method of Solicitation: Sole source
Type of Contract: Lump sum

Special Clauses'used In RFP/IFB/Contract: Clause in subcontract releasing EPA from having Galson do the rest of
the work if pilot test failed and releasing EPA from paying for pilot test if it failed.
Patent Issues:  None, Galson holds patent on KPEG
Prequallfled Bidders: Not Applicable, sole source arrangement
Type of Specifications: Performance                                                    '      *..    ^
Sole Source Issues: None,  KPEG technology was procured through sole source arrangement; however, this work
was a small part of total work. Other work was procured competively.              ,
 At the time, Galson was the only vendor of this
 technology.
                  Because of this, it was
                  easier to justify a
                  sole-source procurement.
Maintain contact with EPA CO to ensure that all necessary
requirements have been met.

ERGS purchasing mechanism facilitated procurement;
however, also required a 15% fee be paid to ERGS prime
contractor.

Procure innovative technologies using site-specific contracts to
eliminate General and Administrative costs.

-------
Site: SIgno/Mt. Vernon (Region 2)
                                            !
 Chemical treatment (KPEG) was procured to treat one dioxin contaminated drum at the Signo/Mt. Vemon site
in the Bronx, New York (EPA Region 2). Procurement began in September 1987 and was completed one
month later in November 1987.                 |
                                            |
 The technology was procured as a subcontract through an ERCS prime contractor. At the time, the easiest
and quickest way to procure innovative technologies at removal sites was through an ERCS contract.
However, General and Administrative costs for the ERCS prime contractor can add considerable costs to the
contract.                                    :
                                            i
 The KPEG technology was procured by the prime contractor through a sole source arrangement with a
subcontractor, Galson Remediation. The sole source justification indicated that the technology was needed for
an emergency situation, and that there was no other vendor who could perform the work on the site. While a
lot of problems were avoided by procuring the technology through a sole source justification, it is now more
difficult to procure KPEG through a sole source arrangement, since more companies are now able to provide
the more generic form of the KPEG technology (i.e., APEG). However, at the time, Galson was the only vendor
and presently holds the patent on their process.   ;

 The subcontract required Galson to pull samples and run a pilot test to see if the KPEG process would work.
There was a clause in the subcontract which released EPA from having Galson do the rest of the work if the
pilot test failed. This clause also released EPA from paying for the pilot test if it failed.
                                             A-8

-------
    SITE INFORMATION
:>
CO
    Site:
    General Refining
    Georgia

    Contact:
    Mr. Shane Hitchcock
    OSC
    (404) 347-3931

    Technology:
    Solvent extraction--
    Basic Extractive Sludge
    Treatment Unit (BEST)
                                    .CONTRACT INFORMATION
Procurement Lead:  Subcontract through prime contract
Contractor(s): Prime: Haztech; Subcontract: Resources Conservation Company (RCC)
Procurement Started/Completed:  8/85-4/86 (9 months)- delayed due to re-authorization of Superfund
Number of Bids: Not Applicable                                                            >
Phase of Procurement: Project Completed
Method of Solicitation: Sole Source
Type of Contract: Fixed unit price
Protests/Claims: None
Special Clauses Used In RFP/IFB/Contract: Prime contractor insisted on the inclusion of clauses in subcontract with
RCC in order to minimize their liability. Subcontractor was required to conduct a lab scale treatability study; a pilot test at
their own facility; and, a full scale pilot on site, at EPA's expense
Bonding Requirements: Yes
Patent Issues: None,  RCC holds patent on BEST unit technology.
Prequallfled Bidders: Not Applicable
Type of Specifications: Performance
Sole Source Issues: EPA CO required RCC to substantiate price of doing the work, in order to prove that they were not
exceeding 10% profit margin.  Needed EPA Headquarters approval to acquire solvent extraction through sole source
procurement as well as exemption to old rule that no more than $1 million can be spent in 6 months at one removal site.
Had to create a sole source justification without a model.
            EXPERIENCES ENCOUNTERED
     Under ERCS contracts, EPA cannot dictate what
     should be subcontracted and there is no
     incentive for prime to assist subcontractor.

     Difficulty negotiating and monitoring
     subcontract because EPA had to channel
     everything through prime contractor.
                   Materials handling was not
                   tied to performance
                   specifications for RCC, and
                   Haztech did materials
                   handling under time and
                   materials contract, which
                   proved to be not very cost
                   efficient
1 Use site-specific contract, which minimizes risk to the
 government even if the technology fails. Although additional
 lead-time is required, it is made up by not having to definitize the costs
 on the back end, which is required under the ERCS Delivery Order
 contracts.

' Use SITE and Emergency Response Team resources to assist in
 evaluating the technology.

 Include a clause in the contract which indicates that if the    '
 contractor fails for nonperformance, they have to pay for EPA's
 costs to reprocure the technology.

• Use performance specifications to measure how subcontractors
 perform, and then pay for only what meets the specifications.

-------
 Site: General Refining (Region 4)
                                                 j
 At the General Refining site in Georgia (EPA Region 4), a type of chemical extraction technology known as
 solvent extraction was procured for the first time by ERA as a subcontract through an ERGS prime contractor
 (Haztech) through a sole source arrangement with Resource Conservation Company (RCC). The sole source
 negotiations began in August 1985 and were completed nine months later in April 1986. The contract was
 ready for award in February 1986, but was delayed because the authorization for the Superfund program
 expired.                                         t
                                                 i
 The technology was procured through a sole source arrangement because RCC was the only company EPA
 could identify that had a technology which could work on the site. In order to ensure that the technology would
 work, EPA required RCC to conduct a lab scale treatability study, a pilot test study at their own facility, and a
 full scale pilot test on site.  These tests were funded by EPA, and were completed as part of the sole source
 negotiations.                                     i
                                                 !
 EPA experienced a number of difficulties. In order to prove that they were not exceeding a 10% profit margin
 on a sole source procurement, the EPA CO required RbC to substantiate the price of completing the work.
 This "cost build-up" took three months, and was resource intensive. In addition, the On-Scene Coordinator
 needed to get EPA Headquarters approval to acquire the solvent extraction technology through a sole source
 procurement.  An exemption to the rule that no more than $1 million can be spent in six months at one removal
 site was also required. Compounding these difficulties; was the fact that there was no model for the sole source
 justification.            •                          :
                                                 i
 Because this was one of the first innovative technologies to be applied to a site, EPA encountered a number of
 contract management problems  at this site.  The major! problems which occurred were due to the fact that an
 ERGS contract, and not a site-specific contract, which are now just beginning to be used, was used to procure
 the subcontractor.  Under an  ERGS contract, EPA cannot dictate what should be subcontracted, and there is
 little incentive for the prime contractor to assist the subcontractor. In this case, EPA wanted the prime
 contractor to subcontract for the  solvent extraction technology and for materials handling. However, the prime
 contractor did not want to subcontract for both items. EPA was successful in convincing the prime contractor to
 subcontract for the solvent extraction technology,  but Was unsuccessful in persuading the prime to subcontract
 for materials handling. Therefore, materials handling wjas not tied to performance specifications for RCC, and
 Haztech did the materials handling under a time and materials contract. Because of the now recognized
 difficulties in materials handling which produced a lot of down time, much larger charges occurred under the
 time and materials contract.                        |                                          -

 In addition to the problems which were ERCS-contract specific,  procurement was  made more difficult because
 the plan to have Regional COs had not yet been implemented.  In addition, EPA had to channel all
 communications to the subcontractor through the prime contractor, which limited EPA's authority over the
 subcontract.                                      |
                                                 I                      .
 General Refining was the first site at which performance-based specifications were used to subcontract for an
 innovative technology. Using performance specifications enabled EPA to pay for only the soil which was
treated to EPA specifications. Since the subcontract wi,th RCC was a fixed unit price contract, RCC was paid
on a cost per unit ton basis for all material that met perf0rmance specifications.
                                                 i
 Patent infringement issues were not a problem, since RCC holds the patent on the specific type of solvent
extraction used at the site (the Basic Extractive Sludge [Treatment Unit).
                                              A-1;0

-------
    not known at the time of contract award.

Contracting and Solicitation Options/
Considerations (continued from page 2)

3)  Time and Materials Contracts-the government
    pays a fixed rate for each hour of direct labor
    worked by the contractor, up to a negotiated
    ceiling on the total price. This type of contract is
    used for engineering and design services, repair,
    maintenance or overhaul work, or in emergency
    situations where there are generally unforeseen
    circumstances.

4)  Cost Reimbursement Contracts-the government
    pays for  reasonable,  allowable and allocable
    costs of the removal response plus a fixed fee or
    an award fee.  A fixed fee does not vary with
    performance while an award fee is based upon
    a   government evaluation  of contractor^
    performance. Cost-type contracts are used when
    the performance desired  cannot be clearly
    specified, and when accurate cost estimates are
    impossible.

Superfund Removal Contracting Options:  For
removal contracts, there are three choices:

1)  Emergency Response Cleanup Services (ERGS)
    Contracts. ERGS contracts provide emergency,
    time-critical, and rapid remedial cleanup support
    to Superfund in containing,  recovering, or
    disposing of hazardous substances and in sample
    analysis and site restoration. ERGS contracts
    provide expeditious response (i.e., within hours
    ordays)toNPLandnon-NPLsites. Thecontracts
    listthe necessary personnel, equipment, services,
    and response times.   The  first generation  of
    ERGS contracts cove red large zones. Each zone
    comprised anywhere  from one to five regions.
    The Long Term Contracting  Strategy for
    Superfund calls for future Removal contracts to
    be smaller in size and to cover only one  region.
    Several regional contracts have already been
    awarded and several more are soon to be
    awarded.

2)  State Cooperative Agreement- EPA provides
    funds to states, political subdivisions, and Indian
    tribes to assume lead responsibility in awarding
    and managing contracts for removal response.

3)  Site Specific Contract- EPA procures the work
    directly from a contractor instead of using the
    ERGS contracting vehicle.

4)  Interagency Agreements with  Other Federal
    Agencies - The Department of Energy and the
    Department of the Interior's Bureau of Reclamation
    are currently procuring  innovative treatment
    technologies for EPA's removal program.	
Q5.   What Types Of Specifications Are Being
      Used In Bid Packages For Innovative
      Treatment Technologies?

A5. Design specifications precisely state how the contract is
to be performed. Performance specifications as defined in this
fact sheet specify the technology to be used and set goals to
attain, but  allow  flexibility  in  design.  Performance
specifications work best in the procurement of innovative
technologies. Since performance specifications specify the
cleanup goals without specifying exactly how the site is to be
cleaned up, EPA has to pay only for what is cleaned up to these
performance standards. Also,if problems arise during contract
administration, the contractor's performance can be measured
against these standards, which facilitates documentation of
any problems.    Performance specifications are especially
good to use when dealing with proprietary processes and/or
materials, because corporations will not have to release their
proprietary designs. An exception might be where a region is
concerned aboutthe by-products of treatmentwithatechnology.

Q6.   What Are The Advantages/Disadvantages
      Associated With Site Specific Contracts?

A6. Under a site specific contract, EPA procures the work on
a site directly  from a contractor:  Many OSCs who have
procuredinnovativetechnologies recommend usingsite specific
contracts. The goal of these contracts is to obtain the least cost
for the government in those situations  where the time for
competition is available.  While site specific contracts require
more work up front by EPA, they are favored because EPA can
exercise greater control over the award and administration of
the removal responsecontract. In addition, because the contract
is awarded competitively, costs do not have to be definitized as
under an ERCS contract and payment of an administrative fee
to the prime is  also avoided.

Q7.   What Are The Advantages/Disadvantages Of
      Using An ERCS Contract?

A7.   ERCS contracts provide emergency, time-critical, and
rapid remedial cleanup support to Superfund in containing,
recovering, or disposing of hazardous substances and in sample
analysis and site restoration.  ERCS prime contractors can
perform clean-up services themselves or they can subcontract
for the clean-up of a removal site. If an ERCS contract is used,
it is up to the ERCS prime contractor to decide which portions
of the clean-up they will perform or will be performed by
subcontractors. Under ERCS, an administrative fee must be
paid to the prime contractor. In addition, costs incurred under
an ERCS contract  must be definitized, which is very time
consuming.

-------
 OS.   Can A Bid Protest Stop Work At A Removal
       SKe?                                        I

 A8.  A bid protest cannot stop work at a removal site. The
 Federal Acquisition Regulations state that in an emergency
 situation, it is allowable to continue with the procurement
 processevenifthereisabidprotest. However, an investigation
 into the bid protest must continue.                      j
                                                    i
 Q9.  What Contract Clauses Or Requirements In  j
      The RFP/IFB Have Been Used To Facilitate   :
      Tho Procurement Of An Innovative Treatment
      Technology?
                                                    i
 A9. To facilitate the procurement of innovative technologies!
 the following contract clauses have been used:            j

 •   Contract clauses which indicate that the contract can bei
    terminated for convenience if the contractor's pilot test
    fails;

 •   Contract clauses which include optional years and high
    enough ceilings in service contracts in order to clean-up
    all of the waste that could possibly be found at a site; and

 •   Payments clauses which  allow contractors to  receive
    payment as the work progresses based on the amount of
    work completed.                                  i
                                                    i
In addition, several KFPsflFBs required a demonstration that i
thetechnology would be effective at the site. This has resulted j
in bidders performing treatability studies at their own expense!
prior to bidding on the site.                             |
 Often IFBs and RFPs will include special requirements, such
 as treatability variances. All standards that the contractor must
 meet should be set out in the contract. It is essential that the
 EPA CO and  the OSC both review the DFB/RFP and the
 contract to ensure that the requirements are not ambiguous
 from either a contractual or a technical perspective.

 Pre-awardsurveyscanbeof use in determining theresponsibility
 of the low bidder or selected offerer.  These surveys are
 completed before the award of the contract, and are used to
 determine the financial capability as well as the physical and
 technical resources of the low bidder or selected offerer.

 Q10. Are Subcontractors Prohibited From Being
      Awarded The Construction Contract At Sites
      Where They Have Performed A Treatability
      Study?

 A10. 48 CFR Part 1536 of the EPA Acquisition Regulations
 (EPAAR) clarifies the Federal Acquisition Regulations (FAR)
 Part 36.209 by stating thatsubcontractors performing treatability
 studies are not prohibited from being awarded the construction
 contract for  a  project.  Other subcontractors are also not
prohibited from being awarded the construction contract for a
project unless their work substantially affected the course of
the design. Prime contractors of the design and subcontractors
whose work  substantially affected  the course of the design
must receive prior approval by  the responsible Associate
Director of the Procurement and Contracts  Management
Division under EPA'sOfficeof Administration and Resources
Management before they can be awarded the contract.
  For further Information on procuring Innovative technologies, please refer to the following documents  EPA
  •mploytw may request document* with SPA directive Cumbers by writing to: Superfund Document Center U S
  Environmental Protection Agency (OS-245), 401M Street S.W., Washington, D.C. 20460, Fax: (202) 260-2596
    *  U.S. EPA/QSWIER, "Furthering the Use of Innovative Treatment Technologies in OSWER Programs " EPA/
      $380.0-16, Jun* 10,1&9f-    -                   ,[,  „         ,  ,  ^    '             ,  f        „
    •  U.S. EPA/PCMB, «Suptrf und Guidance on the Applicability and Incorporation of the Davis Bacon Act/Service
      Contract Act «nd Related Bonding," January 1992 (this document may be obtained by calling Sue Anderson
      In PCMD at (202) 260417* or by mailing a request t
    •  U,S,EPA/OSWKR/ltO,u|rmovativ*fr«atnMhtTe^hr(ologle8: Semi-Annual Status Report," EPA/540/2-91/001
      wrmannual publication:on the statusol Implementation of Innovative technologies at Superfund sites
    •  U.S. EPA/QERH; OWPE, "Advancing the Us» of Treatment Technologies for Superfund Remedies * EPA/
      S35S.O-26, February 2^1988..        v           j
    «  40 CFR 35, FifWl RUto, "Cooperative Agreements and Superfund State Contracts for Superfund Response
      Actions."               - -'                     I                ,            '  r
    *  48 CFR 1536, Final Role, "EPAAR Clarification pt Applicability to Subcontractors of the FAR Provisions on
      Construction Contracts with ArehfteetfEnajnearlng Firms."
                           ^"S?er^rals.uida"ca •ndinf°"na6on Itis not intended, nor can it be relied upon, to create any rights enforceable by any
                           The Agency also reserves the right to change this guidance at any time without public notice.
                                                                 Government Printing office :  1992 - 617-003/67050

-------

-------
vvEPA
 United States
 Environmental Protection Agency
 Office of Solid Waste and Emergency Response
 Technology Innovation Office (OS-110W)
 Washington, DC 20460

 Official Business, Penalty for Private Use
 $300

 EPA/542/F-92/013

-------