Tab
                                                  10019923 pt.1

           RESPONSES TO ADMINISTRATOR'S 3/10/92 REQUEST

              FOR ASSESSMENTS OF PROBLEMS RELATED TO

                  CONTRACT AND PROGRAM MANAGEMENT

                         Table of  Contents
                         (updated  4/27/92)
A     -  Administrator's  3/10/92  Memorandum
      -  AA/OARM's  3/31/92  Follow-up  Memorandum

B     -  Region  I   (dated 3/25/92)
                —  also,  followup (dated  4/21/92)

C     -  Region  II   (dated  3/27/92)

D     -  Region  III   (dated 3/27/92)

E     -  Region  IV   (dated  3/26/92)
                — also,  followup (dated  4/16/92)

F     -  Region  V   (dated 3/25/92)
                — also,  two followups  (FAXes dated 4/1/92 and
                  4/20/92, respectively)

G     -  Region  VI   (dated  3/30/92)
                — also,  followup (dated  4/2/92)

H *    -  Region  VII   (dated 3/31/92)
                — also,  followup (dated  4/14/92)

I     -  Region  VIII   (dated 3/26/92)
                — also,  followup (dated  4/1/92)

J     -  Region  IX   (dated  3/26/92)
                — also,  followup (dated  4/16/92)

K  '   -  Region  X   (dated 3/26/92)

L     -  OSWER   (too voluminous;  moved  to separate binder)

M     -  OAR  (dated 3/31/92)

N     -  OPPTS   (dated 3/27/92)
                — also,  followups  (dated 4/3/92 and 4/17/92)

O     -  OW  (dated 3/27/92)
                — also,  followups  (dated 4/6/92 and A/22/92)
                          - continued -
      CXI
      o>
       2
      CVI

-------
                               -  2  -

P    -  OPPE   (dated  3/31/92)
               — also,  followup (dated  4/2/92)

Q    -  ORD   (dated 3/27/92)
               ~ also,  followup (dated  4/1/92)

R    -  OARM   (dated  4/9/92)
               — also,  separate responses  from  OARM's Cincinnati
               office (dated 4/3/92)  and OARM's  RTP office (dated
               4/16/92)

S    -  OIA   (dated 3/24/92)
               — also,  followup (dated  4/13/92)

T    -  OE  (dated 4/3/92)

U    -  OGC   (not yet received by  SCCM staff)

V    -  AO  (not yet  received by SCCM staff)

W    -  IG  (dated 3/24/92) (but not  yet received by SCCM  staff)
               — also,  followup (still  being drafted  by OIG)

X    -  OCEPA  (dated  3/9/92)
               — also,  followup (dated  4/2/92)

Y    -  OCLA   (not yet received  by SCCM  staff)

Z    -  OROSLR  (dated 4/3/92)


NOTE:  If you are aware  of any inaccuracies in this list,  please
contact Michael Northridge, staff, Administrator's  Standing
Committee on Contract Management (260-9288).

-------

-------

-------
           UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                              WASHINGTON. D.C.  20460

                                     MAR i 0
                                                           THE ADMINISTRATOR
MEMORANDUM

SUBJECT:   Contract Management Review

TO:         Assistant Administrators
             Regional Administrators
             General Counsel
             Inspector General
             Associate Administrators

      In light of Tccent events concerning significant problems with the management of several
of the Agency's contracts, the Agency is undertaking a thorough review of the strengths and
weaknesses of the Agency's contract and project management efforts.

      On  April  2,  1992 I will be meeting with all Assistant  Administrators,  Regional
Administrators, Associate Administrators and other senior officials to discuss our present and
planned efforts to strengthen contract management. In this regard, by March 26,1992, we will
need an assessment of all present or potential problems falling within your purview related to
contract and project management.  By March 26, we will also need from you a proposed plan
of action  to address any present and potential problems you have identified.

      My concerns  about contract  management are not limited to the specific contracts
identified in recent hearings, but extend to all of our contractual relationships.

      The Inspector General's reports make a convincing case that the Agency's internal
management of contracts has been inadequate. I understand the Inspector General believes that
this inadequacy applies to contract and project management at large throughout the Agency. In
particular, the Inspector General believes we may not be receiving appropriate value from our

-------
 contracts due to an Agency culture, built up over the last 20 years, which does not assign a high
 priority to contract management  In this regard, I expect you to carry out all of the actions
 identified in Christian Holmes' attached memorandum which deals with jynmediate steps to
 change mis situation.  We will not tolerate even the appearance of inadequate management of
 contracts.

       You should submit your assessment directly to me.  Armed with these facts, I will ask
Hank Habicht and Christian Holmes to oversee an effort involving all offices in the Agency to
ensure mat the quality of contract management at EPA is second  to none.  I view this matter
with the utmost seriousness. If we deal with it effectively it presents an opportunity to improve
permanently our effectiveness.  My thanks for your *finipd*flff attention.
                                             William K.
cc:   Hank Habicht
      Deputy Administrator

      Christian R. Holmes
      Acting AA/OARM

Attachment:  C. Holmes 2/28/92 Memo Re:
             Contracts Management

-------
                 UNITED STATES ENVIRONMENTAL PROTECTIG;, AGENCY
                            WASHINGTON. D.C. 204CO
                             MAR 2 f 1992
                                                             OFFICE OF
                                                            ADMINISTRATION
                                                            ANDRESOUCES
                                                            MANAGEMENT
MEMORANDUM
SUBJECT:  Follow-up to the Administrator's March 10, 1992, Request
          for a Review of EPA'^Zojxfraorts Management
FROM:     Christian R. Ho]          	
          Acting Assistant S&dndliistrator

TO:       Assistant Administrators
          General Counsel
          Inspector General
          Regional Administrators
          Associate Administrators
     The  purpose  of this  memorandum  is  to  follow up  on  the
Administrator's recent request that you provide by March 26, 1992,
an assessment of all present or potential  problems falling within
your purview related to contract  and program management.   The
Administrator attached a copy of my February 28, 1992, memorandum
that outlined immediate and decisive actions taken to correct real
and potential  abuses, and  restore  public credibility.   Several
offices (e.g., Regions 6, 10, OCEPA) responded with specific steps
undertaken in support of improved  contracts management.  However,
the response to date to the Administrator's memorandum is less than
reassuring.

     I have received from the Administrator's office six reports to
date (i.e., Regions 1, 2, 3,  10, and the Offices of Water, Research
and Development, and Solid Waste and Emergency Response) and I very
much appreciate these prompt and generally thorough replies.  The
absence of a response  from other  offices and  variations  in the
level of  information provided  indicate the need  to  clarify the
scope of  the Administrator's request.   Briefly,  the information
from all offices should  include:

     — vulnerabilities  that were  identified in any program,
     management or other audit  (e.g..  by OIG or GAO) during the
     last  five years;
                                                             Printed on Recycled Pai

-------
                              - 2 -


     — vulnerabilities that were identified in any internal
     control review pursuant to FMFIA requirements during the
     last five years;

     — corrective actions initiated or completed to address such
     vulnerabilities;

     — implementation schedules for any corrective actions not
     yet completed;

     — the number of contracts managed by each office, broken
     down according to type of contract, dollar value and
     purpose; and,

     — the number of procurement personnel (e.g..  Contracting
     Officers), program staff (e.g..  Project Officers,  DOPOs,
     Work Assignment Managers),  and legal staff assigned to
     contracts management.

     I strongly encourage you to provide as much of this
information as possible before our meeting with the Administrator
this Thursday, April 2nd.  The balance of this information should
be submitted no later than Thursday,  April 16th.   The information
should be sent via FAX to my office (FTS 260-0835).

     Your prompt support in this effort would be greatly
appreciated.

cc:  Hank Habicht
     Senior Procurement Officers

-------
\

-------

-------
                  U.8. ENVIRONMENTAL PROTECTION AGENCY
                                REGION  I
                J.F.K. FEDERAL BUILDING, Boston,  MA 02203


MEMORANDUM

DATE:  March 25, 1992

SUBJ:  Contract Management Review                >*)

FROM:  Julie D. Belaga,  Regional Administrator/&*'***'  &**•**"&*-

  TO:  William K.  Reilly,  Administrator


       Please understand at the outset that we take our contract management
       responsibilities  very  seriously. Contract  support  is  vital to
       carrying out  our mission and so  we  will continue to   do what is
       prudent  to protect these  resources.

       You  can count  one  Region  1's  resolve to  carefully look  at the
       concerns that the IG report  and other reviews have  surfaced. We will
       commit to bring together the many parts of our organization that use
       and benefit from these contract services, and chart a course based
       on the fact-finding and continuous improvement approach suggested in
       Christian Holmes' memo. We agree that this cannot  be handled with a
       one time, quick fix.

       As you  requested,  we have  identified below  present  and potential
       problems related to  contracts  management  and how  we  intend to
       address  them.

             Major Problem Areas  and Proposed Actions

       All employees need to know  now what is at stake and what to do and
       not to do.

       ISSUE:    All EPA staff who work around onsite contract staff need
                to know and live by a common detailed set of ground rules.
                They also must  know  and use the appropriate channels to
                resolve any EPA-contractor issues or  questions  and be
                knowledgeable about what the contract allows.   Getting the
                word out will  take  a  significant effort and needs to be
                done quickly.

       ACTIONS:  We have reviewed the IG reports and other agency materials
                related to contracts problems and  we are quickly getting
                the problems and concerns communicated to our organization
                using  a  practical,  detailed,  do's   and  don'ts   list
                approach.

                We will alao be conducting  an all  employee contract
                management awareness course within the  next 60  days.

-------
The onsite contract efforts that are now in place within  the region
need to be carefully reviewed.

ISSUE:    There  are a  significant  number of  onsite  contracts  in
          place  now that  will  need  to be looked at to insure that
          they  are  in full compliance  with guidelines and recent
          contract practice interpretations

ACTION:   Senior regional contract managers are now meeting with all
          impacted  workgroups  where contractors  are working  to
          surface   and   resolve   problems.   This   review   will
          specifically look at how we can insure that  use of onsite
          contract  services   meet   the   "arms-length"   approach
          directive.

Clearly, a sustained,  top-down  approach is needed to develop a long-
term, workable contract management action plan.

ISSUE:    solid  contract management demands that all levels of EPA
          management not  only  know  the  rules  but also ensure that
          they are enforced and that the resources are available to
          really do the contract management job at hand.

ACTIONS:  Contract management measures will be included in all SES,
          and manager  performance  standard as well as for employees
          actively involved in contract activities.

          I  have designated   Patricia  Meaney,   our   ARA,  as  the
          region's Senior Procurement Official (Pat recently served
          on the Headquarters Special ARC'S Contract taskforce) and
          I have asked her to pull together a regional workgroup to
          work with my senior managers in reviewing our current and
          future major contract activities.

          I  ask your  support  for  a FY'94  regional  initiative
          submitted to  OARM to get  each region  the  sorely needed
          regional  FTE   to   establish   a  dedicated   contract
          review/oversight  position  and  to  support  day-to-day
          contract administration work.

Added, trained regional contract managers are needed to address the
personal-services problem charges being leveled.

ISSUE :   Anything  that  creates  the  appearance  of  a  employer-
          employee relationship is a problem

ACTIONS:  We have  been, and will continue to  be  very aggressive
          about  getting   key   regional  personnel   to  contract
          management rocertification.

          We  are also  augmenting  the  regional  contract  project
          officers  with added  trained  alternates to  address the
          technical guidance and personal service issues.

-------
 Other Specific Actions Taken to Address the Recent  Contract issues
 Flagged by the X<3 and in the Christian Holmes memo  include:
                                         <
 That we  must  be  able to  clearly  distinguish  between  EPA  and
 contractor staff

           All onsite contractors have been instructed to wear badges
           and  contractor work space has signage clearly displaying
           the company name. Major groups of onsite contractor staff
           are clustered within the office areas in which they work.
           We will review seating and separation  issues with each
           work  group to see  if  further action is  needed.

           Contractors have been directed to  identify themselves as
           contractors  in any situation where it  might be  assumed
           that  they were representing EPA,  such as when they answer
           the phone or  are involved  in meetings.

That prohibited contracting activity work Bust not  be contracted for
and potentially vulnerable contract work needs careful review before
being initiated

           Careful review  is  done  nf the planned  contract work vs
           the   Prohibited Contracting  Activity   List  And  the
          Activities  of  Potential  Vulnerability  ,   both  as  a
           statement of  work  (SOW)  is created, And  as  changes are
          proposed.

That regional EPA staff need  to continue to retain the expertise to
be able to perform very sensitive, very critical  functions in case
there were to be some sort of contract interruption

          We have not,   and will not,  put ourselves  in the position
          of being totally dependent on contractors  for knowing how
          to get: our most  critical  jobs  done.   Specifically,  we
          believe EPA needs to continue to know how  to do the most
          vital contracted work. However, were we to  lose contractor
          services, there would obviously be a lot  of important work
          that  would  go undone as  well as  significant EPA staff
          disruption owing to the services we now get from the many,
          hard working onsite contractors.

That contractor training and travel needs close scrutiny

           Both  of these  items  are  constantly monitored  here and
          approved on a case-by-case basis.   Approval   is banari on
          the training need being in direct  support  of  the contract
          effort. Training is not approved  where the  contractors
          should have been reasonably expected to have had  the skill
          when they were hired.

          Travel is only approved when contractor participation in
          the meeting  or conference  is in direct  support  of the
          contract work, and is of an active  nature.

-------
Other issues addressed

          Contractors will not to be included in EPA awards.

          We will  not be  involving  contract staff  in  any onsite
          entertainment or parties.

          Contractor  involvement  in meetings  with  EPA  will  be
          limited  to exchanging  contract-related  project update
          information.


I share your concerns about this situation and commit Region 1 to do
its part to  ensure that we get our  house  in order.  Our challenge
will be to devise  sensible, well  crafted solutions that solve the
problem for goody not just get us through another crisis.

-------
                 UNITED STATES ENVIRONMENTAL PROTECTION AGENCY

                                      REGION,

                   J.F. KENNEDY FEDERAL BUILDING, BOSTON, MASSACHUSETTS 02203-2211
DATE:  April 21,  1992

SUBJ:  Review of Region  I's  Contracts Management

FROM:  Julie Belaga
       Regional Administrato

  TO:  Christian R. Holmes
       Acting Assistant  Administrator


       This memorandum transmits Region I's response to your March 31,
       1992 request for  an assessment of all present or potential
       problems falling  within our purview related to contract and
       program management.   I have asked each Division and Office
       Director to conduct an assessment within their organizations.
       The attached report combines their responses.

       If you need further information or clarification, please contact
       Pat Meaney or Stephen Perkins,  her Deputy and part-time member of
       the staff of the  Administrator's Standing Committee on Contract
       Management, at 617-565-3355.


       Attachment
                                                                         . sJLo
                                 PRINTED ON RECYCLED PAPER

-------

-------
REVIEW OF REGION I's CONTRACTS MANAGEMENT




                April  1992

-------

-------
Vulnerabilities that were identified in anv program, management
or other audit (e.g. by OIG or GAP) during the last five years.
Corrective actions initiated or completed to address such
vulnerabilities.   Implementation schedules for any corrective
actions not yet completed.

SDPERFUND RELATED CONTRACTS

1.   A December,  1989 Contracts Operations Review and Assessment
     Staff (CORAS) study of Region 1 (memo dated 4/3/90,
     Attachment A)  indicated one area of vulnerability.  This
     vulnerability was that there was only one ARCS PO.  Since
     the study, the Region has added two PO's, one DPO and one
     cost estimator.

2.   In June of 1990 a Quality Assurance Review of the Region I
     ARCS Contracts was conducted by HQ PCMD.   Although the
     review found that in some instances the time for final work
     plan approval exceeded the contractually established time
     frames,  the  nature of the technical work was the cause and
     the files were well documented to reflect that fact.  No
     formal finding or recommendation was issued on this subject.

3.   The Eastern  Audit Division of the OIG conducted an audit
     entitled "Audit Survey on Region I's Efforts to Identify
     Costs for Recovery from Potentially Responsible Parties
     EPA", (E1SHCO-01-0261)  from July 16,  1990 to
     January 31,  1991.   This audit addressed cost recovery
     functions conducted by the Emergency Planning & Response
     Branch (removal program),  Waste Management Division
     (remedial program)  and the Superfund Finance Section (both
     programs).

     In the Findings and Recommendations section of the OIG
     report,  three removal program vulnerabilities were cited.
     First was the need to maintain adequate documentation of
     reconciliations.  Second,  that Interagency Agreement (IAG)
     costs were not adequately addressed.   And last, that site-
     specific timesheets were not attached to travel vouchers.

     The three removal program vulnerabilities identified in the
     cost recovery OIG audit were addressed in a memo from Don
     Berger to Art Pavluvcik,  Audit Coordinator.  The
     vulnerabilities had all been corrected by the date of the
     memo.  It should be noted that none of the vulnerabilities
     resulted in  significant losses to PRPs or the government.
     OIG recommendations regarding the IDI review were
     immediately  implemented by the OSC.

     The OIG identified that private laboratories under the
     Superfund Contract Laboratory Program were having serious
     performance  problems.  This Region also has serious concerns
     with this program and has raised these to EPA Headquarters.
     The majority of the issues raised by OIG are Headquarters

-------
     related.  BSD has been working with Headquarters to improve
     National oversight procedures and to implement a stringent
     Regional oversight program through an enhanced tape audit
     program, detailed laboratory performance status reports
     prior to on-site audits, rigorous data validation, and
     contractor oversight procedures, as well as requiring data
     quality objectives for every project.

4.   A February, 1991 DIG audit entitled "Review of Region I
     oversight of PRP Superfund post-settlement activities",
     (#E1SJDO-01-0145-1100133), noted that the Region's oversight
     of its technical enforcement support (TES) contractors needs
     improvement.  The Region is addressing this vulnerability
     under FMFIA in FY92 (see discussion below).

5.   In response to a Headquarters request,  Region I developed,
     in the summer of 1991, an ARCS Vulnerability Assessment,
     (see Attachment B)  which identified four areas of
     vulnerability.  Two of the four areas are being addressed
     nationally, as well as by the ARCS Regional Management Team:
     audit and audit resolution and independent government cost
     estimates (IGE's).   The two other areas are not,  however,
     limited to items within the control of the Region:   funding
     (the way funds are released from Headquarters) and auditing
     of subcontracts.  In addition, this vulnerability assessment
     outlined how Region I instituted control techniques to
     ensure integrity of the program.

6.   In August 1991, PCMD performed a special Contract Management
     Review of the ARCS contracts in Region I (memo dated
     11/27/91, Attachment C).  The review included one potential
     vulnerability directed at regional Contract Officer's
     (CD's), regional determination of reasonableness  of other
     direct costs and travel costs incurred under Program
     Management.

     In response to the finding that RCOs must increase their
     efforts to assure that ODCs and travel costs for Program
     Management are reasonable and allocable, a memo was issued
     on January 16, 1992 (see Attachment D)  which detailed
     actions to be taken to address this finding.

7.   On August 12-15, 1991 the OIG conducted an unannounced site
     review (Audit Report No. E1OHG1-0216) at the International
     Depository, (IDI) Incorporated site in North Kingstown, RI.
     Paul  D. McKechnie, the Divisional Inspector General, sent a
     memo dated December 16, 1991 to Paul Keough in which he
     stated that there were no significant findings to report as
     a result of the review.  However, two recommendations
     regarding documentation of the site entry/exit log were made
     to the On Scene Coordinator and were immediately
     implemented.

8.   In February, 1992 OIG audit entitled "Final Report on

-------
     Superfund Alternative Remedial Contract Strategy  (ARCS)
     Contracts in Regions 1, 3 and 5"  (E1SGE2-03-0145-2100209)
     concluded ARCS failed to meet Agency goals  (RI/FS
     completions in 18 months).  Rather than accelerating the
     remediation of Superfund Sites it has been delayed.  The
     entire report concludes that to a large measure the delays
     occurred because of poor performance by the contractors and
     lack of administration by the Agency.  In the five Region I
     sites included, 3 of the reasons reported for delays are RPM
     and ORC availability and funding constraints, issues not
     related to contractor performance.  Headquarters is
     currently preparing audit resolution comments.
PROCUREMENT - SMALL PURCHASES
An DIG review conducted in May, 1989 (Report E1BM9-01-0123-
07000000, 12/12/89) identified the following vulnerabilities for
which corrective actions have been taken.

1.   Promote full and open competition:  Some instances of sole
     source acquisitions were noted that did not appear to have
     adequate justification.  Procurement staff have been made
     more aware of the limitations and justification
     requirements, and actively work with an initiator to insure
     that all other viable options are exhausted first in an
     effort to promote full and open competition.

2.   Price reasonableness and competition:  Competition to
     achieve the best price for the government was the practice;
     but, the files did not always contain the documentation to
     support that for open market purchases over $1,000 (now
     $2,500).  The procurement staff now uses an EPA Form 1900-
     13,  Worksheet for Small Purchases, to document the files in
     those instances.  In addition, each purchase order file also
     includes a Small Purchase File Check Sheet that is completed
     when the file is created that serves as a check/reminder to
     document the file with the appropriate documentation.

3.   Training for staff:  It was noted that staff on board at the
     time did not appear to have all the training desirable, any
     recent training experiences, or participate in the Agency
     information exchange opportunities available (eg,
     procurement conferences).  The Performance Standards for all
     staff now includes a critical job element pertaining to self
     development with emphasis on job related training (subject
     to limitations of training and travel budgets), each is
     given the opportunity and encouraged to attend the annual
     procurement conference, and we work with Headquarters
     Procurement Office to bring related training opportunities
     to the Region.

-------
4.   Publication of contract actions:  Open market procurement
     actions in excess of $10,000 were not prominently posted as
     required by the Federal Acquisition Regulations  (FAR).  We
     have limited activity of this nature, but all such actions
     are now posted on a bulletin board in the Procurement area.

5.   Re  j.ew the level of staffing:  The auditor noted an opinion
     that there appeared to be insufficient staffing to support
     the volume of procurement activity.  At the time only one
     Contract Specialist and one Support Assistant serviced the
     needs of the entire Region.  We now have three Contract
     Specialists and one Support Assistant on board.


An EPA Quality Assurance Review, conducted by PCMD during July,
1990, and documented in a memo from David O'Conner dated 8/20/90
identified the following vulnerabilities for which corrective
actions have been taken.

1.   Inadequate sole source justifications and reasonableness of
     price determinations:  Justifications in some instances were
     noted to be inadequate and the files not always documented
     with a determination of price reasonableness.  [See items 1
     and 2 above.]   The present staff and management is acutely
     avare of the sole source issue and have implemented a
     proective approach of involvement (i.e.,  generalists)  with
     initiators to resolve this issue.  All staff on board now
     have been cautioned and refreshed in this area.   The issue
     of price reasonableness has been solved by
     institutionalizing the use of the EPA Form 1900-13 as noted
     above.

2.   No evidence of checking more than one GSA schedule:   Staff
     did riot always perform a price comparison for multiple award
     Federal Supply Schedule purchases.   We have now
     institutionalized the use of the Small Purchase File Check
     Sheet for every procurement activity.  This checksheet has a
     specific item addressing the need to include the evidence
     that a price comparison was done.

3.   Failure to include applicable Labor Standards:  Not all
     service contracts contained the appropriate Labor Standards
     (eg, minimum wages, safe and sanitary conditions, etc.) as
     required under the Service Contract Act.    All service
     contracts over $2,500 now have these provisions included.

4.   Supplemental clauses for purchase orders not used:  The
     majority of files did not contain all the correct clauses.
     As recommended by the auditor, we now have a pre-printed
     check list of clauses that is used in the appropriate
     purchase orders.

5.   No established procedure for closing out small purchases:
     Files lacked evidence of receipt of property and final

-------
     payment in order to effect close-out.  We now have a regular
     process with Receiving and Finance to provide documentation
     that supports the closeout and follow-up on overdue
     deliveries to effect the closeout of delinquent purchases.

6.   Inadequacy of maintenance of small purchase files:  Some
     files were  issing documents or were poorly organized, etc.
     Several steps have been instituted to remedy this situation.
     We now use color coded files for a particular year, the
     files are located where they can be observed, a sign-out
     system is used for files pulled for any reason, a small
     purchase file check list is used to be sure all appropriate
     documentation is filed, and the files are reviewed
     periodically by procurement staff to be sure that they are
     being appropriately maintained.

7.   Blanket purchase agreement deficiencies:   BPA files did not
     always contain adequate documentation.   In some cases the
     files did not reflect the full list of authorized callers
     and some calls were apparently being improperly placed.   We
     now have a single individual responsible  for the periodic
     review and maintenance of the BPA files.   Also,  we maintain
     a current listing of qualified call ordering officials and
     include the appropriate individuals names in the BPA
     agreements   Potential problems are identified early by the
     regular review of the files by the designated staff person
     and monthly coordination with Finance.

-------

-------
Vulnerabilities "that were  identified  in any  internal control
review pursuant to FMFIA requirements during the  last  five years.
Corrective actions initiated or completed to address such
vulnerabilities.  Implementation schedules for anv corrective
actions not vet completed.


1.   In FY'91, the Region  identified  and corrected an  ARCS
     potential weakness,   poorly documented  procedures.  The
     regional PC's and CD's developed six written procedures for
     the management of the ARCS contracts.   (Conflict  of Interest
     and Limitation of Future Contracting;   ARCS Subcontracting;
     Monthly Report and Invoice Review;  Award Fee;  Use of ARCS
     Contractors by BSD;   Work Assignment Initiation and Work
     Plan Approval).

2.   The OIG issued a report of audit findings in February, 1991.
     The audit was entitled "Review of Region I oversight of PRP
     Superfund post-settlement activities",   (#E1SJDO-01-0145-
     1100133, reference item 3 above).  As a result of this audit
     the OIG noted, relative to contracts management, that the
     Region's oversight of its Technical Enforcement Support
     (TES) contractors needs improvement.

     The Region has commtcted to addressing this deficiency in
     the FMFIA Corrective /ction Tracking System,  CATS #92-9.  The
     associated implementation schedule is as follows:

     *    Establish a workgroup to develop guidance on contractor
          oversight....December 1,  1991
     *    Distribute final draft guidance for field testing....
          February 1,  1992
     *    Evaluate results of field testing and modify guidance,
          as appropriate	April 1,  1992
     *    Distribute final guidance and establish a system to
          monitor its implementation	May 1,  1992

     CURRENT STATUS - Schedule is delayed due to the change and
     enlargement in scope to include ARCS contractors  (movement
     of PRP oversight woik from TES to ARCS).  BSD and WMD are
     working together to review ARCS and TES contractors Quality
     Assurance Program Plans,  ARCS Internal  Audits and Contractor
     QA reports.

3.   Audits by the EPA Inspector General and the General
     Accounting Office have identified the lack of Independent
     Government Estimates  (IGEs)  for contractor work assignments
     as a Superfund program weakness.  This problem was further
     identified in a GAO report issued in FY91.  The auditors
     concluded that a process needs to be developed to ensure
     that IGEs are developed for all work assignments in a timely
     manner.

-------

-------
The Region has committed to addressing this deficiency in
the FMFIA Corrective Action Tracking System, CATS #92-10.
The associated implementation schedule is as follows:

*    Establish a workgroup to prepare a plan for the
     development of a system for the generation of
     IGEs....November 15, 199*
*    The workgroup gets input irrom various stakeholders to
     assist in plan development	December 15, 1991
*    The workgroup meets with the Army COE and the Bureau of
     Reclamation to determine what assistance they might
     provide in the development of IGEs...January 15, 1992
*    The workgroup reviews existing cost estimate systems
     for application by the Region....March 15, 1992
*    Develop a pilot IGE generation system..July 15, 1992
*    Finalize/implement the IGE generation system...
     September 15, 1992

CURRENT STATUS - As of 12/31/91 Region appointed an
independent government cost estimator (versus workgroup)  who
has met with various groups (i.e. COE and BUREC).   Per OSWER
Directive 9242.2-06 from Holmes and Guimond,  as of 2/1/92
all work assignments over $25k nust have an IGE.  Region I
is adhering to Headquarters directive utilizing existing
Region I staff, BUREC and COE.  FY92 Regional work is being
prioritized to ensure work is not delayed, due to the
absence of an IGE.  Development of regional pilot IGE
generation system and final procedures are delayed,  pending
availability of IGE coordinator time.

-------

-------
The number of contracts managed bv each office, broken down
according to type of contract, dollar value and purpose  and the
number or procurement personnel, program staff, and  legal  staff
assigned to contracts management.

The following pages provide the above information for individual
contracts in Region I.  Many of these are na4 'onal or zone
contracts.  Where procurement personnel are lasted,  the  positions
are in the region unless it specifically says otherwise.

Listed below are summary statistics on regional personnel  serving
in contracts management functions.


Contracting Officers

There are 10 Contracting Officers in Region I.  Six  are  Regional
Contracting Officers (RCOs) in our Superfund Contracts Office.
The other four serve as procurement officials.

Project Officers

There are 5 people serving as Project Officers.

Deputy Project Officers (DPOs)/Delivery Ordev Project Officers
rPOPOs)

There is one person serving as a DPO and two serving as DOPOs.


Alternate Delivery Order Project Officers (ADOPOs)

There are 18 people serving as ADOPOs.


Work Assignment Managers (WAMs)

There are about 130 people currently serving as Work Assignment
Managers.

Legal Staff

There are three lawyers in the Office of Regional Counsel with
assigned contracts management responsibilities.

-------

-------
                     Region I TE8 Contracts
Number of Contracts

Type of Contract

Total Maximum Dollar Value
Purpose



Number of Procurement Personnel

     Contracting Officer

     Project Officers
2  (Alliance and COM  FPC)

Cost Plus Award Fee  (CPAF)

$30,692,471 Total  ior Alliance
and COM
$26,156,451 CERCLA
$4,536,020 RCRA

To provide Technical
Enforcement Support  for Region
I's CERCLA and RCRA  Programs
1 in Headquarters

1 Zone Project Officer in
Headquarters.

3 Region I Project Officers
1 Region I Deputy Project
Officer
     Work Assignment Managers
56 CERCLA
28 RCRA

-------

-------
              Region I RCRA Implementation Contract
Number of Contracts

Type of Contract

Total Maximum Dollar Value



Purpose
Number of Procurement Personnel

     Contracting Officer

     Project Officers




     Work Assignment Managers
Cost Plus Award Fee  (CPAF)

$27,096,426  (Region  I
1,521,508)
Regions I - V

To provide Technical Support
to  RCRA Region I for the
Base and Corrective Action
Programs
1 in Headquarters

1 Project Officer in
Headquarters.

1 Region I Project Officer

5 RCRA

-------

-------
                           Cincinnati

Number of Contracts                1  (ERG)
Type of Contract                   68-C1-0018
Total Maximum Dollar Value         $30,000,000 (Region 1 buy in)
Purpose                            Graphic Design Services
Number of Procurement Personnel -
     Contracting Officers          Cincinnati
     Project Officers              Cincinnati - Justice Manning
     Work Assignment Managers      1

-------

-------
                        Headquarters  OUST

Number of Contracts                4
Type of Contract                   Headquarters
Total Maximum Dollar Value         $100,000 year / Region I
Purpose                             OUST Program Support
Number of Procurement Personnel -
     Contracting Officer           Headquarters
     Project Officers              Headquarter
     Work Assignment Managers      4

-------

-------
      Region I Alternative Remedial Action Contracts (ARCS)
Number of Contracts
Type of Contract
Total Maximum Dollar Value
Purpose


Number of Procurement Personnel
     Contracting Officer
     Project Officers
     Deputy Project Officers
     RMPs
     Legal Staff
Cost Plus Award  Fee  (CPAF)
$555,992,514
Architectural and Engineering
Services to support  the
Superfund Remedial Programs
(e.g., RI/FS, RD, RA)
6
3
3
42
Provided by HQ OGC

-------

-------
      Region I Emergency Response Service Contracts  (ERGS)
Number of Contracts

Type of Contract




Total Maximum Dollar Value

Purpose




Number of Procurement Personnel

     Administrative Contracting
     Officers



     Deputy Project Officers


     On Scene Coordinators

     Legal Staff
Fixed Rates for Services,
Indefinite Quantity/Indefinite
Delivery with Cost Plus Award
Fee Provisions

$13 Million

Provision of Emergency
Response Services to support
the Regional Superfund Removal
Program
1 (Lead CO for the Guardian
   contract is in Region II,
   Lead CO for the ETI
   contract is in Region III)
14
Legal support is provided by
HQ OGC

-------

-------
                     Site Security Services
Number of Contracts
Type of Contract

Total Maximum Dollar Value

Purpose


Number of Procurement Personnel
     Contracting Officer
     Project Officers
     Legal Staff
Level of Effort, Cost
Re imbursement
$65,340
To provide Security Services
at the Davis GSR Superfund
site in support of the
Superfund Remedial Program
1
1
Provided by HQ OGC

-------

-------
Number of Contracts
Type of Contract

Total Maximum Dollar Value
Purpose
Metcalf « Eddy
         1
         Level of Effort, Cost Plus
         Fixed Fee
         $3,349,050
         To provide technical support
         to EPA Region I for NEPA,
         wetlands, and marine-related
         studies.
Number of Procurement Personnel
     Contracting Officer           1  in RTF
     Project Officers              1
     Work Assignment Mgrs          17

-------

-------
Number of Contracts
Type of Contract
Arthur D. Little
           1
           Level of Effort
Total Maximum Dollar Value
Purpose
Number of Procurement Personnel
     Contracting Officer
     Project Officers
     Work Assignment Mgrs
           $2,991,030
           To provide technical  support
           to EPA Region I for NEPA,
           wetlands, and marine-related
           studies.
          1  in RTP
          1
          4

-------

-------
Number of Contracts

Type of Contract
WCH Industries, Inc.

             1

             Level of Effort
Total Maximum Dollar Value

Purpose
Number of Procurement Personnel

     Contracting Officer

     Project Officers

     Work Assignment Mgrs
            $30,141

            To provide technical support
            to EPA Region I for NEPA,
            wetlands, and marine-related
            studies.
            1  in RTP

            1

            1

-------

-------
                         Tetra Tech Inc.

Region I's Water Quality Branch is overseeing several work
assignments for this contract (#68-C9-0013) managed out of EPA
Headquarters.


Number of Procurement Personnel


     Work Assignment Mgrs          1

-------

-------
                     Battelle Ocean Sciences

Region I's Water Quality Branch is overseeing several work
assignments for this contract (#68-C8-0105) managed out of EPA
Headquarters.


Number of Procurement Personnel


     Work Assignment Mgrs          2

-------

-------
         Zone 1 Technical Assistance Team (TAT)  Contracts
                         Region I Portion
Number of Contracts



Type of Contract


Total Maximum Dollar Value

Purpose
2  Roy F. Weston  (#68-WO-0036)
   Resource Applicatir s, Inc.
   (#68-WO-0023)

Level of Effort, Cost
Reimbursement

$42,987,933

To provide technical
assistance to Emergency
Planning, Response and Removal
programs.
Number of Procurement Personnel

     Contracting Officer           1  in HQ

     Project Officers              1  in HQ

     Deputy Project Officer        1

-------

-------
    Zone l Emergency Response Cleanup Services (ERCS)  Contract
                         Region I Portion
Number of Contracts

Type of Contract


Total Maximum Dollar Value

Purpose
1  OHM Corp.  (#68-01-7445)

Level of Effort, Cost
Reimbursement
To provide Emergency Response
Services to support the
regional Superfund Removal
programs
Number of Procurement Personnel

     Contracting Officer           1  in HQ

     Project Officers              1  in HQ

     Deputy Project Officer        1

     Ordering Officers             14
NOTE:  Four of the Ordering Officers above also are Ordering
Officers on a Region IV ERCS contract with OHM (#68-81-4001).
There is no additional local Deputy Project Officer for the
Region IV contract.

-------

-------
                 Contract Laboratory Program (CLP)
                         Region I Portion

 Number  of  Contracts                 11

 Type  of Contract                   Cost  per Sample

 Total Maximum Dollar Value

 Purpose                            To provide  analytical  support
                                    (sample  analysis)  to Region I.


 Number  of  Procurement Personnel

     Contracting Officer           1  in HQ

     Project Officers               1  in HQ

     Technical Project              1
      Officer


Lab                 Contract Number

ABB Env, ME              68-D2-0025
Aquatec, VT              68-D2-0019
                         68-D2-0021
Ceimic,  RI               68-D2-0021
Eerco, MA                68-DO-0161
IEA, CT                  68-D1-0082
Resource Analyst, NH     68-D2-0026
Skinner & Sherman,  MA    68-DO-0108
                         68-DO-0109
                         68-D9-0088
                         68-D2-0039

-------

-------
          Environmental Services Assistance Team  (ESAT)
               Region I Portion of Zone I Contract
Number of Contracts
Type of Contract
Total Maximum Dollar Value
Purpose
Cost plus Award Fee
To provide analytical, data
review, QA/QC technical
review, and administrative
support tasks for Superfund
and RCRA programs.
Number of Procurement Personnel
     Contracting Officer           1  in HQ
     Project Officers              1  in HQ
     Regional Project              1
      Officer
Contractor
Lockheed Engineering and
 Sciences Co.
Contract Number
68-D1-0158

-------

-------
      Technical Operational Support Services (TOSS)  Contract
                         Region I Portion
Number of Contracts

Type of Contract


Total Maximum Dollar Value
of Regional Delivery Orders

Purpose
Number of Procurement Personnel

     Contracting Officer

     Project Officer

     Delivery Order Project
     Officers

     Alternate DOPOs
Indefinite Quantity/Indefinite
Delivery

$2,502,000
Provision of Data Center, Info
Center, Telecommunications,
CIS Center operations support
and Air, Water, Waste and
Administrative information
systems operation and
maintenance
1
1
1
12
6
in HQ
in HQ
in Region
on Regional
Orders
on National
Orders



Delivery
Delivery

-------

-------
                       Labat Andersen inc.
Number of Contracts

Type of Contract


Total Maximum Dollar Value
of Regional Delivery Orders

Purpose


Number of Procurement Personnel

     Contracting Officer

     Project Officer

     Delivery Order Project
     Officers
Indefinite Quantity/Indefinite
Delivery

$711,000
Provision of Library and
Record Center operations
1  in HQ

1  in HQ

1  in Region
     Alternate DOPOs
5  on Regional Delivery
    Orders

-------

-------
              General Office Services for Region I


Number of Contracts                1    Work Inc.   (Contract
                                        #68000008)

Type  c Contract                   Fixed Price

Total Maximum Dollar Value         $195,148

Purpose                            Provision of general office
                                   services, including mail,
                                   courier and reception

Number of Procurement Personnel

     Contracting Officer           1  in RTF

     Project Officer               1

-------

-------
            Occupational Medical Surveillance Program
Number of Contracts

Type of Contrac
Total Maximum Dollar Value
(Region 1 portion)
Purpose
Number of Procurement Personnel

     Contracting Officer

     Project Officer
1    (Contract #D900256N1)

Fixed Price/Indefinite
Delivery

$133,970

Provision of medical
monitoring and surveillance
service for laboratory and
field workers (required by EPA
Order 1140)
1  in RTP

1

-------

-------
                   Interaction Associates,  inc.

Number of Contracts                1
Type of Contract                   Fixed Price
Total Maximum Dollar Value         $24,990
Purpose                            Provision of strategic
                                   planning consulting and
                                   facilitation services
Number of Procurement Personnel
     Contracting Officer           l
     Project Officer               1

-------

-------
                             Tech Law
Number of Contracts

Type of Contract

Total Maximum Dollar Value
(Region I portion)

Purpose
Number of Procurement Personnel

     Contracting Officer

     Project Officer
approx $150,000
Provision of legal support
services in the development of
Superfund cases (document
review, file preparation,
records management, etc.)
1  in HQ

\  in Denver (NEIC)

-------

-------

-------

-------
                     °-
                UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                          WASHINGTON, D.C. 20460
                                                     U  (I
       WR } o   90            APR   3 1990
                                                        OFFICE OF
                                               SOLID WASTE AND EMERGENCY RESPONSE
MEMORANDUM

SUBJECT: Contract Operations  Review and  Assessment Staff (CORAS)
         Assessment  in Region 1

FROM:    Clem Rastatter, Director
         Office of Program Management

TO:      Merrill Hohman, Director
         Waste Management Division


     As you are aware, an assessment of  Superfund  contract
management activities was conducted by the CORAS office  on
December 18 and 19,  1989.  The purpose of this review was to
assess the usefulness of various products which have been provided
by Headquarters to the Regions, as well  as to identify and discuss
with your staff any  contract  administration problems or  potential
vulnerabilities which may exist.  The purpose of this memo is to
provide you with feedback regarding the  observations and any
conclusions, as appropriate,  which resulted from this visit.

     We apologize for the length of time which has  transpired
between the CORAS office review and the  date of this memo.
However, the intent  of the CORAS office  has been to complete
visits to all ten Regions, in order to determine any overall
trends or issues nationwide,  prior to providing feedback to
Regions individually.  In this manner, the more complete picture
which has been obtained should result in a more meaningful
response.

     In the area of  Headquarters products furnished, we  were
pleased to note your use of the CORAS Bulletin and your  intention
to utilize the model performance standards for Project Officers,
Deputy Project Officers, and  Work Assignment Managers in rewriting
performance standards in the  future.  Our knowledge of which  items
have been most helpful to you should assist us in  directing our
future efforts in the area of guidance to the Regions.
                   APR "i a '90'

-------
                              - 2 -

     We noted a number of contract management areas which we would
consider to be "strengths."  In the ARCS contract area, your
foresight in negotiating "diskette deliverables" from the
contractors is an innovative concept which appears to be working
very well.  The ARCS invoice review procedure whereby the
Remedial Project Managers (RPM's) certify their portion of the
invoice to the ARCS Project Officer (PO), prior to invoice
signature by the ARCS PO, is a good one which should help to
.assure adequate review of contractor costs.  Also, having the
RPM's evaluate contractor performance at this same time (on the
certification form) should provide an ongoing indication of
performance and should facilitate the performance evaluation board
process.

     Your procedure of holding monthly meetings with each ARCS
contractor, to discuss performance and other issues in a timely
manner, is one which we strongly endorse.  In the area of
training, the Regionally developed RPM training seminar is a good
product which conveys to RPM's the basic information which they
need.  The input we received on training ideas in general,
including the concept of shorter training sessions possibly on
videotape, was valuable and will be kept in mind in future
training decisions.

     Additional positive aspects noted were the use of E-mail as a
means of communication, which has been encouraged by the CORAS
office, and the good working relationship with the Regional
contracting officer personnel.  Such a relationship between
program and contracting officer personnel should be an advantage
in addressing contract management issues which concern us all.

     One of the Regional concerns which we discussed was the
computation of the so called PIRS score, which is a primary factor
in determining which ARCS contractor will get new work.  Your
concern that the PIRS considers only technical level of effort
(LOE) and not program management is one which is shared by many
other Regions.  As a result, a task force which includes CORAS
representation has been formed to look into this and other related
issues.  The chairman of the task force, Dave Stutz of the
Procurement and Contract Management Division (PCMD), can be
reached at 382-2314.  You may also provide input to the CORAS
representative, John Comstock, who can be reached at 245-4026.

     Additional concerns such as conflict of interest issues,
contractor indemnification, and decreased workload for ARCS
contractors are concerns which have been expressed by nearly all
Regions, and we are working with other appropriate Headquarters
offices to address these concerns.  We will keep you advised as to
current developments.

-------
                              - 3 -

     Lastly, I believe your staff concurs that having only one
ARCS project officer may be insufficient for adequate oversight
and management of seven ARCS contracts.  At the time of the
review, the PO was being assisted by a Deputy Project Officer
(DPO) and another employee who had recently been detailed to the
Contracts Management Section for 120 days.  While this is
certainly helpful, we would support the assignment of additional
personnel to the ARCS project officer function, and are hopeful
that a way can be found to accomplish this.

     Also, consideration might be given to providing training to
the RPM's in areas such as filling out work assignment forms and
establishing cost and hour estimates for contractor work to be
performed.  (Tasks currently being performed by personnel within
the Contracts Management Section)   This training would preclude
the complete loss of "institutional knowledge" in the event of
turnover in key personnel within the Contracts Management Section.
The CORAS office is available to further discuss this option with
you at your convenience.

     We appreciate the time devoted by you and your staff during
the CORAS assessment.   If you desire to further discuss any of the
above,  feel free to contact Deborah Dietrich or Ken Adams of the
CORAS office at 475-9337.

-------

-------
           REGION X VULNERABILITY ASSESSMENT


Region I had previously identified ARCS Program Management
cost control as a potential vulnerable area under FMFIA.
The following control techniques are in place to ensure the
integrity of the program:

o  RPM, Project and Contracting Officer review of work
plans, budgets, Monthly Progress Reports and invoices.

o  Monthly meetings with each contractor to discuss
performance and progress.

o  Written procedures which establish roles and
responsibilities of Project and Contracting Officers; level
and type of documentation.

o  Performance evaluation process.

Our existing procedures provide close scrutiny of the ARCS
contractors.  The Region has, however,  identified four areas
of vulnerability.  They are the following:

1. Audit and Audit Resolution

   o The Region needs to be snore aggressive about requests
     for audit.
   o DCAA is 3-5 years behind on overhead rate audits,
   o Inability to obtain audits of contractor invoices.

2. Funding

   o The way funds are released leads to a proliferation of
     work assignments and work assignment amendments.
          -Different accounts require the issuance of
           separate work assignments.
          -Incremental funding impacts project planning
           costs.

3. Subcontracts

   o EPA has not audited cost reimbursable subcontracts.
   o Mismanagement of subcontractors can lead to costly
     changes.

4. Independent Government Estimates  (IGEs)

   o RPMs, Project Officers, Contracting Officers review
     contractor prepared estimates but do not generate IGES.
   o Unknown site conditions make it difficult for the
     Government to prepare an estimate at project
     initiation.
   o Lack of Regional engineering estimators.

The Project and Contracting Officers meet on a regular basis
to discuss program improvements in order to reduce potential
vulnerabilities.  The Region is cognizant of the far-
reaching impact of these vulnerabilities and has already
implemented, where appropriate, corrective action.

-------

-------
      \        UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
      ?                    WASHINGTON, D.C. 20460
                                                            OFFICE OF
                                        DEC 0 ft'  91         ADM.N.STRATION

                                                           MANAGEMENT
•W'  *> 7 '.O^'             ULO u fl  *'         AND RESOURCES
MEMORANDUM

SUBJECT:   Special Contract Management Review of the Alternative
           Remedial Contracting Strategy (ARCS) Contracts in
           Region 1

FROM:      David  J.  O'Connor,  Director
           Procurement and Contracts Managemen€ Division (PM-214F)

TO:        Patricia L.  Meaney,  Assistant Regional Administrator
           for Planning and Management
           Boston,  Region 1

           Merrill S.  Hohman,  Director
           Waste  Management Division
           Boston,  Region 1


     In August 1991,  my staff performed a special contract
management review of  the ARCS contracts located in Region 1.  The
purpose of the review was to  determine the adequacy of cost
information supplied  by contractors in their monthly progress
reports and invoices  and to ascertain the level of cost review
and monitoring taking place in the Region.  The review team also
attempted  to  identify the products and results of those
monitoring efforts.   Attached is a copy of their report.  A
summary of the findings and recommendations is presented below.

     As you are  aware, Region 1 has standardized procedures to
obtain information from ARCS  contractors and to monitor
performance and  costs, in both the program and contracting
offices.   Contractors submit  useful information, and the level of
detail in  reports and invoices is generally excellent.  The level
of documentation in files that demonstrates review of reports and
invoices is also excellent.  There are many instances of
questioned, suspended, and/or disallowed costs.  The program
office has initiated  independent tracking systems that assist in
monitoring costs and  performance.  I congratulate your staff on
the quality of contract administration performed.
                                                          Printed on Recycled Paper

-------
                               -2-
     The report contains only one major recommendation, which
concerns reasonableness of other direct costs and travel costs
incurred "nder Program Management.  The report suggests several
methods . r obtaining additional information from contractors
related to those costs so that reasonableness can be monitored.

     This report is issued to help enhance the administration of
contracts within your organization and to improve the overall
efficiency of the ARCS program.  Please provide me within 90 days
of the date of this report a written response identifying any
proposed actions to be taken with a proposed schedule for
implementation.  Should you have any questions, please call me on
FTS 260-5020.

Attachment

cc: Mark Walker

-------
              UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                         WASHINGTON, O.C.  20460
                                                          OFFICE OF
                        QCD ?7 199!                      ADMINISTRATION
                        wUi  *• '                          »un Deem irv»cc
                                                        AND RESOURCES
                                                         MANAGEMENT
MEMORANDUM
SUBJECT:  Special Contract Management Review
          ARCS Contract?, Region  1, Boston
          Q*^^
         .XJene V. Ra
FROM:    .XJene V.  Rasberry,  Team
         '-^Procurement Policy Staff

THRU:     Belle N.  Davis,  Directo
          Policy and  Management

TO:       David J.  O'Connor,  Director
          Procurement and  Contracts Management Division


I.  SCOPE AND OBJECTIVES OF  REVIEW

     We have completed the special contract management review of
the Alternative Remedial Contracting Strategy (ARCS)  contracts in
Region 1.  We performed the  review at your request to determine
the adequacy of cost  information supplied by contractors in their
monthly reports and invoices and to ascertain the > level of cost
review and monitoring taking place in the Region.  We also
attempted to identify the  products and results of these
monitoring efforts.

     The review team  examined all pertinent documents for the
first six months of all Region 1 ARCS contracts and a random
sampling of the remaining  documents.  These included monthly
reports, invoices,  review  forms, and other general
correspondence .

     During the week  beginning August 12, 1991, Marilyn Torpey,
Suzanne Matsumoto,  Tom Caffrey, and I reviewed the Region's
management of seven ARCS contracts.  The reviews included file
reviews, interviews with the Regional Contracting Officers
(RCOs) , Regional Project Officers (RPOs) and staff, and Remedial
Project Managers  (RPMs) .   The team held an entrance conference
with Region 1 personnel on August 12.  To accommodate Region 1
personnel schedules,  the team conducted an exit conference on
August 15 and completed reviews on August 16.
                                                           Printed on Recycled Paper

-------
                               -2-

     The team reviewed the following contracts:

     Ebasco Services, Inc. (Ebasco)           68-W9-0034
     NUS Corporation  (NUS)                    68-W8-0117
     Roy F. Weston, Inc.  (W'  ton)             68-W9-0018
     TRC Companies, Inc.  (TRC)                68-W9-0033
     Metcalf & Eddy (M&E)                     68-W9-0036
     COM Federal Programs Corporation  (CDM)   68-W9-0045
     Arthur D. Little, Inc.  (ADL)             68-W8-1202

II.  FINDINGS

     A.  MONTHLY INVOICES AND PROGRESS REPORTS

     Invoices and progress reports cover identical one-month
periods (consistent with contractors' billing periods) and are
submitted at the same time to both the RPO and RCO.  All ARCS
contractors follow basic formats for invoices and progress
reports.

          1.  Contract Requirements

     All Region 1 ARCS contracts contain the standard Submission
of Invoice clause (EPAAR 1552.232-70),  the Prompt Payment clause
(FAR 52.232-25), and Reports of Work attachment.  However, in an
effort to obtain more useful and detailed information, RCOs
provided contractors with revised sample invoice and report
formats at individual post-award meetings.  They previously
notified the contractors of that intent during negotiations and
indicated at that time that the revised formats would require no
more effort than the standard reporting requirements contained in
the solicitation and resulting contract.

     The CDM, TRC, and Weston contracts were later modified to
incorporate these requirements.  NUS, M&E, ADL, and Ebasco
contracts were not modified; however, these contractors are using
the revised formats.

          2.  Level of Detail in Invoices

     Invoices in each Region 1 ARCS contract contain a contract
summary page that includes current month and cumulative hours and
costs expended.  They also contain similar summary pages for
Program Management (PM), Remedial Planning, and each site-
specific work assignment.  Invoices also break down labor hours
by professional and technical level for the prime contractor and
for each subcontractor for the current month and cumulatively for
the contract to date.  All invoices include the categories shown
below:

-------
                              -3-

      1.  Labor
      2.  Overhead
      3.  Other Direct Costs  (ODC)
      4.  Travel
      5.  Field Equipment  (with EPA Fo* u 1730-1)*
      6.  Mobile Lab*
      7.  Team Subcontractors
      8.  Pool Subcontractors
      9.  Pollution Insurance
      10. Lab Services
      11. Computers*
      12. G&A
      13. Base Fee
      14. Award Fee

 * Not applicable to site-specific work assignments

     All contractors provided at least the required basic
information.  Some contractors, however, provided additional
data.  Ebasco provided a breakdown for ODC but occasionally had
generic titles such as "other services" which could not be easily
identified.  NUS broke down labor by individual employee and
provided detailed listings of ODC (brth for Program Management
and Remedial Planning), such as nunoer of packages sent by
express mail and quantity and cost for reproduction.  NUS also
listed travel charges by employee name.  He found that other
contractor files reviewed (Weston, TRC, M&E, CDM, and ADL) did
not include supplemental information for charges listed under ODC
and travel.

          3.  Level of Detail in Monthly Reports

     Monthly Progress Reports for each Region 1 ARCS contract
contain three parts:  an executive summary, a program management
summary, and a detailed site specific report for each work
assignment.  Copies of the monthly progress reports are sent
simultaneously to the RCO, the RPO, and to the EPA Headquarters
Coordinator.  The RPO distributes Sice Specific Progress Reports
to the responsible RPM.  Contractors send a copy of the
corresponding monthly invoice with the RCO's and RPO's copies of
the reports to help to expedite review and approval of monthly
invoices.

     The Executive Summary contains a brief description of
overall contract progress separated into technical, financial and
subcontracting sections.  The technical section addresses Health
and Safety, Quality Assurance, Contract Administration, Field
Equipment, and other activities in Program Management as
well as key activities on work assignments.  In the financial

-------
                           -4-

section, the contractor completes various detailed tables
depicting approved, actual, and variance amounts for LOE hours
and dollars, program management costs, and pool subcontract
costs.  Additionally, the financial section includes a narrative
that highlights any areas of concern as reflec' «d on the
financial tables included in the report and explains any
variances in LOE and funding.  An expenditures forecast for
Program Management for the next three months is included.  The
subcontracts section includes a summary of subcontract awards,
planned versus actual costs in accordance with the approved
subcontracting plan, and pool subcontractor activity in terms of
dollars available versus dollars expended.

     Each site-specific report appears in order of work
assignment issuance and includes a technical and financial
summary.  The summary of technical activities includes highlights
of progress and problems; a summary schedule by task shoving
planned, revised, and actual start and completion dates; and a
summary for non-Contract Laboratory Program (CLP)  laboratory
analyses.  The financial summary is similar to the overall
progress summary with an expenditure forecast for six months.
Site-specific reports include a narrative summary of the
technical activities of the pool subcontractors.  A summary that
addresses cost data, approved budget, cumulative actual costs,
estimated cost at completion, and variance for LOE and dollars is
also included.

     Contractors are encouraged to use bullet format in progress
reports.  They were instructed not to repeat information for work
assignments in the main report or repeat previous
accomplishments.  These suggestions make the progress report less
voluminous and easier to read.

     B.  TYPE AND LEVEL OF REGIONAL REVIEW PERFORMED

     All RCOs and RPOs monitor performance and costs in
accordance with procedures formalized in a Memorandum of
Understanding (MOU) dated July 9, 1991, which sets forth
responsibilities of the RPOs, Deputy RPOs, RCOs, and Contract
Specialists and establishes procedures for review of invoices and
monthly reports.  Attached to the MOU are forms to be used by the
parties to document review.  Another MOU establishes procedures
for initiation of work assignments and work plan approval.

          1.  Regional Contracting Officer

     The RCO receives a copy of.the monthly report and invoice
for independent review and evaluation.  He/she documents the
review on the Contracting Officer Review Monthly Progress Report

-------
                           -5-
                                                                          t

and Invoice form.  Documentation includes comments and actions
taken for both the monthly progress report and the invoice.  The          I
cognizant RCO also dates and initials the monthly reports to              I
document review.  If a problem exists on the invoice, the RCO             j
coordinates with the RPO and notifies the contractor, i  writing,         '
to show cause and correct any mistakes and/or deficiency.
Generally, corrections occur before payment is made.  Costs are  .         j
suspended until the contractor satisfactorily justifies charges.          j
In some cases, the charges are disallowed.                                ;
                                                                          t
          2.  Regional Project Officer                                    '

     The review team examined pertinent documentation maintained
in the program office and were impressed with the high quality
displayed.  The RPOs receive complete copies of the invoices and
monthly reports.  They perform a detailed review and complete the
Project Officer Review form, which allows comments for invoiced
PM and Remedial Planning costs, invoiced equipment, PM
activities, total PM hours expended, PN travel, subcontract               ,
costs, and general comments.  The RPO works closely with the RPM          ,
to ensure reasonableness of technical work performed.  The RPO is
also responsible for distributing a Remedial Contract Strategy
Monthly Progress Report to the cognizant RPM for overall
performance review and comment.

          3.  Remedial Project Manager

     As indicated above, the RPM receives a site-specific
evaluation checklist which is used to review performance,
technical competence, resource utilization, etc.  The RPM then
indicates on the checklist whether enough progress has been made
during the period to support payment.  The document is then
returned to the RPO within three days for action and filing.

          4.  General

     The review team unanimously agreed that the overall level of
review and documentation by Region 1 personnel is excellent.
However, it is not apparent whether ODC and travel costs for
Program Management are being monitored extensively.  With the
exception of NUS, little supplemental Program Management
information is supplied by the contractors in the monthly reports
and invoices.  Generally, ODC and travel charges for Program
Management are not excessive, averaging $1,000 per month per
contract.  RPOs rely on RCOs to track Program Management ODC and
travel costs.  The RCOs stated that they monitor those costs on  a
month-to-month basis and would question costs only if something
out of the ordinary appears; i.e., the amount of ODC increases

-------
                            -6-

substantially from one month to the next.  RCOs monitor travel
only to ensure that prior approval was obtained.

     It is difficult to monitor ODC and travel for Program
Management.  Although work plans for work assignments contain
breakdowns for ODC and travel, the only breakdown for those costs,
in Program Management is in the preaward Summary of Negotiations.
To improve monitoring in travel costs, the Region recently
established procedures that require contractors to obtain prior
approval for all travel.  Justifications and estimated costs can
be reviewed prior to incurring costs.

     File documentation for increasing Program Management ODC and
travel ceilings fully supports the need for additional funding.
However, the basis for determining the amount to be added was not
apparent.

     C.  PRODUCTS/RESULTS OF REGIONAL REVIEW

     Region 1 personnel consistently complete review forms fully.
They take advantage of each "Comments" section and document
reviews and actions taken.  The contract files also contained
sufficient examples of disallowed or deferred costs for the
review team to determine that Regional personnel are
conscientious about keeping costs down.  RCOs requested each
contractor to monitor Program Management costs closely and keep
them to a minimum level.

     The random review of file documents revealed that both RCOs
and RPOs question costs.  The files contain evidence of actions
taken.  For example, under the Ebasco contract, the RPM sent a
detailed memorandum to the RPO questioning the January 1990
invoice.  Areas requiring closer review included use of labor and
charges for telephone, reproduction, shipping, word processing,
and miscellaneous expenses.  After reviewing the April 1991
monthly report and invoices, the RCO questioned the RPO about
seemingly high consultant charges, charges for a business
luncheon, and an unexplained charge for "statistical charges."
As a result, the RCO questioned the contractor in writing.  The
Contractor responded by removing erroneous charges for the
luncheon and provided supporting documentation for the other
questioned costs.

     Under the CDM contract, the RCO annotated Invoice No. 15
that an equipment charge  ($75.50) was  incorrectly charged to a
specific site and would be credited and transferred to Program
Management.  The RCO noted on another  invoice that $479.13 was
removed because the contractor exceeded the expenditure limit on
a work assignment.  Under the Metcalf  & Eddy contract, the RCO

-------
                            -7-

 noted that the monthly progress report adequately described the
 progress  that  month  and that  field equipment charges were for
 properly  authorized  equipment purchases.  Under the Arthur D.
 Little contract, the RPO questioned the contractor's allocation
 of  costs  to site-specific work assignments and required the
 contractor to  reallocate them properly to PM.  The RPO also
 required  the contractor to  split prime dontractor and
 subcontractor  hours  on the  invoice, which was indicated as
 critical  to develop  the award fee pool.

 III.   RECOMMENDATIONS

     A.   RCOs  must increase their efforts to assure that ODC and
 travel costs for Program Management are reasonable and allowable.
 To  provide a means to assure  that those costs are reasonable and
 allowable,  RCOs should consider requiring contractors to provide
 detailed  breakdowns  of all  ODC and travel costs.  However, to
 achieve a balance between time-consuming "cost incurred1* audits
 and incurring  additional costs for contractors to provide more
 extensive reports, RCOs should consider the following:

     Require contractors to provide detailed data if charges
     appear for items not agreed to in negotiations.

     Establish what  constitutes "unusual11 charges, and require
     contractors to  expand the narrative portion of reports to
     discuss those charges.

     Consider the feasibility of randomly selecting months in
     which  contractors must provide additional detailed data on
     all  charges or  on specific categories such as ODC and
     travel.

     B.   RCOs should include the basis for the amount of
 increases  in the rationale  for raising ODC and travel ceilings.

     C.  RCOs should consider incorporating requirements for
 submission  of  invoices and  reports into those contracts that have
 not been  so modified so that there is no possibility of a
 contractor's refusing to provide additional information in the
 future.

 IV.  OTHER  COMMENTS

     The  team commended the initiatives of both program and
 contracting personnel in Region 1 to ensure that all ARCS
 contracts  are properly monitored.  Especially noteworthy is the
manual  of procedures developed and used by contracting personnel
 and the MOUs for overall monitoring and work assignment
 procedures.  The program office also prepares various automated
 reports to  track trends among the ARCS contracts in the Region.

-------

-------
           UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                             REGION I
______   JOHN F... _IOBNNBD¥ FEDERAL, BUILDING^ BOSTON, J«A 02203-2211

 MEMORANDUM

 DATE:     January 16,  1992

 SUBJECT:   Special Contract Management Review of the ARCS
           Contracts in Region I

 PROM:     Hilary E. Kelley,  Chief^/^W/ £  ^iittLsJ. - •
           Superfund Contracting Sectiony        \J

 TO:        David Zeni                  *
           Joshua
           Kathleen
 Reference is  made to the Special  Contract Management Review of
 ARCS  Contracts  in Region I which  was  forwarded by memorandum
 dated November  27,  1991.

 The following action is  to be  taken in  response to the
 recommendations proposed by  the review  team:

 Recommendation  A;   RCOs  must increase their efforts to assure
 that  ODC  and  travel costs for  Program Management are reasonable
 and allowable.

      Action Taken:   RCOs are to take  special care when reviewing
      their contractors'  invoices  to assure that they and the
      Project  Officers have complete understanding as to the costs
      being incurred against  the various ODC cost centers which
      differ from those agreed  to  in negotiations.  Clarification
      from contractors should be obtained if necessary.

      RCOs are to review  their  contractors' monthly reports to
      assure that the Program Management summaries adequately
      document costs associated with travel and any significant
      ODC.  The  need for  contractors to  provide more detail in
      their monthly reports should be  discussed with the Project
      Officers.

      RCOs are to randomly select  four months in which contractors
      must provide additional substantiating data on ODC and
      travel charges. The months  selected should be discussed and
      agreed upon with the Project Officers.  The contractors
      should have no advanced knowledge  for which months data will
      be requested.   A brief  memorandum  to the file documenting
      which invoices have been  agreed  upon should appear in the
      invoice  file.

-------
Recommendation B;  RCOs should include the basis for the amount
of increases_in the rationale for raising ODC and travel
ceilings.  "             "   ~      ~               —   ~  -	

     Action;  RCOs are to document their rationale for raising
     ODC and travel ceilings.  A recommendation from the Project
     Officers shall be obtained prior to raising these ceilings.
     Documentation should appear as part of backup to the
     modification involved.

Recommendation C;  RCOs should consider incorporating
requirements for submission of invoices and reports into those
contracts that have not been modified so that there is no
possibility of a contractor's refusing to provide additional
information in the future.

     Action;  No action needs to be taken at this time except at
     the discretion of the individual RCO.  I consider the
     requirements for submission of invoices and reports are
     adequately covered by the contract document as it was
     awarded.   Their formats are administrative in nature and
     often minor changes are necessary; modifying contracts for
     every such change would be needlessly time consuming.   The
     contractors have no basis for refusing to provide
     information to substantiate their incurred costs.

These recommendations were discussed with Maggie Leshen,  Chief,
Contracts Management Section, Waste Management Division and she
concurred with the course of action.

If there are any questions, please see me.

cc:  A. Fitzgerald

-------

-------

-------
                     UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                                     REGION II
•v
 '   DAT!:   MAP 2 7 1992

 SUBJECT: Contract Management Review

        Constant in« Sirtawon-Ertmtoff X
        Regional Administrator      Ls

     TOi William K. Reilly
        Administrator


        In response to your request for a review of the strengths and
        weaknesses of the Agency's contract and project management
        efforts, I have undertaken a comprehensive review of all of
        Region II*s contracting activities.  I an pleased to report that
        we have already initiated a series of activities designed to
        reinforce our strengths and safeguard our resources from
        potential misuse.  I share your concern with respect to the
        matters raised in recent hearings and agree that all contractual
        relationships warrant attention.  Given the brief tine frame in
        which our response has been prepared, we would describe our
        activities as part of a continuing regional improvement program.
        This report builds on the region's previous experience and
        reviews,  and identifies the steps already in progress to
        strengthen our management practices.   We intend to develop this
        effort more fully in the months to come and will be pleased to
        provide you with more detailed reports in the future.

        To begin with,  we have responded positively to the directives
        outlined in Christian Holmes'  memo of February 28.  I have
        designated Herb Barrack, Assistant Regional Administrator for
        Policy and Management, as the region's senior Regional
        Procurement Officer.  I heartily support the establishment of
        this function at the regional level and look forward to working
        out details of the responsibilities attached to this position
        and the resource implications inherent in their execution.  It
        will also be essential to outline carefully the roles of
        regional and headquarters procurement officers in order to
        achieve maximum benefit from this enhanced oversight function.
        To this end, we applaud the creation of OARM's Office of
        Acquisition and Assistance Management and anticipate continued
        close working relations with the Procurement and Contracts
        Management Division (PCMD).

        Although our formal evaluative process is still in an early
        stage of development; at this point we have compiled preliminary
        information from senior managers.  In general, this expedited
        initial review of regional contracting activities reaffirmed my
        conviction that in Region II there is an awareness, a sense of
        responsibility, and above all a linkage to senior management
        with respect to the conduct of contractual activity.  We have
        noted a number of areas where strengthening and modification of
        current regional practices are warranted and steps have been
        initiated to address theee concerns.  In order to bring about
  REGION II FORM 1WO-1 (»/«3)

-------
 the kind of  improvements you are encouraging throughout the
 Agency, Region II  in actively engaged in the following
 endeavors:

 *    To ensure adequate oversight of ARCS contracts,  we have
     established an interdisciplinary team of regional
     specialists to conduct on-site reviews of Other  Direct Cost
     (ODC)  documentation.   This team brings expertise in audits,
     contract management and finance to  the task of ascertaining
     compliance with EPA regulations,  while verifying the
     allowability,  allocability and reasonableness of OOCs
     invoiced under the Superfund remediation program.   To date,
     reviews  of three of the region's six ARCS contractors have
     been conducted,  with the three remaining reviews planned for
     later  this fiscal  year.  These efforts are being coordinated
     with PCMD in Headquarters,  from which we recently received
     detailed guidance  on the implementation of this  initiative.
    Any findings resulting from our reviews will be  addressed,
    where  appropriate,  by  regional  contract officers in
    coordination with  PCMD.

»    In  response  to the January  10,  1092,  nemo  from OSWP.R and
    OAKM,  Region XI  established its own ARCS Management Team in
    February 1992.   This action proceeds  from  the recommendation
    of  the ARCS  Task Force that such Regional  Management Teams
    b«  established to  evaluate  and  suggest further improvements
    to  the ARCS  management process.  The  Region II team is
    composed of  representatives from the  Emergency and Remedial
    Response Division,  the Environmental  Services Division,  and
    the Office of  Policy and Management.   Members of the team
    will also serve  on the Regional Performance Evaluation Board
    for ARCS,  thereby  utilizing their expertise and  knowledge of
    ARCS operations  in the region.

*   Herb Barrack,  in his capacity  as Senior Regional Procurement
    Officer, has begun to  issue a  series of advisory nemos to
    the Divisions.  The first  of these, dated March  12, was an
    announcement of  refresher  training  seminars in contract
    management.  All regional  staff having any role  in contract
    management or  oversight are required to participate in these
     seminars,  which are being  held now  through the beginning of
    April.  This training  is in addition to the standard courses
     already  offered in Contract Administration, Project Officer
    training and the RecertiMeation Refresher program.  As an
    attachment to  the  March 12  memo,  your memo of April 17,
     1990,  on contracting and accountability was redistributed,
    and managers were  requested to review with their staffs the
    appended lists of  prohibited contracting practices and
     activities of  potential vulnerability.

»•   A second advisory  memo, dated  March 23, reiterates ways to
     avoid  "personal  service" relationships with EPA  contractors.

-------
 It  clarifies  such  relationships  for  any  employees  who  may
 have been  uncertain  about  the  nature of  these  contacts.
 Furthermore,  it requires that  all  future procurement
 requests originated  in the region  (regardless  of where the
 contract itself is managed) must be  countersigned  by the
 Senior Regional Procurement Officer,  and mandates  the
 wearing of distinctive contractor  ID badges by all on-site
 contractor staff.  The March 23  nemo also includes a list of
 contractor management practices  that are prohibited
 expressly  because  of their tendency  to create  personal
 services relationships.

 Our Emergency and  Remedial Response  Division is currently
 reviewing  the impact of CHjM Hill's involvement in  Region
 II'B Superfund program.  Staff have already prepared a fact
 sheet based on the results of a recent GAO audit of the
 firm's overhead rate.  In Region II, Hill was a prime
 contractor under REM IV (which expired in November 1990),
 under which the firm invoiced more than $10 million between
 1985 and 1990.  This work has not yet been audited, although
 we understand that the OZG has just undertaken an audit of
 CHjM Hill.  The firm  is currently a Region II subcontractor
 under Malcolm Pirnie, where it is participating in five work
 assignments.

We note that the OIG draft audit of Computer Sciences
 Corporation (CSC)  contract management made a number of
 references to possible irregularities in contractor billing.
 As detailed in Region II's FY-91 Assurance Letter, prepared
 in compliance with the Federal Managers* Financial Integrity
 Act (FMFIA),  we have taken steps to  strengthen internal
 controls in this regard.   During the past year, Superfund
 and financial staff have devoted extensive efforts to
 improving  the level of invoice reviews conducted by regional
 project officer* on Superfund contracts.  This has included
 training sessions  and written guidance for project officers.

 Additional steps have been taken to  assure that on-site
 contractors are easily distinguishable from EPA personnel.
 All contractors have had GSA-iesued  building passes with
 photos for many years.  Recently,  when GSA ceased  to issue
 these passes, we decided to replace  them with  our  own
 identification badges.  These badges are for all on-site
 contractor personnel, who  are required to wear them at all
 times when in EPA  Region II office space.  All CSC employees
 have nameplates prominently displayed in each  office or work
 station.   These bear the CSC name  and corporate logo and
 clearly identify the contractors as  CSC  employees.  He are
 requiring  all other on-site contractors  to do  the  same.

-------
»•    We have always had distinct areas for CSC employees in our
     physical space, and hav« avoided to the fullest extent
     possible the intermingling of EPA and contract employees.
     Space has Always been a problem, however,  and this has
     limited our ability to create optimal work station
     arrangements for all concerned.   For this reason,  we have
     submitted specifications for the space we will occupy in the
     new federal building,  now under  construction,  to provide
     separate and clearly identifiable areas for contract
     employees.

»    As part of  our review of contract management practices,  we
     are developing a comprehensive regional inventory  of all
     contracts for which we have any  oversight  responsibilities,
     together with a directory of divisional project and contract
     officers and their respective training and certification
     status.

The above list of key actions taken,  or currently in progress,
is by no means exhaustive of the region's efforts to enhance its
contract management oversight.  We are also continuing  to
examine, in a more in-depth fashion,  all aspects of regional
contracting practices.  To that extent, I oannot conclusively
assure at this juncture that further  review will not identify
other areas needing attention.

In the couree of our regional assessment, we identified several
critical contract management issues of national scope that must
be addressed at the Headquarters level.  I have provided as an
attachment to this memo case examples that speak to these
issues.  Several additional items are also described belowt

»    One key recommendation we are making is that the Agency
     provide resources and delegate authority to establish a ooet
     and pricing capability in the regions.  Regional capability
     in this area is inadequate, and  it is worth noting that most
     agencies with large contracting  responsibilities provide
     this kind of analytical strength to their contracting
     staffs.   While such capability exists in PCMD, there are not
     enough personnel available to provide such analysis to
     Headquarters, let alone the entire Agency.  The quality of
     EPA's contract management would  be measurably enhanced if
     regions had readily available expertise to assure  that
     contract procurement and oversight is based on accurate and
     timely cost analysis.   These staff would perform reviews of
     contractor-submitted work plans, independent government cost
     estimates which are the basis for the negotiation  of work
     plans and budgets, and construction change orders.  They
     would also review delivery orders, check invoice-supporting
     data on an ad hoc basis and assist in negotiations with
     contractors.

-------
     Currently, regional project officers servo as scle reviewers
     on cost and pricing issues but generally lack the necessary
     professional financial skills for this task.  With the
     proposed implementation of the Superfund Long Tern
     Contracting Strategy (LTCS),  which would delegate
     significant new contract authorities to the regions, having
     this evaluative capability in each regional office will
     become even more critical.

 *•    There is no single, reliable and up-to-date source of
     information on which Agency contracts are providing which
     services,  to whom,  and where.   It often can be difficult for
     local staff even to identify  the scope of work and the
     contracting/project officers  on a given contract.

 »    Contract regulations and guidance,  program policy issuances
     and other  pertinent guidelines are not consolidate/I or
     organized  in a readily accessible manner.   This  i«
     especially critical in the Superfund program,  where there is
     a  wide variety of contract management guidance,  including
     OSWER Directives and Memoranda,  CORAS Bulletins,  and LTCS
     Implementation Plans.

 *    Feedback from regional  managers  indicates  that the Agency's
     current project and contract officer training  programs are
     missing the mark in terms  of their  ability to  impart a
     thorough understanding  of  the  legal and technical
     requirements and responsibilities of these positions.   When
     so many trained individuals are  found to be lacking in
     skills needed for quality  contract  management, the fault is
     certainly  not in the trainees' capacity.   We believe that
     the content of the  training courses may be entirely
     appropriate,  but would recommend a  careful review of the
     training designs being used and  the classroom  methodology
     that is being applied by the  instructors (who  in most cases
     are themselves contractors).   Perhaps the  training could be
     augmented  with a one-day session, presented by EPA
     employees,  on CO/PO responsibilities as they relate to
     management and oversight of oontraots.

The past several fiscal years have brought about a significant
 increase in the Agency's programmatic responsibilities, with the
advent of heightened public interest in environmental protection
and the resultant expansion and reauthorization of legislation.
At the same time, there has been no proportionate growth in the
resources  (i.e., EPA work/ears) that are essential for assuring
effective internal controls and management oversight.  These
resources include not only the workyears identified for
management of contracts, finance,  grants and audits,  but program

-------
 vorkyears as well,  which would  enable EPA staff to devote the
 time needed to assure  effective control*  are  in place.

 Thi* situation can  only  help to perpetuate the  low priority that
 management issues appear to occupy within the Agency's  culture.
 We are anxious to identify ways to enhance employee awareness of
 the  importance of quality contract management practices and the
 need for  strong internal controls, but our ability to do  so when
 faced with inadequate  budgetary support is severely
 compromised — training,  heightened awareness and  other non-
 resource  demanding actions can  only go so  far.   It  is
 inconceivable  that our goals could be accomplished without  the
 dedication  of  additional  resources.  I recognize the sensitivity
 of resource  issues, particularly in this difficult federal
 budget climate.  But in the absence of budgetary relief, our
 discussions  of reform are unlikely to result  in permanent
 change.

 In the brief time available to respond to your March 10 memo, I
have summarized a series of past, present and future activities
that are designed to strengthen contract management practices
throughout Region II.  At the same time, I have presented a
number of concerns that relate to national policies or areas
outside the control of an individual region.   These issues will
no doubt be assessed in the context of the larger Agency-wide
review of the strengths and weaknesses of our ourrent contract
and project management efforts.

I look forward to discussing these important natters with you
and the Agency's senior officials at our April 2 meeting.

Attachment

cc:   P. Henry Habicht n
     Deputy Administrator

     Christian R. Holmes
     Acting Assistant Administrator,  OARM

-------
                           Attachment
          Bristoff to Reillyt Contract Management Review


                           CASE  EXAMPLES


 1.  Audit Backlog and Associated coat Review issues

 Issue
 Recant audits have amply demonstrated the need  for  prompt  and
 comprehensive auditing of  coat  contracts.   Reliance on  outcide
 cognizant audit  agencies places EPA  at a serious disadvantage in
 securing timely  audit* in  view  of the many  competing requests for
 such audits.  That being the case, our Agency hae to secure
 alternative mechanisms to  insure that substantive reviews  are
 conducted within a reasonable timeframe.

 The GAO  audit of CHjM Hill, for  instance,  revealed  numerous
 questionable book-keeping  practices.  The GAO found that CH2M
 Hill *e indirect  oest rate  included unallowable charges  such as
 liquor,  spousal  travel, parties, and  aircraft rental.   Most
 disturbing was the fact that CH,M Hill was  last  formally audited
 in  1986.

 Indirect  Costs are normally expressed as a percentage of direct
 labor costs and  reflect the reasonable and customary costs of
 operating a business.  This cost rate is established as part  of
 the original contract and  is normally audited by outside agencies
 (principally DCAA) to insure that this approved rate remains  a
 reasonable and appropriate overhead cost for the contract.

 The lack  of timely auditing of  even our largest cost contractor
 is unfortunately a characteristic problem rather than an
 exception.  Major audit backlogs have seriously weakened Agency
 oversight on all our cost contracts.  The Agency has attempted to
 deal with this serious problem  by establishing an in-house EPA
 review function  in the Procurement and Contracts Management
 Division  (PCMD).  There are, however, only  three financial
 administrative contracting officers  in PCMD.  Given the size  and
 scope of the Agency's many large cost type  contracts, additional
 resources are clearly required.

 A related area of weakness on our cost contracts involves
 other direct eosts (ODC).  These are  specific expenditure  items
 billable under the contract.  There are several weaknesses
 associated with the current ODC situation,  but the major problem
 steins from the inadequate documentation submitted with  invoices.

Contracting/project officers and work assignment managers  can
only review the documentation submitted.   While current invoices
all meet basic FAR requirements, a much greater level of detail

-------
would be required to provide a high degree of certitude that all
questionable cost* are caught prior to payment.  The lack of
adequate documentation in submitted invoices is compounded by the
absence of uniform categories and presentation formate to
facilitate a quick assimilation of the financial data provided.

Even for the limited information provided, sufficient staff tine
is essential for the contracting/project officers to review and
research invoices.  This is generally not available due to
staffing shortages and the tight review limits imposed by the
Prompt Payment Act.  Although the greatest amount of
documentation is available at contractor hone offices,  this
documentation is often inaccessible due to limited staff and
travel resources.  Even where questionable cost items are found/
the reviewer now lacks the necessary quick-turnaround audit/cost
advisory support to follow up on leads and detect patterns of
fraud,  waste and abuse.


Recommendations

  o  EPA must find a way (or an alternative)  to insure  that its
     contracts are audited in a timely manner by cognizant audit
     agencies.  This audit oversight should also be supplemented
     by PCMD cost analysis staff.   The in-house cost reviews
     performed by this staff will  require more FTES, greater
     travel resources and structured Agency guidance to
     facilitate such reviews.

  o  A permanent regional cost analysis capability should be
     established to perform reviews of the financial aspects of
     work plans, check invoice supporting data, independent
     government cost estimates, statements of work, construction
     Change orders, definitiation of ERGS delivery orders, and
     assist in negotiations.  This function would be staffed by
     experienced financial and technical analysts and would
     operate in a similar manner to cost analysis units in many
     agencies.

  o  The Agency should accelerate its efforts to secure detailed
     invoice backup and a standard format for cost data
     presentation.  We understand that to date these efforts have
     been hampered by problems such as different vendor cost
     accounting systems, computer capabilities, and the expense
     of EPA mandating changes over and above the FAR
     requirements.

  o  The Prompt Payment Act requires COs and POe to quickly
     process invoices under penalty of interest.  Additional
     resources will be needed to provide more comprehensive
     reviews in the time allotted by these regulations.

-------
 2.  Environmental service* Assistance Team (ESAT)  contracts

 The ESAT Superfund laboratory support contract is a complex,
 multifaceted contract which places many contract  staff on EPA
 premises.   Its  general statement of work covers analytical and
 technical  service* in EPA laboratories and mobile labs,  data
 review and QA/QC service*,  and a general logistical and
 administrative  support category.   This contract has become
 integral to the operations of many BSD laboratories and Superfund
 program division* as  a principal  conduit for samples for contract
 Laboratory Program (CLP)  laba.

 Issue
 This contract bears certain similarities to the esc mission
 support contract that  has  provan  so  susceptible to  criticism  in a
 recent IG's  report.   It has a  high degree of vulnerability in the
 area of personal  services  because of the on-site  nature  of much
 of  the services provided,  its  use of EPA laboratories and
 equipment, and the similarity  between  the duties  of  its  staff and
 those  of existing Agency personnel.  PAR 37.104 (d)  lists  six
 elements that should be used as a guide  in determining whether or
 not a  contract  is personal  in  nature.  When the ESAT contractor
 utilizes EPA laboratories alongside Agency chemists  on the same
 shift,  at  least  five of the criteria for personal services appear
 to  be  met and the sixth is highly dependent on the continuing
 vigilance and oversight of  EPA project management staff.

 The six elements  are:   (1)  performance on cite, (2)  principal
 tools  and equipment furnished  by the Government,  (3) services are
 applied directly to the integral effort  of agencies  or an
 organizational subpart  in  furtherance  of assigned function or
 mission, (4) comparable services are performed  by civil  service
 personnel,  (5) need for services exist for more than i year,  and
 (6) the inherent nature of  the service requires Government
 supervision/direction.

 Recommendations
 In  Region  II various safeguards are  in place.   The  EPA  project
 officer deals with the contractor team leader through written
 directives.  Each activity  supported by  ESAT has  an EPA  person
 who oversees the  ESAT performance of the activity and works
 through the project officer to get tasks assigned or modified.
All ESAT contractors are provided office space  not  contiguous to
 any office space Utilized by EPA personnel.  When present  at  the
 facility, all contractors wear clearly identifiable badges.

We recommend that these types  of procedures be  mandatory for  the
 ESAT contract.  Wherever possible, contractor use of  the BSD
 laboratory should be further segregated  through use of  a
different shift for contractors.

-------
 Even with  these safeguards  in place,  we  recognize  that many
 samples  are enforcement  related  and close government  supervision
 is  necessary  in order  insure adequacy of analytical results and
 chain of custody.  Unless stringent safeguards  can be put  in
 place at locations using the ESAT contract to preclude personal
 services,  we  question  the continued utility of  this contract to
 the Agency,


 J.    fiaergeney Response  Clean-up services Contract (BftCfl)


 Issue
 Due  to the emergency nature of the removal progran, the Agency
 has  given On-Scena Coordinators the dual role of technical
 representative and contracting officer on ERGS contracts.
 Because this authority is vested in one person,  the OSC initiates
 the  delivery order, directs the work at the site and receives and
 accepts the services rendered by the contractor.  This approach
 trades off the usual checks and balances put in place to assure
 sound contract Management in favor of the recogniaed need for
 quick action at emergency removal sites.

Recomstentfat ion
The  inherent vulnerability of this approach suggests that the
Agency reassess current practices and procedures to insure that
this unique delegation is properly monitored and controlled.

Issue
Currently/  the minimum standard requirement for an OSC to secure
a contract warrant authorizing him/her to bind the government up
to $250,000 in emergency response services consists of
participation in an eight hour training course entitled
"Superfund Emergency Ordering and Acquisition Procedures."   in
contrast, a contracting  officer's warrant allowing obligations  up
to $25/000 normally requires a minimum of 104 hours of  specific
training,  A warrant of  $500,000 requires a minimum of  300  hours
of specialized training.

Recommendation
Training for an OSC to acquire and maintain a contract  warrant
Should be substantially  expanded, consistent with the  level of
authority and inherent responsibilities entrusted to  these
employees.

-------
 4.  National Technical  Operational support  Services  (Toss)
    contract

 issue
 National TOSS Delivery Orders are not linked to regional
 management oversight.  National delivery orders for programs such
 as  RCRA, NPDBS and Superfund, written under the TOSS contract
 with the Computer Sciences corporation  (CSC) have been in place
 for many yeare.  The practice has always existed whereby the
 DOPO, located in Headquarters, would write a general statement of
 Work which could be applied to all regions,  specific labor hours
 were identified and portions then allocated to each region.
 Headquarters would fund the delivery order and the interaction
 between EPA and CSC as to what is to be done, timeframee,
 priorities, etc., would take place between the Headquarters DOPO
 and the CSC project manager in Washington.   Regions have very
 little input to this process on the front end.   Typically,  the
 SOW is not made available to any EPA person in the region
 although it is likely that the CSC site manager for the region
 has a copy.

 progress reports of work activities performed in the region are
 reviewed by the Headquarters DOPO who also signs the payment
 voucher.  Regions are not heavily involved in this part of the
 process either.   Some programs have identified a program contact
 point in the region for CSC matters or assumed that the regional
 program system contact is also the contact for CSC activities.
 However, this process is not uniform nor well defined.

 In Region II,  the IRM chief has little or no knowledge of esc
 activities for nationally funded delivery orders although the IRM
 Chief is typically viewed by OIRM ae the point of contact for CSC
 activities in the regions.  IRM chiefs report to the ARA* (SlRMOs
 in the regions)  who are responsible for IRM activities in the
 regions, yet perhaps half of the total number of CSC employees in
 the regions are funded out of national delivery orders for which
 the ARAs have little knowledge or control over what they do.
 Also, space, furniture, and telephone considerations are not now
 coordinated with Headquarters DOPOe when ordering CSC hours for
 the regions although we understand that this problem is about to
 be addressed.


Recommendation (options)

  o  Assign a regional Alternate Delivery Order Project Officer
     within the regional program area to each nationally funded
     DO.  SOWs should be written in part by the ADOPOs with
     specific tasks and deliverable* for each region with
     national priorities addressed by the Headquarters DOPO.
     Management responsibilities for each regional portion of the

-------
     National DO would be assigned to the ADOPO,  including
     signing the payment voucher.  Management oversight
     responsibilities (review and signoff of SOW*, MOD*,
     vouchers, etc) should be given to the SIRMO  or IRM Chief who
     should be the DOPO for regionally funded TOSS OOs and has
     experience in these natters.  Turf issues will be avoided by
     keeping the regional programs actively involved as ADOPOs.
     It is our opinion that the regional DOPO should be the IRM
     branch chief; this responsibility should not be delegated to
     a subordinate staff member.

  o  Break up national delivery orders into separate regional
     delivery orders funded by the national programs.   DOPO
     responsibilities would reside in the regional programs with
     oversight responsibilities as specified in Option l.

  o  Statue quo, but require significantly improved communication
     between National DOPO and regional program and IRM
     community.  Require dissemination of contract materials such
     as SOW, MODs and vouchers to these groups.   This  option
     should be viewed as the absolute minimum as we do not view
     it as one that would solve the underlying problem.

Region II'a preferred option is to establish an alternate DOPO
within each region.

-------
              UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                              REGION «
                          841 Chestnut Buicfing
                       Phladejphia, Pennsylvania 19107
SUBJECT:  contracts Management Review               DATE:
FROM:  A Edwin B.  Erickson
         Regional Administrator  (3RAOO)

TO:      William K. Reilly
         Administrator  (A-lOO)


     This is in response to your memorandum  of March 10th
concerning contracts management.  In your memorandum we were
requested to provide an assessment of problems and  a proposed
plan of action to address these problems.  As you requested,
Region III fully intends to implement Christian Holmes'
memorandum concerning CSC management.

     In specific regard to CSC, Region III is in the process of
conducting an internal vulnerability review  of the  contract.
This review is expected to be completed by mid-April and is being
conducted by staff independent of EPA-CSC daily operations.
After taking corrective action resulting from the CSC study,  we
intend to review all contractual relationships regardless of
responsibility center (i.e. Region or Headquarters).   Our draft
plan to address contracts is attached.  We view this as an
ongoing process which will require redirection of Regional staff.

     While we have not performed a detailed  assessment of the
entire contracts management situation, below please find several
broad areas that we will focus on for potential problems:

-  Competing job requirements of project officers.   Project
officership is an adjunct duty for many of our staff.

-  EPA emphasis has been on the delivery of  programs for
attaining environmental goals.  As a result  we need to stress and
institutionalize the importance of adhering  to procedural
requirements.

-  Training specific to an individual contract or delivery order
is not available.  Although contracts and project officer
training is required, the training is general in nature and does
not relate to unique aspects of a contract.  Many of the Regional
delivery order project officers have not received training by
their national delivery order counterpart.

-------
-  EPA's delivery mechanism for contracts is oriented toward
large Headquarters based contracts under which the delivery of
services and assignment of work is vested in the Regions.
Although there may be economies of scale, there is also potential
for contracts management problems because of remote management.

     Although resources have been made available to the Regions
in Superfund, resources for S&B management support such as
contracts oversight have not kept pace with resources for program
implementation.  For your information I have included several
graphics which show the trend for the past 10 years in the S&E
management support area.  An attendant commitment, through
resources or redirection, within our various programs would also
be necessary.

     As your lead Region for management, we feel that the resolve
for solving this problem must be matched by a resource base which
is adequate and comparable to the job at hand.  If you would like
to discuss this further, please do not hesitate to let me know.

Attachments (2)

cc:  H. Habicht w/attachments
     C. Holmes w/attachments

-------
                              DRAFT

           Region III Contracts Management Action Plan
                             3/20/92

                    lilltY/Acoountabilitv


• Appoint a Senior Manager as Senior Procurement Officer in
  accordance with C. Holmes memo dated 2/28/92.

• All SES managers complete a special seminar on their role
  and responsibilities in contract management in accordance with
  C. Holmes memo dated 2/28/92.

• Applicable Mid-Managers and Section Chiefs complete basic
  Contract Administration Training.

• Ensure Headquarters/Regional contract policy directives are
  properly submitted to key EPA managers for implementation.

• Regional managers evaluate new directives/delegation of
  functions which impact on staffs workload to determine if
  functions can be adequately performed with current staff.

• Regional managers ensure that the staff required to perform
  contract administration is properly trained, provided
  timely guidance, and perform oversight of the functions to
  assure contract compliance.

• Managers be advised that contract issues/weaknesses not in
  compliance must be identified as risk assessment through the
  Federal Managers Financial Integrity Act (FMFIA).

• Include in managers performance standards effective contract
  administration requirements.


Establish a Reaienal contract Analvat Function
• Contract analyst would report directly to the SES Senior
  Procurement Officer responsible for overseeing Regional
  contract implementation, administration and decision
  activities.

• Periodically review various contracting function to evaluate
  performance, prepare written reports of vulnerable areas
  and recommendations for improvement.

• Responsible for development of required Regional Training
  Program which is tailored to the type of contract
  administered.

-------
• Act as the Regional contracts FMFIA coordinator.

• Certify to the Senior Contract Officer names of managers,
  CO's and PO's who have taken the required Regional
  Contract Administration Training.

• Responsible for altering the Senior Procurement Officer of
  early warning contract management issues and resolution
  of those issues.
Regional Contract Training
     Determine Headquarter and Regional contract administration
     training requirements.

     Design and implement a Regional development/training program
     tailored to each employee who performs contract
     administration duties.  The training should provide skills
     and knowledge that CD's, PO's, etc., must have to
     effectively and efficiently administer their specific
     contracts.

     TQM concepts should be employed in developing Regional
     training programs.  Training development teams should be
     established consisting of managers, supervisors, contract
     administrators and technical personnel.  Teams should design
     training programs detailed to the specific contracts
     employees administer.

     Assign senior contracting/project officers to train program
     personnel in the specific characterisice in each type of
     contract administered.

     Develop a Regional Contracts Manual which would indicate the
     general overview of prohibited and sensitive contracting
     activities.
         Contract Management Reviews
     Establish management review teams comprised of
     administrative and technical staff knowledgeable in the area
     selected for review.

     Immediately review Regional activities under the Computer
     Sciences Corp (CSC) contract.

     Areas of review would include:

     •    Determine the number of Headquarter/Regional delivery
          orders CSC has with the Region and dollar amounts.

-------
Require ID badges  for all  esc employees.

Workplace  physically segregated between CSC  and  EPA
employees.

Has Headquarters PCMD provided proper guidance and
control techniques for both CSC and EPA employees.

Have Regional DPO's for CSC contracts been properly
trained in management support contracts.

Are CSC statements of work defined to the scope  of work
to be performed by CSC employees.

Review  CSC position description (PD) to insure they are
working in accordance with PD.

Are CSC work outputs and deliverables measured by EPA
DPO's.

Does the Region provide training/equipment/conference
space/travel beyond contract requirements.

Does CSC employees attend EPA social functions,  utilize
We11ness Center, medical facilities or other EPA
contractor  supplied services.

Are CSC employees Time and Attendance hours recorded
and periodically reviewed by EPA DPO.

Are EPA employees performing CSC functions, i.e.,
interviewing prospective CSC candidates or directing
work.

Are CSC employees performing inherently government
functions,  i.e., providing policy, temporarily acting
in functions performed by EPA employees or privy to
conf ident ia1 information.

Do EPA DPO meet on regular basis to discuss policy and
problems.

Are Regional DPOs trained and do they properly review
CSC obligations/invoices to ensure compliance with the
contract.

On a periodic basis perform management review of
vulnerable contract areas and report appropriate
findings under the FMIA process.

-------
Regional contract Data Base
     Establish a Regional data base of all Regional contracts.

     Include in the data base identity of contract
     administrators, (i.e., CO's, PO's, etc.) and their completed
     acquisition training courses.

     Data base can also be used to identify and select contracts
     which may be vulnerable and require management review.

     Require contract administrators to keep data base up to
     date.

-------
                   REGIONAL "MANAGEMENT SUPPORT" WORKYEARS AS A PERCENT OF TOTAL
                        REGIONAL WORKYEARS -SALARY & EXPENSE APPROPRIATION
         10.00% T
           8.50%
PERCENT   0.00% f

           7.50%

           7.00%

           6.50%
           6.00%
                   .59%
                                   Regional "Mfftnt Support" FTE decreased as a percent of total
                                     Regional FTE by more than 2.0% between FY 84 and FY 93
 The 2*$% decreaao from FY84
to FY93 has created a 132.2 FTE
  "shortfall" In Ugt Support
          FTE'S.
                                                            r.36%
                FY84    FY85    FY86
Mgt Support includes FTEs from the foflwolng
program elements:  Resources Mgt; Financial
    Mgt; Personnel Mgt;. and Admin Mgt.
           FY87   FY88    FY89

                  FISCAL YEAR
FY90
FY91
FY92
FY93

-------
                   YEARLY % INCREASES (DECREASES) OF TOTAL REGIONAL WORKYEARS AND
                 'MGMT SUPPORT" REGIONAL WORKYEARS-SALARY & EXPENSE APPROPRIATION
PERCENT
12.00%


10.00%


 8.00%


 6.00%


 4.00%


 2.00%


 0.00%


-2.00% •
                     In only one of the past 9 yean ha* Mgt
                    Support FTE'a increased percentagewise
                     more than total fieglonal FTE'* (FY 90)
                  FY84   FY85  FY86   FY87
FY89   FY90   FY91   FY92  FY93
  Mgt Support Includes FTEs from the
following program elements: Resources
 Mgt; Financial Mgt; Personnel Mgt; and
           Admin Mgt.
                                    RSCAL YEAR
                              TOTAL
    MGMT SUPPORT

-------
                                                                                                 IS)
                                                                                                 r-H

                                                                                                 a!
     6000
    5000 +
    4000
FTE 3000
    2000
    1000
                                   USEPA REGIONAL WORKYEARS
                     'MANAGEMENT SUPPORT" WORKYEARS VS. TOTAL WORKYEARS
                              SALARY & EXPENSE APPROPRIATION
                                                            5922
               Betvnon FY 84 and FY 93, toW Roglontl FTE
                         y 42%; Mgt. Support FTE by 9%
           167.8
            FY84
FY8S
FY86
     Mgt Support includes FTEs from the
   following program elements: Resources
   Mgt; Financial Mgt; Personnel Mgt; and
             Admin. Mgt.
FY67    FY88    FY89

        FISCAL YEAR
FYflO
                                                                 FY91
                                                     FY92
                                                     FY93
                 TOTAL
                           MGMT SUPPORT

-------

-------

-------

-------
          04,-01/92    17:37                                      002
            UNITED STATES ENVIRONMENTAL PROTECTION AGENCY

                             REOION  IV
                                        . NJE.
                         ATLANTA. OCOOGIA »O»6B
 MEMORANDUM


    DAXBt   March 26, 1992

 SUBJECT:   Region IV'e Vulnerability Assessment for Contracts
           Managanant

    FROM*   Oraar C.  Tidwall
           Regional  Administrator

     TOI   William K.  Railly
           Admini0trator


Attached,  pleaae find our a*aeaeaient of all present or
potential  problem*  related to contract and project management
in Region  IV;
Oor vulnerabilitiec  are ranked for high, medium or low riak and
I am confident that  the plena of action detailed in our
eubmieaion will serve aa a beginning for permanent improvements
in this very important  area.


Attachment


oot  Christian R.  Holmes
     Acting AA/OARM
                                                        Printed on Ikcyctot Piper

-------

-------
               CW01/92    17:77                                     3E3
                   OVERVEIW OF VULNERABILITY ASSESSMENT
     33 Vulnerable areas  identified

             25 High Risk
              5 Medium Risk
              3 Low Riak
     High Risk Area* By Division...

           Number     Divieion               Drivere
             9         Waste        Preponderance of Contracts
             S          BSD                B6AT Contract
             4          0PM            CSC and LAI Contracts    ***
             3          ORC           Minimal Contract Awareness
             1          Air                C6C Contract
             1         Hater          Minimal Contract Awareness
             2      Regionwida       Resources and Contract Mngmt.


     Bigh Risk Areas by Category...
                                               High Riek
         Category                           VulnerableJ^reas
     Contract Management Issues                  10
     Appearance of Personnel Services             4
     Management Issues                            4
     Contract Awareness Issues                    3
     Conflict of Interest                         2
     Information Security/CBI                     2
*    CQNCiiOSlOMt  Overall, it is a resource issue


    *+* Vulnerabilities associated with CSC contract activities  appeared
in every Division.                               i

-------
             EMX01/92
17:37
      004
VUK.MESIAftXLZS'ZEa BY CROUP
Are«a of Vulnerability
                           Division
Oagra* of
Vulnerability

i.e.
2.C.
2.K.
3. A.
3.B.
3.C.
3.J.
3.X.
3. 1..
3.H.
7.C.

2.0.
a.r.
3.O.
4tC.
ti.A.
7.D.
Contract Management Xaaue*
invoice Keviewa
inadequate ctatament* of work
inadequate contract Adniniatratlon
and Financial Managanent
Mature of Iocatioa of On-aite Contraetora
EPA - contractor Fraternisation
Poaaitoility of Appearance of Peraoanel •anrie*
SPA soployee znteraction vlth coc nployee*
P*raonal aerrice*

negion-wlde
OFN
OFM
Waat* Mgnt
Wavte Ngnt
waate Ngnt
waate Ngmt
waata Mgoit
waata ngnt
waata ngnt
E«D

ont
OTM
Waat* Mgnt
one
Air
MD

High
High
High
High
High
High
High
Hadiun
High
High
High

High
Medium
High
IiOW
High
High

-------
                         17:33
                       005
VUIKERABIIiZTZES B* GROUP
Araae at Vulnerability
Division
       of
vulnerability

a.m.
3.t>.
3.B.
a.r.
7. ft.

1.*.
2.X.
4. 1.
7. A.
7.1.

3.B.
4.A.
4.D.
5. A.
conflict of interact
potential conflict* of lnt*re*t-BPA/contr*ctor
conflict of xnterevt and
Limitation of Putur* Oontraoting
( Contractor /oentrae tor )
contractor* ov*r««*in9 other Contractor*
(Contractor/contractor )
•utooontractor* to B7A Cuutraotoc*
(Contractor /Contractor )
potential conflict* of int*r**t
(Contractor /Contractor )
EVA M*j»«g««*nt z**u*«
K»gion*l it»«oaro«*
EPA'* M«avy ft»liano« on CSC * x«** of control
Barli*r notification of Availabl* centra trt ptind*
EPA' e Reliance on BBAT - boa* of control
Xnh*r«ntly oov*rn*tantal Function*
contract Xnfornantion and Awar«n«** x*ftua*
Bnployee contract Xnf omation Training
Contract Xnformantion Awarana**
Point of contact for Admlnlvtrativa z**ua*
contract Avaren«** xafomantio and
Training for staff

OPM
wa*t* Mgnt
wa*te M9Rt
ifavte Mgpit
BCD

Region-vide
OVM
«a*t* Mgut
BOO
BOO

wa*t*> Mgat
CMC
CMC
Mater

Medium
High
Medium
Low
High

High
nigh
bow
High
High

Medium
Bigh
High
High

-------
                   04x01/92    17:36
      VULHSMkBXLTTtgS «f GROUP
            of vnliMrcbility
      Xotonnatloa Maturity/confidential
3.B.
4.B.
ACTOM* to CBZ/BofocoMMnt *«n«itiv«
Xnfomantion ••euz-ity
                                                                           0OS
                                                    Division
       of
Vulnerability
ZnforM*ntion

          Wa»te
  High

  High

-------
04/01 -92
17:38
                                                                  007

l.JL.
l.B.
2. A.
2.B.
a.c.
2.D.
2.E.
a.r.
3. A.
3.B.
3.O.
3.0.
3.E.
3.F.
3.O.
3.H.
3.Z.
3.J.
3.K.
3.1,,
3.M.
.M.
VUt,K8RABXZ,XTZKS BY DIVISION
Araa* of Vulnerability
Regional fteaouroea
invoice Review*
EPA'* Hectvy Reliance on cec - LOSS at control
rot*ntial conflict* ot int«r««t - WA/contractor
Znad*quat« fitatWMUita of work
^•raonal fl*rrio*»
inadaQuate Contract Administration
and rinaneial Mana^amant
Phyaioal location of on»0it* Contraotor*
Datura of I^B contraoti work Han negotiations
Cost of Rework
Moo-AligiMnant of Program/contracts Requirements
Coat KeiaburveiMnt Contract*
with oedicatad reraeniMl
FI«/»it« A**«*aMnt vulnerability
Conflict ot interest and
x.i»itation ot rutura contracting
(Contractor /contractor )
Contractors overaaain? other contractor*
( contractor /Contractor )
Subcontractor* to BfrA contraotora
( Contractor /Contractor >
•PA - Contractor »zratarnisation
Aoeaaa to CBt/snforeMwnt eenaitiva information
Xarliar Notification of Available contract Funds
0tat««ant of work Dwalopnent
Perfornanc* Evaluation loprorestent
Prograjn Managenent office
Property in Possession of contractors
snployaa contract XnConoation Training
Division
Region-vide
Region-wide
OPN
OPM
0PM
OPN
OPN
OPM
Haste Mgnt
Haste Mgmt
HMt* Mgat
Hast* Mgat
Waste Mgmt
Waste Ngnt
waste Hgtnt
waste Mgnt
Waste Mgnt
Waste Mgnt
waete Mgnt
waste Mgnt
waste Mgmt
Waste Mgnt
i
Degreei of
vulnerability
High
High
High
Median
High
High
High
Medium
High
nigh
High
High
Medium
LOW
High
High
Low
High
Median
High
High
Medium

-------
                           17:39
008
VUZJMERA8XX.XTXBS BIT  DXVZ8ZOV

4.X.
4.B,
4.C.
4.P.
5. A;

6. A.
7. A.
7.B.

7.C.
7.D.
7.X.
Araaa of vulnerability
Contract Xnforaantion Avarabaa*
Informnntion ••eurity
Poviibllity of App««rano« of Parioniwl varrio*
roint of contact for AdMiniatcativa Zaaua*
Contract Awar«aa»» ZnfonM&tio and
Training for ataff
BVA Bmloya* tntaraotloo with C0C Bnployaac
«FA'» Miliancc on BOAT - £o»» of control
potential conflict* of intarait
( contractor /contractor )
Xn«4aquata atatanant ef work
r«r»onal *«ryio«*
Zoharantly Oovariunairtal Fuootlona
Ol via ion
one
one
one
one
ttatar

Air
K5D
BSD

B*D
MD
B»D
vulnar
High
High
ZiOV
Vl0h
Bl«b

High
Hlgb
Higb

High
Hlgb
Bigb

-------
             04.-O1/S2
17:39
                                                                            009
VULMKHABILITIBS BY RIBK

l.A.
!•».
2. A.
2.C.
2.0.
2.C.
3 .A.
3,«.
3.C.
3. P.
3.G«
3.H.
3. J.
3.X..
3.M.
4. A.
4.B.
4.D.
• *r v
».A.
ATM* of vulnerability
Hagional Reaouroea
invoice fceviewe
BPA'e Heavy Reliance on CSC - Loaa of Control
Zuadvquat* 5t»twn«nt« of work
Paraonal ••rvie»»
inadaquat* contract Adainiatration
and Financial Managanant
Hatura of IXJB contract i work Plan Hagotiationa
Coat of Rawork
Hon-Aliyoncnt of Program/contraota Kagoirwnanta
coat ftainburaanant contract*
with D*dieat«d »«r«onn*l
rza/8it» Aiaaaainant Vulnerability
conflict of interact and
Limitation of Future Contracting
( Contractor /Contractor )
EPA - contractor Fraternisation
Acoaaa to CBZ/Bnforoanant Mnaitive znfomatioa
•tateaent of WorX Oeyelopnwnt.
program Managamact office
Property in poaaeasion of contractor*
Contract znfoncantion Awarefl*aa
znfertnantion aecurity
Point of Contact for Adniniatrative Zaauei
contract Awarvneoa Znforiumtio and
Training for ataff
Divlaion
Region-wide
Megion-wide
0PM
0PM
0PM
0PM
Waate Mgmt
waite Mgnt
Meat* Mgnt
Waate Mgnt
waeto Mg»t
vaate Mgnt
Waete Mgat
Waste Mgat
weite Mgmt
CMC
ORC
one
water
Dagra* of
vulnerability
nigh
High
Blgb
ttigh
High
High
High
High
High
High
Sigh
Bigb
Bigh
High
High
High
High
High
High

-------
                          17:39
                                                                            810
VULWERABZX.ITJBS BX RISK
                                                                     Dagraa of

C.A.
7. A.
7,».
7.C.
7.D.
7.8.
2.B.
2.F.
3.B.
3.K.
3.H.
s.r.
3.X.
4.C.
Araaa of vulnerability
*»A BBpleyaa Intaraotion with c*C B^loyaa*
KPA'« H*li.ano» en MAT - fco»» of Control
rotantial confllotp of xntaraat
( Contractor /contractor )
Znadaquata (tatamant of Work
farfonal c»rric»»
inb*rani:ly oorar naiautal runotloaa
potantlal conCliot* of xntaravt-WA/co&traotor
rhyaloal Xiooatioa of on-0lta contractor*
Contractor* ovaraaalno; otbar Contraetora
( contractor /contractor )
rarfonMnea evaluation Zvprovaasnt
Xi^loyaa contract znforatatioa Training
•ubeontractor* to BB>A contraotora
( Contractor /Contraotor )
Barliar notification of Availabla contract ruada
poaaibility of Appaaranoa of raraonnal aanrioa
Di via ion
Air
•0D
VCD
MD
BCD
S«D
OFM
OTN
waata ngmt
Vaata Mgnt
Waata Hgnt
waata Mgwt
Waata Mg»tt
; OKC
Vulnar ability
Biffh
High
High
High
High
•i«h
Nadiwa
Madiiu
Madlon
Madion
MadittM
LOW
S«w
LOW

-------
            04.-01/92    17:40                                     011
  In light of recent events concerning problem* with EPA's management
  of several of the Agency's contracts, the Agency's  Administrator
  made a commitment to undertake  a thorough review of  the strengths
  and  weaknesses of  the Agency'0  contract and project  management
  efforts.

  In the Administrator's March 10,  1992 memorandum, he requested that
  the  Region  perform an  assessment of  all  present  or  potential
  problems related  to contract and project  management.

  The following areas of vulnerability have been identified as having
  an impact  across  all programs within the Agencyi


 1A.   REGIONAL RESOURCES:   In recent  years,  the Agency'* workload
      has increased in larger proportions than the workyear resource
      distributions.    Because  of  the  availability  of contract
      dollars the  Agency  has  relied increasingly  moce on contract
      support to accomplish the missions of the various programs.

      within the Region, we  have reviewed all contract functions to
      identify areas where an  EPA employee  should be performing the
      task to strengthen the internal  control and provide an arms-
      length working relationship with the contractors.

      To remedy the immediate needs with the CSC contractors,  four
      (4) FTES need to be distributed  to the Region immediately to
      maintain the current work levels.

      For  the Region  as  a  whole,  to  reduce  our  reliance  on
      contractor work, we  will need a significant shift of contract
      dollars to PTB resource within the Region*

 ACTION PLANS
                                                       \
      •    Regional  senior  managers  will  work  closely  with the
           Administrator and Headquarters counterparts to emphasize
           the need for additional resources within the Regions to
           support  contract administration*   During the  Budget
           Formulation  process  Headquarters  should  incorporate
           additional resources  for program and  contract support
           management.

      •    Regional managers will work with Headquarters to initiate
           hearings  with  OMB to  begin  the process of  converting
           contract dollars to PTBs.


iB.   XftVOXCB REVIEW*  The Region is particularly vulnerable in the
      area  of invoice  review*    In some  contractual  agreements,
      complete and accurate information concerning charges are not
      received by  the  Project  Officer  for review.   During our
      assessment it was  determined for many  of  the  contractors
      working under a Beadguartera delivery order,  the programs have

-------
            04X01.^92    17:40                                     3i:
      no accasa  to the invoices  prior to payment.   There 10  no
      protection against fraud by the firm and accountability by the
      Region is not maintained.

      In the removal program, contractor cost* are computer tracked
      on a daily basis and reinforced by Daily Log* (EPA Form 1900-
      55)  kept  by  On  Scene Coordinators.   These 1900-55  Reports
      become the cornerstone for EPA approval of charges prior  to
      the contractor's  submittal of  monthly  invoices.   On the
      remedial side, this  is not the oase*

      Remedial charges are stated by the firm in its monthly invoice
      and progress reports to the agency, but may not  represent real
      work or exact  charges for work performed only on an SPA site.
      Complete and accurate information concerning remedial  charges
      axe not received by the program  until a final audit by the
      OI0,  long after the payments  have been made  to the  firms.
      fiuch problems with remedial charges will  take on even mor«
      consequence if the agency moves to a •mission"  approach where
      the tasking of the contractor will be made and accountability
      reduced until  completion of the "mission."

      T2ie  recently  implemented  Invoice Procedures improve  the
      accountability issue but may not truly ensure that all charges
      reflect work solely performed by th« firm on the EPA site.

      The Region has recently  developed and  implemented  invoice
      Procedures  which identify  specific  responsibilities  for the
      Work  Assignment  Managers/Remedial  Project  Managers,  the
      Project   Officer  and  the  Contracting  Officer/Contracting
      Specialist.    This procedure will  be able  to  ensure that
      appropriate review of  the  monthly charges  has  been done and
     will  provide   information  in the official contracts file.
      However,  due to the nature of the remedial on-aite overview,
     EPA will  still be  uncertain that  the  site charges are fully
      accurate  and that office charges reflect only work performed
      for EPA.
ACTION PLAN:
          The Region will  charge its Contract Management Team to
          review options whereby more scrutiny can be maintained
          for invoice review*

          The  Contracting  Officer/Contracting  Specialist  and
          Project Officers can perform more detailed analysis of
          costs  based  on   the  independent  government estimates
          prepared initially by  the Cost Estimator.

          The Division  recommends that the  OIG agree to perform
          audits on a site specific basis rather than a contract
          completion basis f this would reinforce to the contractor
          the heed for accurate  and timely accountability.

-------
            17:41                                     Q13
Remedial contractors will be encouraged to use Site Daily
Logs which will be submitted to the Project Officer on a
monthly basis.  The  Project  Officer vill work with the
Work Assignment Managers to determine reasonableness of
invoice costs.

-------
          04X01X92    17:41                                     01<4
                                                  March 24, 1992
                       CSC • UU GOmBlCTB
                    VUUBBRABXLXTY AS8B88MBNT
Baaed upon the IG'a CSC Audit recommendations and subsequent
Beadquarter'e manoa, the following ara tha araaa of potential
vulnerability along with action* 1MB has taken or ia considering
in Region IVt

 2A, BPA'S HEAVY RELXANCX ON CSC - Sinoa tha 1970s and at OMB's
     direction, BPA haa inoreaaingly turned to oontractora to
     provide a broad range of IRM service*•  The Region ia
     heavily dependent on two contractoras CSC for 50 workyears
     and LAI for 28 workyaara (not all funded by the Region).
     Overall we believe our uae of theae oontraotora ia
     conaiatent with tha contract acopea and guidance received aa
     to what government funotiona can ba contracted.  There are
     aeveral areaa where the Region eould ba aubjeot to
     criticism

          a) We have 17 LAI contact personnel aupporting tha
          Region'a quickly growing and aoraly needed Recorda
          Management Program but we do not have an BPA
          •taffperaon other than a email portion of the 1MB
          Section Chief/ Rebecca Kemp, tine devoted to managing
          the Region'* Recorda Management Program.  1MB plans to
          convert an exiating FTB/poaition to be the Region'a
      ^   Records Officer but ia waiting on the approval of a
          diaability retirement requeat which will free the
          poation for conversion.

          b) He have a CSC ataffperson maintaining the BPA
          Personal Property System (PPAS).  The 16 considers this
          an area of vulnerability because PPAS tracks BPA
          equipment which ia uaed by CSC.  BRMB would need to
          evaluate vulnerability and options available to reduce
          this perceived risk.

          c) We have a CSC staff person as the System
          Administrator for the Region'a 6Z6 computers.  This ia
          a key, full time job which preferably should ba an BPA
     /    employee.  An FTB would need to be allocated to do
          this.

          d) 1MB'a only secretary has shared phone answering with
          the CSC administrative staff.  1MB will need a full
          time employee or SBB/AARP person to replace CSC
          support, particularly as CSC and 1MB staffs are
          separated (see below).

-------
         &VSl'-92    17:42                                     01=
2B. POTENTIAL CONFLICTS OF IHTBRBST - Region  IV has maintained  a
   business-like yet friendly relationship with esc and IAI
   over the  years.   There are a few instances of relative* of
   BPA staff working for CSC.  Also ion*  staff baa moved from
   CSC to EPA and via versa.   An EPA and  a CSC employee are
   married.   We  are not aware of any compromising eituatione
   that oould oau*e conflicts of interest.  The following
   actions are proposed*

        a) Request  the Regional Contracta Branch eetablieh
        interim  practical guidelines  to follow.

        b) Request  EPA Headquarter*  PCKD establish Agency
        guidelines.


2C. INADEQUATE  STATEMENTS  OF WORK (SOW)- The degree of detail
   that is necessary is a judgement call but there is clearly
   room for improvement and updating in parts of the Region's
   CSC SOW.  Region  XV is  now revising the CSC SOW* and is
   adding further detail.  The IAI SOW should be sufficiently
   detailed.  The following actions are underwayt

        a) Revise all  SOWe for Regional CSC Delivery Orders.

        b) Review and  recommend  improvemnta to the seven
        Headquaters  funded CSC Delivery Orders that support the
        Region.


20. PERSONAL SERVICES - This again is a judgement call but the
   Region is vulnerable because  of the close BPA/C8C working
   relationships and shared office space are indicators of
   potential personal  services.  Actions being taken or
   considered are:

        a) The Region  is further formalizing the manner in
        which work is  communicated to CSC.  This will be
        defined in the SOWs.

        b) Working within  the constraints of available space,
        the Region will separate EPA and CSC/LAI staff*  Where
        this is not  practical, contractor space will be clearly
        defined and  the EPA/contractor communications will
        strictly adhere to the procedure* defined  in the SOWs.

        c) If the Region  is forced to further separate CSC and
        IAI staff, space would be needed for 30 staff nemenbere
        (approximately 1/2 floor in the Tower Building) in
        addition to  the space already reserved on  the Ground
        Floor of the Tower Building for the new Records Center.

        d) Over the  past, year, CSC and LAI staff began wearing
        special badges and using special office cubical name

-------
         Q4/Q1/3Z    17:42                                     016
        plate*  to identify theoeelve* a* contract staff.   We
        will  also add door signs on ground floor to indicate
        CSC/LAI operated cervices (i.e., Library, RXVXC,
        Computer Center and Record* Center).

        e) All  oontraotor etaff ehould be identified a* CSC or
        LAI in  the Region'* Telephone Directory.


2B. IHADBQUATB CONTRACT ADMHrX8TRAT2ON t  FXHAMCXAL MMUkOBMBNT -
   Working with availble reeooroe*,  the  Regional  DOPOv
   (Delivery  Order Project Officer)  and  Ta«k Project.Officer*
   do an effective job of over*eeing and adaiinietering  the
   Regional CBC and JAl delivery order*  in the Region but  the
   IO i* recommending more contract  adnini*tration.   The Audit
   will lead  to increased formality  and  more procedure*,
   training and paperwork.   Therefore, the following action*
   may be neoe**arys

        a) The  Region need* to  »erion*ly consider dedicating
        two new FTB*  (a OM13/14 level aanager and an
        Administrative position), full tine to administer  the
        CSC and LAI contracts.

        b) Provide additional training in contracts
        adminiatration for  all  DOP00 and Ta«k PO*.

-------
                            17:43                                     017
                       AREAS OF VULNERABILITY
5p   Phvalcal location of on-«it,e
  Tha fact that thaaa thrae contractor* wu«t ba located at th«
  EPA facility oraataa a possible vulnerability.  All SPA
  anployaaa nay not know which paraonnal ara EPA and which ones
  ara contractor .   Thaaa functions ara vary clbaaly intartwinod
  with EPA paraonnal.   For axanpla^ tha BPA aMployaaa' nail i«
  •ortad and dalivarad by a contractor;  alao,  any BPA raquirad
  phyaioala ar« parfomad by a contractor aa wall aa BPA
  coordinatad  apaeial  projaota ralatad to tha  Baalth unit.

  PROPOSED PLAN OF  ACTION J

  Ragion XV will poat  «ign«  in tha  wallnaaa  Center,  tha  Health
  Unit,  and tha Nail Room vtating that theia function* Ara  run by
  contractor paraonnal.   Thia fact  will ba clear  to  all  BPA
  paraonnal who uaa thaaa particular facilities.

-------
       17:43
                                                018
WASTE NANAOBMSHT DIVISION - REGION  IVt



  CONTRACT VULNERABILITY ASSESSMENT
            March 1992

-------
           04/81/-92    17:43                                    019
A.  GENERAL

1.   What  contracts do you use to support your program?

I.  To  Support  Emergency Response and Removal  Program Activities!

    Purpose of  Contract        Contractor Nan*    Contract  Type

a.  Technical Assistance      Roy F.  Weston          CPFF*
b.  Technical Assistance      RAX,  Inc.  (8a)          CPFF*
c«  First  Response             OHM,  Inc.               CPAF
d.  Bmergenay Response        Westinghouse Bazteah   CFFF
e.  Emergency Response        ETZ                    CPFF
£.  Emergency Response        Four seasons           CPFF
g.  Bmergenay Response        OHM,  Inc.               CPFF
h.  Community Relations       Dynamac                CPAF
i.  Site Specific Contracts   As  Selected            CPFF

II. To Support Site Assessment Program Activities:

j.  BRS Package Preparation   Dynamac                CPAF*
k.  ARCS/FIT                   B ft V                  CPAF
1.  Site Assessment  Support   Bionetics               CPFF*

III* To Support Remedial Program Activities!

m.  Technical Enf. Support     CDM/FPC                CPAF*
n.  Technical Bnf* Support     Dynamac , Inc.          CPAF*
o.  Remedial Response          Bbasoo  Services        CPAF
p.  Remedial Response          B * V                 CPAF
q.  Remedial Response          Bechtel Environmental  CPAF
r.  Remedial Response          Roy F. Weston, Inc.    CPAF
s.  Remedial Response          CDN/FPC                CPAF
t.  Remedial Oversight         Peer  Consultants       CPFF*
u.  Bnv. Services Support      NanTech                CPFF*
v.  Site Specific Contracts   As Selected            CPFF

IV. To Support Super fund Management  Services Activities!

w. ARCS Tracking Dvpmt.       Roy F.  Weston           FFP
x.  Records Management         Labat Anderson          FPP
y.  Computer Assistance        CSC                     FFP
z.  Remedial Oversight         RAX                     CPFF
aa. Risk Assessment           ManTech                CPFF*

V.  To Support RCRA Program Activities!

bb. RCRA Permitting Support    A. T.  Kearney          CPAF*
oc. RCRA Compliance Support    CDM/FPC                CPAF*
dd. RCRA Compliance Support    Dynamac                CPAF*

vi. TO Support RCRA Management Services Activities:

ee. Computer -Support           CSC                    FFP
ft. Records Management         Labat  Anderson         FFP

* indicates that the Contracting Officer  is located  in RQ-PCMD

-------

-------
           04X01X92    17:48                                    002
                                11

                 XDBNTXFZBD MOUUB  OF VULNERABILITY
             *                                 :
3a« Mature of the LOB Contract Itsalft itork P^an Negotiations

Moat of tha  Superf und oontraota vara procured aa Laval  of Effort
(LOB) contracts, which  focua  on the contractor 'a ability to
provida to EPA  "it a baat ef forte."   The  "beet efforts "
requirement  plaoaa BPA .in  two vary  vulnerable positions* a) BPA
nniat bear the riek and  ooat of reworking marginal deliverablee;
and b) BPA 'a mi avion to complete  aite cleanups ia not a
requirement  of  the LOB  oontracta  that BPA muet uaa to accomplish
this objective*  The LOB oontraota  only  require  the contraotora
"to try."  in other words, frequently BPA's  mission requirements
and ita business methods are  not  aligned/ making it very
difficult for the agency to accomplish ita mission*

There ia a perception by the  Region baaed on experience that in
many instances  the Region has not reoeivad the firm 'a beat
ef forte bacauae costs or hours or deliverable haa not met the
Work Assignment Manager 'a expectations.  The Region is then left
a limited number of optional  accept tha deliverable aa ia;
provide more dollars or hours  for the firm to provide aa
acceptable product; curtail tha assignment and give it to
another firm for satisfactory completion; ADO provide a reduced
award fee through the Performance Evaluation Board.  Hone of
theae optiona meet the Region 'a need for e complete and adequate
product delivered on time*

The Region haa taken ateps to  reinforce ita objectives to the
contractors and has atreased to Program Managers/ Oite Managers
and Senior Officials of the oontraot firms that we cannot
tolerate unacceptable work products.  The Region's action to
Terminate-For-Convenienoe haa  had a side-effect of highlighting
that the Region does indeed have  excess capacity in ARCS/ that
wa made our decision based on  a number of factors including
performance evaluation scores  (PZRS plus PH ratings) and that
the Region ia serious about aaeking effective oontraot
administration by the firms.

PROPOSED PLAN OF ACTION I

The Region must addreaa the ooat  of rework and the lack of
alignment of our technical and the gonftr act's requirements.

Ret Cost of Rework -

Tha Ragion wants to limit the often protracted negotiations
prior to a final acceptance of a  work plan.  The establishment
of tha Cost Estimator within  the  Division now provides  a tool
for more efficient analysis of an acceptable cost range for
proposed work assignments  (RI/FS  and RD especially).

-------
          B4/01.'-S2    17:48                                     0K3
                                12

The WAN will work closely with the CO/C8, PO and cost Estimator
to identify detailed tasks and to price these out to a
"reasonable" cost range.

The Division will limit negotiation to a set amount of time and
funds; this could be managed through a "cap" on the negotiations
based on the desired work product.  Extensions beyond the "cap"
will be allowed following approval by senior program managers;
this is to emphasise that the "cap" is not seen as a rigid
administrative tool*

The Region will also seek to incrementally fund the work Plan
Development assignment in order to avoid full commitment of
funds and the delays associated with deobligation if no approved
negotiations can be established*

Protracted negotiations involve no risk to the contractors since
the agency is to pay for "best efforts," and jeopardize XPA's
meeting deadlines and program commitments.  The Region will work
to develop acceptable detailed costs and timeframes to allow for
meaningful negotiations between SPA and the contractors but to
curtail the length of these deliberations.  Through such means,
the Region will increase accountability in negotiations.

Ret lion-Alignment of our programs and contract requirements -

The Region will continue to eeek opportunities to award
site-specific contracts on a fixed price level and is evaluating
the feasibility of awarding a fixed price remedial design
contract.  By uaing fixed price contracts, BPA's mission to
"complete" work is also borne by the contractor; this puts BPA's
mission requirements and our business method in alignment.  We
have previously placed and awarded site-specific removal
contracts; site specific contracts have proved to be very
effective tools. The Contracting Officer is now working with the
Remedial Branch officials to identify sites in order to place
and award site-specific remedial contracts.

Region IV should reexamine its Long-Term Contracting Strategy
Implementation Plans with an emphasis on contracts that will
provide us with more cost control and better services.
Specifically, the Plans should be revisited to determine the
feasibility of using fixed price contracts for having fixed
price components) which would place responsibility for
performance back to the contractor and provide EPA with the
contract vehicle it needs to manage contracted activities.  In
particular, contracts with "dedicated" teams such as the
proposed FIT/TAT should be looked at carefully.  Further
consideration should be given to firm fixed prices given the
repetitive nature of the work and existing historical data.

-------
           04.-131/92    17:49     ,                                004
                                13

 However/ if  tha level-of-effort oontraot remains  mm a
 contractual  vehicle for the agenoy/  then BPA must beoone mora
 efficient  in writing the SOW tacking the contractor; SOW* must
 clearly specify agency needs.

 3b* Coat Rir^Mi|?ur,sed Contract* with Dedicated Personnel

 Coat reinbnreenent  contract* are the leaat desirable types in
 terns of Government versus  Contractor risk since  the contractor
 has little or no incentive  to be cost efficient*   The FAR
 (16.301-3) states that a cost reimbursement  oontraot nay only be
 need when  appropriate Government aurveillanoe during performance
 will provide reaaonable assurance that efficient  methods and
 effective  cost controls are used.

 Of the various types of cost reimbursement contracts/  those
 requiring  dedicated personnel are the most likely to be  abused/
 or give the  appearance of being abusedr for personal  services.
 In some oases this  is  caused by the very surveillance required
 by the FAR/  but  applied in  an overzealous and supervisory
 fashion rather than as a monitoring effort.

 PROPOSED PLAN OF ACTION!

The Region's oontract  team  (Contracting Officer,  Project  Officer
 and program  officials) will  review requirements with  a focus of
 eliminating  contracts with dedicated personnel whenever
possible*  Zf dedicated contracts are deemed necessary» the
Region will  add more checks  and balances to ensure that
Government personnel axe not overstepping the bounds  of personal
 services and have periodic reviews with reports to management on
all dedicated oontracts.

 3c. FIT/Site Aaaaaamant:  Vulnerability

The transition of the  site  assessment work to the ARCS contracts
creates an area  of  vulnerability because of the nature of the
previous   FIT oontract being fully-dedicated as conpared to the
current ARCS contracts being the exact opposite.   In addition,
the same contractors who were responsible for tha aite
 assessment work  under  the previous contract  and have now become/
because of their experience/ the new  subcontractors  under ARCS.
The intent in this  new situation is to continue to operate and
interact as  if the  new contract remains a fully dedicated
contract/ which  it  does  net.

-------
          04x31/32    17:50                                    335
                                14

More importantly, tbe peculiar aapaota of the ARCS contracts
could potentially oauae administrative conflicts for thoaa
individual* not attentive to the  contract difference**  Some
apeoif io araaa of concern are contractor* involved in writing
agency guidance; oontractora communicating need* directly to the
program inatead of the Project Officer; property purchaae* being
made without coordination of the  appropriate people (PO and CS) ;
and the utilisation of faoilitie* and reaouroea in a manner not
allowed in the scop* of work for  thia ARCS contract*

The Region haa met with tbe ARCS  prime oontraotor reaponaible
for aite aaaeaament to atreaa the need for vigilance and
compliance with existing ARCS procedurea throughout thia effort*
The prime contractor muat atreaa  to ite subcontractor that the
ARCS contract i* different from the previously dedicated
contract and that proper communication concerning taaking and
equipment use muat be referred through the Project Officer*
The contract team will reinforce thia administrative me**age.

PROPOSED PLAN OF ACTIONS

Tha Contracting Officer and the Project Officer will continue to
provide surveillance of all contract action* and continue to
eduoata BPA program personnel in the Site A**ea*ment Program of
the required and naceaaary procedures for effective contract
administration .

BPA will review the exieting contract type utilised for aite
assessment work and make the naoeaaary adjustments to procure
and award a contract that ia moat auited for the type of work
involved in the site assessment program*
3d* Conflict of Interest and l*4BUt"tfltions on Future Contgaotinc

In many oases , contractor* under contract to Region XV
frequently represent private responsible partiea and other
federal agencies in negotiationa with the agency*  Such
representation does not take place on the aame sites.  Since
most contract* are non-dedicated, thia aituation ia inevitable.

In aoma cases the contractors have been found to represent both
EPA and other responsible parties on different matt ere; this
leaves the perception of a COI.  COI procedures are in place*

-------
           &4/-01/92    17:50                                     336
                                 15

 PROPOSED PLAT! OF ACTION I

 Given the limited number of contractors performing hazardous
 waste cleanup, the Division recognizes that there is no way to
 avoid the perception problem.  The Region will reinforce to the
 firm* that COI involves real AMD perceived conflict*.  The
 Region will await Final Guidance from BQ on COI.

 EPA acknowledge* that contractor* are seeking new work in
 hazardous wa*te management baaed on their experience, thu*
 question* ol LOFC will ariee more frequently in the future.
 Region IV will explore opportunities to u*e smaller
 vite-specific contracts,  preferably small and disadvantaged
 businesses,  to perform certain program task*, thu* reducing the
 COI/LOFC impact since many small firms will not have been
 extensively  involved with private parties or other federal
 agencies.

 3e«  Contractors Overseeing Other Coi^r, a.c.tor§

 EPA  ta*k*  our hazardous waste contractor* to overview the work
 of other contractors  performing work for Responsible  Parties who
 are  under  EPA Orders.   Since  NAM* cannot always  be  on site, EPA
 cannot be  certain that  proper oversight is truly being
 perforated.   On our removal *ite*« OBCs do conduct extensive
 oversight.   In addition these prime  contractor*  are very
 familiar with each other  and  often enter into business
 relationship* with each other.

 TAT does have access  to BRC8  CBI data (rates, provisional  costs ,
 G&A percentages, ejfeg. )  in order to document costs through  ROMS.
 The OSC presence on site  does provide the agency with a higher
 degree of  confidence  that adequate work is being performed by
 the contractor.  However,  we  do recognise that we are vulnerable
 on EPA-Lead  sites where other contractors are spending our funds
 (BROS assignments) when these firms  are also involved on  other
work for Responsible  Parties.

PROPOSED PLAN OF ACTION 1

EPA will review its oversight procedures,  including federal
 facilities,  to  ensure that valid techniques are  being applied.
The Region will submit  a  request to  BQ PCMD for  them  to develop
guidance regarding appropriate contractor roles  in  the conduct
of oversight  responsibilities.

Spot cheeks of  EPA and  RP contractor performance will be
performed by WAM» working with CO/08 and PO.

-------
               .-92    17:51                                    007
                                16

COI  issues  will be addressed promptly  to maximize contractor
objectivity on EPA sites.

The  Region  will explore opportunities  to use  •mall and
dieadvantaged  business in order to seek  contractor* not a*
extensively involved with perceived conflict  situations .

3£ •  Subcontractors to BPA Contractors

A serious vulnerable area involves use of subcontractors within
the  hasardous  waste cleanup  activities*  Since the number of
firms involved with hazardous waste aanagenent are limited, nany
of then enter  into subcontracts with each other*  These
arrangements are legal and beyond BFA's  control but are of
concern to  the agency*  The  situation  arises that a prim
contractor  may become another firm's sub and vice versa*  This
again may raise the issne of conflict  perception regarding the
firm's objectivity to represent BPA.  Another serious problem
nay  exist in terms of the subcontract  since BPA is not in a
privity arrangement with subcontractors.

PROPOSED PLAN OF ACTZOUt

The  Region will  analyse the  extent of this situation and attempt
to •neourag* oenplianee by our firms with the negotiated goals
for  small and disadvantaged business utilisation.

The  Region will  emphasise to its prime contractors the need to
maintain credibility of its  tasking assignments through
avoidance of "extensive role reversals" in the prime - sub
business relationships.

3g«  BPA — Contractor Fratmrti «
The presence of CSC and other contractors within the normal BPA
facilitias does encourage a degree of fraternisation and a
perception that contractor and agency employees are to be
treated equally •  The on-soene relationship of TAT and BROS and
BPA employees working to resolve an emergency situation for an
extended period of time fosters fraternisation since most of the
sites are located in rsmote areas.

PROPOSED PLAN OF ACTION:

Agency controls concerning fraternisation and allowable rules of
conduct exist already; these will be raemphasized to all HAMa,
oosr co/css and POs involved with contractors.  The agency
should develop and disseminate agency-wide "ARMS LENGTH" policy
for dealing with contractors.

-------
                     17:51                                     008
                                 17

 The Region will establish semi-annual,  Standard of Conduct
 Briefing* to inform BPA employees in general about changes in
 laws governing Proouratnent Integrity and Conflict of Interest
 issues.   Ethics training ha* been conducted for OSCn.

 The Region muot take action to eeparote contractor personnel
 from BPA personnel,  by locating then in a distinct location
 within the building.  On-*ite contractor personnel are to be
 Identified by a badge which differ* from the BPA employees'
 badge*

 Unlimited access to  the building of Superfund or RCRA
 contractors shall be curtailed.   These  contractors shall  not be
 allowed  unescorted in the OPM-Contracts area or  the Contracts
 Management Unit within the waste Management  Division due  to  the
 presence of sensitive contract Information.

 BPA employees will take more vigilance  in  securing contract
 documentation at their work stations.

 3h.  AQO«»»  to CBi /8nf oiroittent Sensitive. Information

 The  presence of  on-site contractors can  jeopardise the agency's
 guarding of Confidential Business Information or Enforcement
 Sensitive Information since  these contractors may have immediate
 aooess to BPA employee work  stations or computer programs.

 On-site  contractors  are significantly involved in retrieving
 cost recovery documentation  and reconciling cost documentation*
 On-site  contractors  are also involved in flagging enforcement
 sensitive data for the removal program*  Contractors also do
 payroll  for Superfund projects*

 In HQ* contractor personnel  are responsible  for entering
 enforcement data into the TBS tracking system (TESHATS).

 PROPOSED PLAH OF ACTIONt

 Separation  of on-site contractors to a  location removed from the
 program  or  contracting personnel can more  surely  safeguard such
 sensitive information.

 CSC  access  to such information through  their aooess  to all
 computer programs must be examined by IRM  and new safeguards
developed to ensure  that only legitimate BPA personnel have
access to the information.   Access to official files will be
 limited through  presence of  an authorized  BPA employee.

-------
          04/81XS2    17:52                                     009
                                18

Restricted building access to other SPA contractor* ha* been
implemented.

The Division recommends to 0PM to reconsider the currant
structure in Finance which ia to serve coat recovery purpose* t

The Division alao recommend* that a aecure separate location be
found to house CBZ and other sensitive documentation.

3i» Ear liar Notification of Avail able tfontracfc Funds

It ia eaaantial for program planning that information concerning
Fiscal Tear Allocation of Fund* ba made available to the Region*
early in the FT.  We are ueually near or in the Second Quarter
before we know what fund* have been allocated for the program*.
In addition, what we are told by our BQ counterpart* regarding
Regional fund dietribution nay not reflect the fund* received by
the program* due to varioua "tap*" made by Regional Budget staff
(Oranm-Rudaan, nanagenent fees, drug free program/ employment
bill, flic.).  The vulnerability in *uoh late notification la the
effect it ha* on coat of feotivenee* and ensuring that the top
priority project* are being funded.

PROPOSED PLAN OF ACTION I

The Region will eeek to have Headquarter* provide earlier
notification and subsequent prompt allotment*,  acknowledging the
realitie* of Congreaaional approval* and OMB release of fund*.
3 j • Stp'frffinpnl^ of Work Development

The SOW ia key to ensuring that BPA will u*e a contractor to
provide a quality work product.  The SOW nuat be detailed enough
to allow the contractor to know what BPA ia aeeking.  iQEa
must be detailed enough to strengthen the Region's negotiating
proce**. Often the SOW i* unclear and cost* are such that allow
acre room for charges than initially sought by the WAM.

PROPOSED PLAN OF ACTION I

If the LOB contract vehicle remains in use. then BPA must become
more efficient in writing a Statement of Work that clearly
specifics our need*.  In addition, the agency mu*t implement the
necessary step* to ensure that project* are monitored and
performance doe* net deviate from the scop* of work*  The
Contracting Officer, the project Officer and the Cost Estimator
will work closely with the WAM prior to final development of the
Statement of Work to ensure that SOW language is clear and
adequate to ensure quality deliverable and that deadlines and
coat* are realistic and achievable.

-------
          04/-01/92    17:52                                     010

                   r>                        . r^
                                19

WAMs are to be reminded that thay cannot direct  the  contractors
to perform work outside the Statement of Work,   paraonal
aarvioea cannot be performed by any BPA oontraotor.

Tha Coat Batimator will work with RCRA  ataf f to  provide
appropriate training/guidance on coat estimationa •

3k* Perf or^^noe BvaluatiiPJl IffPir0
BPA muat make tha evaluation prooeaa work effectively, not juat
aa an incentive to the contractor through the award fee, but aa
a gauge of regional aatiaf action with oontraotor performance*
HAMs rnuat adequately detail the evaluation of the contractor 'a
performance, thua providing adequate background information to
aaaiat tha PBB evaluation rating*

PROPOSED PLAN OF ACTIONS

Regional management will reinforce upon WAMa and osca the need
for detailed evaluation of contractor aite-apeeifie
performance .

The respective POa will provide information from tha contract to
assist the WAMa and OSCs with evaluation criteria. Managers will
follow-up on deficient or late ratinga to enaure that the
Performance Evaluation Board receives adequate information on
which to base their recommendations to the TOO.

Regional senior managers will meet periodically with contractor
officials to discuss performance and program needs.

31* Program tjanajement Office

Multiple contracts were intentionally negotiated to serve
estimated program needa and to encourage competition.  These
contracts contain required minimum hours and feea which muat be
met regardless of total use of the contractor by the Region.  We
acknowledge that the availability of competitive firms is a
plus*  Overcapacity ia a vulnerable issue due to these mandated
carrying charges associated with the contracts (Base Fees,
Program Management costs).

-------
                     17:53
                                20

In addition, SPA has com* under intense criticism by Congress
for allowing use of contract fund* to support program management
offices.  Even though allowed by the contract* the perception
exists that funds are being used for contractor maintenance
rather than directly for site clean-up.  Administrator Reilly
and OMB have indicated that they want PM to Site Specific Cost
percentage* in the ARCS contracts to be minimal; EPA indicated
PM costs could not be more than 20% of total costs, OMB is
seeking 15%.  BPA has not yet fully identified what the
parameters will be to calculate this PM percentage.  However/ BQ
is in the process of requiring the ARCS contractors to
zeclassify PM costs to include in their invoices
PM-Administrativa, PK-Technical Support and Site Specific Costs;
this reporting is to begin by June 1992.  There is strong
concern that this will not necessarily improve the efficiency of
the ARCS program.

Region IV implemented a senior level ARCS Management Tean in
January 1991 to review capacity needs of our six ARCS firms.
Analysis indicated that our program needs did not warrant a
total of six firms.  Basing our decision on capacity needs and
costs savings, in 1991 the Region took action to
terminate-for-oonvenience two ARCS firms (CB2MBill and Bbasco
Services).  The problem in ARCS was not that too many contracts
were awarded but that the base LOB projections were too high
when coupled with our successful enforcement efforts.

PROPOSED PLAN OF ACTIONt

The Region has formalised its ARCS Management Team to continue
its evaluation of contract capacity needs.  The Regional
Performance Evaluation Board has included a review of capacity
at each rating period.

The Region baa analyzed the capacity needs of other multiple
contracts for BRCS and found that the capacity issue
satisfactory.  Contractors will be informed by senior management
and by CO and PO that capacity and cost controls are of
paramount concern to the Region.

Mew contracts will be negotiated without such mandated charges.

Region IV is seeking to eliminate PMO separate charges in future
contracts.

For present contracts/ BPA contract personnel shall periodically
participate in the Financial Monitoring Review team reviews to
ensure accurate PMO charges are being made.

-------
           04'-ei/92    17:53                                     012
                                21

Monthly PMO charges will  be analysed with  the  focus being  on
limiting the ratio of  PM  to Sit*  Specific  charges  to  the OMB 15%
target*

Region IV will be working with its contractors to  restructure
its ARCS invoice reporting  to Allow  for Site,  PM-Administrative
and PM-Terchnical Support  charge* t in accordance with  BQ
directives .

3m* Property

EPA cannot always be certain that governmental property is being
used in the manner specified under the Contract, that the
property is properly being  tagged as MSPA Property/" and that
the property is being solely used for EPA work*  Resource
constraints prohibit frequent on-site audits.  The Region
maintains a dedicated warehouse to support the site assessment
work; this facility haa extensive EPA Property including
vehicles.  BPA cannot be completely certain that all government
property is being used solely for BPA purposes.

PROPOSED PLAN OF ACTION I

Region IV will work with HQ's Property Office and SF
Acquisitions Manager to ensure that contractors are properly
accounting for governmental property*  Informal audits will be
periodically conducted by Region IV personnel*

Region IV will follow up on  the recent Property Audit to ensure
compliance by the ARCS firms.

BPA will emphasize to the prime contractor responsible for the
maintenance and support of the dedicated warehouse that
government property, including use of vehicles which are clearly
marked with "EPA" license plates, are used for authorized BPA
work by contractor employees.

3n.
OSCs, HAMs, CSs and POs are required to take specific contracts
training in accordance with the Contracts Management Manual.
Often these courses are cursory in nature and do not adequately
prepare BPA personnel for administering diverse contract
responsibilities.  There is a not a comprehensive/centralized
tracking system of WAM/PO training.  With the addition of
Recertification requirements, this becomes more important.

-------
           04'-ei/92    17:54                                     013
                                22

PROPOSED  PLAN OF ACTION I

Contracting Officer will  seek more appropriate training courses
for BPA staff involved  in contract administration,  providing
more in-depth .training  to POe.

HQ should develop courses to  cover critical vulnerable areas to
assist technical pereonnel*

New employee* will work with  the C8 and POs and senior WKMs  to
develop the necessary tools for contract administration.

Performance Agreements  will incorporate contract administration
as part of PY standards for MAMs.   Senior Managers will ensure
that HANS take the required courses within timeframee
established by the Divisional training profile.

PO and CS personnel will continue to neet periodically  to review
contract issues; if necessary, Contract Advisories will be
developed by the Contracting Officer.

-------
                     34/01/02    17:54                               -      014


\                             •'"-                         .-">

 \-
        4 • Office of flftq^onal Counsel                   !

           Identified Areas of Contract Vulnerability within ORCt


        A» Contract: Inforraation ft|f
            There is little information or control over staff contacts
            with contractor personnel, which oould lead to a lack of
            prioritization of tasks or to initiation of tasks outside
            the acopa of the contract,  information regarding the
            service* that can be provided under the contract* ie
            insufficiently distributed, which may lead to under
            utilisation of the contractor* for services provided through
            the contract.  There is insufficient available information
            on how to deal with contractors regarding new services that
            nay be useful to ORC.  Such a situation can lead to informal
            discussions and possibly "new tasks" being generated
            inadvertently.  Generally there is an absence of information
            on the quality of services rendered, which may lead to
            problems being unaddreased through the proper channel*.

            Plan of Action:

                 1.   For all contractors,  establish management
                 responsibility within ORC for monitoring requests for
                 contractor services and adopt a standard procedure
                 whereby the Project Officer provides a monthly report
                 of assigned tasks  and status of each for review by ORC
                 management.

                 2.   Obtain accurate information from the Project
                 Officer regarding  the service* to be rendered  by each
                 of the contractors providing support to  ORC and ensure
                 full distribution  within ORC.

                 3.   Acquire information from the Project Officer
                 regarding the proper method of discussing new  and/or
                 different tasks that may be appropriately provided by
                 the contractors.

                 4.   Establish a system whereby the responsible ORC
                 person (see Item 1 above) receives information from the
                 case attorney relative to the quality and timeliness o£
                 each ta*k completed by the contractor.

       B. Information Security

            Information i* needed rleative to the measures in place to
            ensure the security of  BPA records /documents  in the
            possession of the contractors*

            Plan of Action

                 1.   Acquire information from the Project Officer and/or
                 security services  contact regarding the  document

-------

-------
              34/01,'32    IV: 55                                     015
         security meas».«.-es in place in the contractors' work
         area.

C. Possibility of the Ama«iai-ana« of Personnel Services
    one OKC employee is  on the same telephone number A* several
    Agency contractors,  BO on occasion a contractor may an0w«r a
    call which turns out to be for BPA.

    Plan of Action

         1.  Arrange, through the  proper offices, to have  the
         BPA employee placed  on a  separate telephone number.


D» Point of Qpntaot for Contractor Admini-atara^,i.Yft Tumnmm

    Because of the nature of  the position, the Administrative
    Officer may become the point of oontaot for apaoe,
    telephones, mail distribution, and  other matters relating to
    contractors' work related to ORC activities*

    Plan of Action

         1.   Handle items relating to contractor space/
         telephones, mail distribution and other matters through
         the appropriate Project Officer.nation is needed
         relative to the measures in plaoe to ensure the
         security of BPA records/documents in the possession of
         tha contractors.

-------
                       17:53                                     016
5.  Water Management Division Contract Vulnerabilitiee

    A*   Contract Awarensa Inf orma            -^-n^-nJ fog Staff
         in general, Water Division appears to manage a limited
         number of Contract*.  Moat are nationally managed LOS
         type contracts.  However, certain vulnerabilities do
         arise as a result of the survey*

         1.  All work assignment managers need to have received
         appropriate training.

         2<  An updated contracts management aanual should be
         made available in each section that manages contract*.

         3«  Section Chiefs who manage contracts should be
         certified as Project Officers and perform oversight of
         work assignments.

         4.  All managers should be familiar with contract
         principles, i.e., contracting in EPA (BPA Order
         1900.2).

         Plan of Action

         Initiate a Division wide contracting education and
         training survey to inventory the extent of the
         identified vulnerability, then seek appropriate
         training.

-------
                        17:55                                     017
6.  Air, Pesticides, Toxic Management Division

  •  vulnerabilities in Contract Management

    A.  Interaction With CSC
         The vulnerabilities identified by the Air Division
         are basically the vane a» OPN identified with the
         management of the CSX) contract* consequently, their
         concern* are included in the OPM vulnerability
         assessment.

         Plan of Action

         A abort caee history of epeoifio problem* that were
         identified with the management of the CSC contract
         within the Air division will be drafted circulated,
         and read by all manager* within the Division*

-------
         &4/-01--S2    17:56                                     018
7.            BBVIBOHOHZILL SERVICES ABSI8XANCB TKAM
             (BSAT) CONTRACT VOLHBRABILITY ASBESSJOOiT

in recent weeks considerable negative attention has been focused on
contract management in BPA.  Much of  this attention has  focused on
Inappropriate, personal service contract relationships between IPX
and contractors. Tha Acting Assistant Administrator for OARM,  In a
February 28, 1992 name, afflrmad  tha Agency's commitment to address
improving our management of  SPA  contracts. On March 23, 1992,  the
Contract Management Division (CUD) provided ESAT Regional Project
Officers  (RPOs) with new guidance on BSAT contract management  and
indicated that CUD will conduct on-site audits at all regional
locations in the near  future.

Based on Headquarters memoranda *  instruction from CXD,  and internal
Regional   examination,   the   following  areas   of  potential
vulnerability have been identified along with a proposed course of
corrective actioni

A.   BPA'8 RBTiTAMCK  OH E8aTs The BSAT  contract  was developed to
     augment  Regional Environmental  Services  Division  (BSD)
     resources used in support of  the Superfund Program. Primary
     funding for BSAT  Is provided by the Superfund Program. Other
     programs (eg. RCRA, water,  etc.) have become contributors to
     Region iv ESAT funding  through programmatic "buy-ins".

     Region IV Implemented the BSAT contract in November 1987 with
     an initial  staffing  of nine contract employees. Since it's
     inception, the authorised Region IV Team sise has  Increased to
     37 employees. The Region utilises the BSAT contract  to augment
     regional analytical,  Duality  assurance,  and field services.
     Typicallyr  the contract  is used  to providet chemical  and
     biological laboratory support,  field sampling and analytical
     support, quality assurance review, Contract Laboratory Program
     (CLP)  data  validation,   risk assessment   review,  Field
     Analytical Screening  Project  (FASP) operations!  and Regional
     Sample Control Center functions.

     BSAT positions  which are considered particularly  vulnerable
     are  as follows!  LAV Administrator-  these responsibilities
     should be performed by  an BPA employee} Two field  technician
     positions-  it is  difficult  to create necessary separation to
     avoid  personal service situations;  RSCC function*  requires
     considerable interaction with BPA and field contract employees
     in coordinating  sample  analysis scheduling.
     Me  are in  the process of implementing  a number of  actions
     items  contained in the memorandum,  "Proposed Action  Plan to
     Address Potential Contract Management Problems Related To The
     BSAT Contract" (Action Memo) to determine needed corrective
     actions.

-------
          O4xei.'92    17:56                                    019
ACTION FLANt

     •    All task activities will be examined to ensure that they
          are clearly within the scope of the contract Statement of
          Work. Complete  bv April  15 .

     •    All Work Team activities will be critically examined to
          determine If there are personal services arrangamanta in
          existence,  or  there  exist tha appearance of personal
          services  situations.  Those  areas  determined  to  be
          questionable will be  further examined to determine  the
          moat  appropriate corrective action  to  alleviate   the
          problem • Complete bv April IB •

B.   POTENTIAL  COMrtiXCtti OF  XBIBRSSTi  We are  not  aware  of   any
     situations  which  anggeat   that   the  BOAT  contract   is
     particularly vulnerable to conflicts of interest. There is a
     requirement in the contract for the contractor to check  for
     conflict of interest on all work assignments.

ACTION FLAK I

     •    Mo actions planned.

C.   INADEQUATE STATEMENT OF WORK (SOW) I Currently, B8AT is tasked
     through tha use  of  generic Technical  Instruction Documents
     (TIDs) . While these TXD provide general task descriptions with
     reference to specific Standard Operating Procedures and Agency
     technical  guidance  documents,  greater  specificity nay  be
     necessary. This will be an area examined by CUD during their
     upcoming audits. BSD is  currently reviewing the adequacy of
     our existing BSAT tasking process. (Refer to Action Memo)

ACTION FLAMs

     »    All  Technical  Instruction  Documents   (TIDs)  will  be
          reexamined  to   ensure  that   the  Task  Descriptions
          adequately describe the tasks to be performed and include
          reference to required guidance and/or Standard Operating
          Procedures, pomj^ete b
     •    We  will  assess  the  replacement of  generic  TIDs and
          tasking  each  work unit on  an  Individual  TID.  This
          examination will focus on the cost (in terms of time) of
          using Individual TZDs , ways to minimize tasking delays in
          using such an approach, and determine the payoff in  terms
          of  providing greater management control.  Complete by
          Anril 30.

     PERSONAL SERVICES*  The  Region is particularly vulnerable to
     personal services  situations  with the ESAT contract because
     the majority of the contract employees are located on-site.
     Because  of  space  limitations, It  is difficult  to provide
     complete  EPA  and  E8AT workspace  separation  and control

-------
                    17:57                                    020
     employ**  interaction.  It in  obvious  that the  first  five
     element*  of  personal service  contract*  are  pr***nt  to a
     •ttbatantial degree with  th* BSAT oontraot.

     w* hav* located B6AT  personnel in separate office workspaces
     from BPA  employees. The  only exception is  two offices which
     are  jointly occupied during a day-night shift change.  This
     joint occupancy occurs for a period of approximately one  hour
     each day. We have two  laboratory situations where BPA and  BSAT
     employees are working in  the aane laboratory* We are currently
     evaluating how to address this problem area.

     All   BSAT  employees  are  now  wearing   company  issued
     identification badges during duty hours. BPA employees  wear
     Agency issued identification badges during duty hours*  BSAT
     field  and  laboratory  personnel  wear  field  clothing  and
     laboratory coats of distinctly different from BPA's. The  BSAT
     clothing also bears a logo with their company's name.

     Other  initiatives  are  underway  to  further  address  the
     avoidance of personal service situations (eg./  BSAT tasking,
     employee instruction on avoiding personal services, workplace
     separation,  more rigid  tasking  requirements,  increased
     controls  on technical direction, etc.).  (Refer to  Action
     Memo.)
ACTXOB PLANt
          Tour all BSAT employee work areas to ensure that there is
          physical separation of BPA  and oontraot employees, and
          make recommendations  for  correcting any problem areas.
          Complete by April IS.

          Ensure that all BSAT office and laboratory work areas are
          clearly identified. Complete by April 15 .

          Ensure that all BSAT employees have and wear  ManTech
          Environmental Technology,  inc. identification badges . The
          BSAT Team Manager (BTM) has  been directed to provide all
          contract employees with badge* and instruct them to wear
          these badge* during work hour*. Complatf* fry Mg»re>*  *ft-

          In* tract, the BTM that all BSAT laboratory, warehouse, and
          field staff will wear laboratory coats or work clothing
          which  readily  identifies them as  contract  employees.
          Complete by March 30.

          Conduct  a  mandatory  seminar  on   "Avoiding  Personal
          Services" for  all BSD employees involved with the BSAT
          contract . complete, by i
          Remove E8AT contract employee name* and number* from the
          BPA telephone directory. Complete bv April 30.

-------
          04-'01x^2    17:5?                                     021
      •     Issue a memorandum from the Division Director to all BSD
           personnel   specifying   restriction*   on   contractor
           participation  in  certain  BPA  activities  (eg.,  staff
           meetings , awards presentation* , training, socials , etc . ) .
                ete by Aril  IS.
      •     Issue a memorandum to  the KTN and all BSD  personnel
           responsible for  generating work  assignments for  B6AT
           which specifies thnt all work assignments must be issued
           only by the RPO«  CPJBP1*^*B ^Y March 30 »

B.    INHBRKMTLT GOVBJUMBHTAL  FOHCTIOllSl An area  that  CMD  will
      examine is  some KSAT  functions to ensure  that  inherently
      governmental  functions  are  not  being  done  by  contract
      employees. Areas such as QA/QC duties could possibly fall into
      this  category.

ACTION PLAN i

      »     Will    be    examined    when    CMD    reviews    BSAT
           structure/operation .

We consider the BSAT contract , as  it is currently structured, to be
extremely vulnerable. Once CMD completes its' regional assessments
within the next few weeks, it is very likely that the contract  will
have  some  restructuring  of  both  functions  and  operational
procedures,  BSD is critically examining our management controls
over  the  BSAT contract  to identify weaknesses  and corrective
action*. (Refer to Action Memo.)

Currently, ESAT RPO responsibilities are being performed by Bobby
Carroll as a collateral duty. The RPO position requires more  time
and attention than can be devoted by the RPO.

ACTION PLAHt

      •     Examine  the need to realign  the  BSAT Regional  Project
           Officer  (RPO)  responsibilities and  recommend suggested
           changes to  Regional management, cosipleiie  by Mav  is.

-------

-------
        'i
        ?       UNITED STATES ENVIRONMENtAL PROTECTION AGENCY

                                  REGION IV

                            3«»S COUWTLANO STREET. N.E
                             ATLANTA. GEORGIA 3O3OS
MEMORANDUM

   Date:  April  16,  1992

Subject!  Additional Contracts  Information (Your request of
          March  31,  1992)
   Promt  Donald J. Guiny ard             ^
          Assistant Regional /Kdwinistrator,
           for Office  of Policy  and Management

     To:  Christian R. Holme B
          Acting Assistant Administrator
           for Administration
           and Resources Management

Attached , please find  the supplemental information that you  requested
in your March 31, 1992 memo.  Our approach is to  send you  addendums
to the vulnerability assessment  that was previously provided to you.
The following documents are attached i

    Attachment A              Additional Region-wide Vulnerability
    Attachment B              Revised Vulnerability Matrix,  showing
                              Action Plan Completion Dates
    Attachment C              Listing of Contracts by Division
    Attachment D              Contract Management Personnel  by
                              Division
    Attachment E              Summary of Audit Findings

AB requested, we searched the FMFIA internal control reviews for  the
past five years and found no identified contracting vulnerabilities.
There were three audit findings  and they  are included as Attachment E.

I hope that this information will help you in your efforts.   If you
need further assistance, please  do not hesitate to contact Jane
Sine? ley or Fran Ha r re 11 at FTS 257-2374.  They will be  happy to assist
you .
Attachments
                                                             Printed en Reoyotad Paper

-------

-------
Attachment A

-------

-------
                            Attachment A

          Addendum to Region-wide Vulnerability Assessment
 1C.  POSITION  DESCRIPTIONS AND PERFORMANCE  STANDARDSx  A change
     to tha  Contracts Management Manual  (CMM) dated 8/15/91
     requires  that  the  position descriptions and performance
     dtandardB of certain program  staff  and all EPA manager*
     include criteria about their  respective contracting duties.
     These changes  are  in Chapter  7, paragraph 7.7  of  the
     Contracts Management Manual.

     Supervisors must ensure that  the position descriptions and
     performance standards for Project Officers, Deputy  Project
     Officers,  Work Assignment Managers, Remedial Project
     Managers,  Delivery Order Officers,  Delivery Order Project
     Officers,  and  On-Scene Coordinators include criteria on
     their pre-award and post-award contracting duties.

     All EPA managers,  who have either direct or indirect
     responsibility for the oversight of contractors, must have
     language  included  in their performance standards emphasizing
     strong  contract management and controls.  Such language must
     recognize that EPA managers are responsible for ensuring the
     proper  utilization of contractors.  The performance
     standards should address items such ast  ensuring employees
     they supervise have adequate  training in their contract
     management duties; not utilizing contractors for the
     performance of inherently governmental functions; and
     ensuring  that  contractor employees are not treated as Agency
     employees.

ACTION PLAN:

     The Assistant  Regional Administrator will issue a memorandum
     to the  Division Directors with the CMM criteria attached.

COMPLETION DATE!

     September 30,  1992

-------

-------
Attachment B

-------

-------
                                                                                                           Ufeto
                                             Attachment B
        Vulnerabilities  By  Division  with Action Plan Completion  Dates
                                                                                                      P.I
                                                                      Degree of       Completion
            of Vulnerability

 I.A.  JHaglciul nee
                                                       Division
».*.
2.C.
z.r.
3.0.
».*.
a.*.
3,1.
a.t.
a.N.
      Petition M»0i:iptic>li*/»«£o*una« «td«.
                                        of «iMtiEa
                oanlUoc* at lnt*r**t
                 WAVMMtttt*
               •*xvit.-»
                         Adainlktution
        •nd
                                 Caatnetori
                       of
      Mtiur*  of LOB Conttioti  Work »Lui •••atiatlaiu
        Celt  uf Mwork
                 DRt of FvQ4*M»/
      Cact tulabnncMat ContrMt*
          Mlth 5«dic»fc»d V
 »IT/*it. *>M«.nnt Vulnu-abi.lity

 conflict of Inver»»v end
            to
                                        lnl.onut.ioa
      **xli.»i NeUtiekVlon of Avtilmbl* Contrcat rnndii
               of Work t>*v»lotw«nt
      Progroi M»n»g»»»nt
j trmining
                                                        HUt* MQKt
W*ece Mgmt

•••«:• M^Bt


»••*• Myat
                                                        Wait*
Vn'fee Moat

W»et» Mgnt

W*rb«
                                                                   High

                                                                  •ifh
                                                                                | Completed
                                                                        •igl>

                                                                        High
                                                                       Ui«h
                                                                                      Awaiting Pinil Cuidanoe
                                                                   High

                                                                   High

                                                                    Low

                                                                   High
                                                                   High

                                                                   Biyh
                                                                                      *f-»t-»i
                                                                                      •f-i*-»a

-------
Valn*jr*biliti.» by Oivt»len wlvl.  Aotlan »lmn delation

    e* VuU«r*>ilifcy                              MvUion
                 p.l

       of        Cwtplction
Vulnerability    tut*
4. A.

4. ft.
4.C
l.D
t .A.

«.*.

7.X.
7.D.
7.C.


7...
Contract Infarction Avannaa* | ORC
1
Intonation a paucity 1 okC
]
1
Pa«aibili«y 61 fcppaarana* of F«r*aun*L ••rvloB | OfcC
1
1
Point of Contact for Jufaiaiicntlv* X*»u*» j OHO
I
i
1
1
•FA a*pley«B Xoncrantion wivl. C«C fuplvymm* \ All
1
BtX'o ft*}&iMt0* Ott 89AT — Loaa o£ Control j S*tJ
1
1
!
In»d»^a«t» atntcacint cf warfc | (ID
I
1
1
Ituwzontly oov«rna»n»»l runetiona | IIP
1
High

•*,*
low
Bifk
Biyh

High

M*»l>

Ulfh
High

Bifh
l"-"-»a

O^plMM
0^,^^
.......
».«..»

coB(»».»t»a

COMPLY
C«cpl»t«d
*4.J*.y?
I4.je-»z

•9-15-18

-------
Attachment C

-------

-------
                                                            Attachment C
                                                                                           Pare
                               Contractor
                                                             Type               S Amount

                                                   OFFICE OF POLICY i MANAGEMENT
 Health Unit
 Ada. Support Svcs.
 ABP Support Svcs.
 Library/Records Mgmt.
 NBPA Studies
 a.
 b.
 c.
 d.
 e.
i.
j-
k.
1.
B.
n.
o.
P«
q-
r.
s.
t.
a.
v.
 Technical Assistance
 Technical Assistance
 First Response
 Emergency Response
 Emergency Response
 Emergency Response
 Emergency Response
 Site Specific Contract
 Site Assessment  Support
 Technical Enf. Support
 Technical Enf. Support
 Remedial Response
 Remedial Response
 Remedial Response
 Remedial Response
 Remedial Response
 Bnv. Services Support;
 ARCS Tracking Dvpnvt.
 Records Management
 Computer Assistance
Remedial Oversight
RCRA Permitting Support
                           Comp. Health Svcs., Inc.
                           Tommy Nobis Ctr.
                           Computer Sciences Corp. (CSC)
                           Labat-Anders on. (LAI)
                           Gannett-Fleming
                                FFP
                                FPP
                                JD/IQ/CR
                                ID/IQ/CR
                                ID/IQ/CR
                    S.28M
                    $.12M
                    $1.1M
                    Sl.LM
                    $355K
                                                     WASTE MANAGEMBilT DIVISIOM
 Roy F. Weston
 RAX, Inc.  (8a)
 OHM, Inc.
 Hestinghouse Haztech
 ETI
 Four Seasons
 OHM, Inc.
 OH Materials, Inc.
 Bionetics
 CDM/FPC
 Dynaotac, Inc.
 Ebasco Services
 Black & Veatch
 Bechtel Environmental
 Roy F. Weston, Inc.
 CDM/FPC
 ICF Technology Inc.
 Roy F. Weston
 Labat - Anderson, Inc.
 CSC,  Inc.
 RAI
A. T.  Kearney
CPFF
CPFF
ID/IQ/CR
ID/IQ/CR
ID/IQ/CR
ID/IQ/CR
ID/IQ/CR
FFP
CPFF
CPAF
CPAP
CPAF
CPAF
CPAF
CPAF
CPAF
CPFF
CR
ID/IQ/CR
ID/IQ/CR
CPFF
CPAF
$ 42.8M
$  3.3M
$ 26.5M
$ 24.2M
$ 22.3M
$ 23.9M
$ 26.5M
$  1.5M
 HAT'L
$ 29.5M
$ 29.5M
$111.5H
$110.5M
$112.8M
$ 46.6M
$114.3M
$ 18.7M
   fl.lM
   0.4N
   1.1M
   1,
  8M
9.0M
  3
  3
2 & 5
2 & 5
  3
  4
  1
  3
  3
  3
  3
  3
  3
  6
  4
  4
  3
  3
  3
  3
  3
  3
  1
  2
  2
  3
  1

-------
 Purpose
 CPA Audit Sycs.
 CPA Audit Svcs.
                       Contractor
                                                      Type
                                                 OFFICE OF INSPECTOR GENERAL
                                            fMABAGED BY OPM CONTRACTING OFFICERS)
 HcBride & Lock
 Brandon, Smith & Jones
 ID/IQ/CR
 ID/IQ/CR
 $2.2M
 $2.2H
 3
 3
 On-Site Lab
                       ICF Technology, Inc.
                        EHVIRQMMEHT-AL SERVICES DIVISION

                               CPAP               $18.7M
                                                 OFFICE  OF REGIONAL COUHSBL
 Contract Evidence
 Audit Team            Tecblaw
 Docket Maintenance    CSC
                               ID/IQ/CR
                               ID/IQ/CR
                    $32.5*4
                    $ 1.1M
Air Enforcement
Related Activities
(Training, Inspections,
Testing, etc.)
                                        AIR. PESTICIDES t TOIIC MAHAGBHEKT DIVISION
Alliance Technlgy.
     as above
Same aa above
Same as above
ADP Support Svcs.
Financial Info. Svc
Air Pollution Training
Institute
Pacific Environ. Svcs.
Midwest Research Institute
CSC
Information America
LOE
LOB

LOB
LOB
ID/IQ/CR
LOB
$311

 TED
 TBD
$1.1M
MAT'L
                     1
                     2
1
1
S
6

-------
                                                                                         Page 3
Purpose
Program Support
Technical Support
Tech. Support, Data Mgmt,
& Clean Hater Act Inpl.
Field Inspection-UIC
Data Bntry-NPDES
Data Entry-Wetland
Program Support-UST
Pernit/Enforcement
Program Support-PWSS
Hydrology Support
                           Contractor Mane
AMS
Battle Manorial lust.
Tetratech
Tetratech
Cadmus
CSC
CSC
ICF
Cadnus
Cadaus
Wade Miller
       Type

WATER MANAGEMENT DIVISION

       CPAP               HAT'L
       CPAF               $48M
       CPAF               $15M
       CPAF               $ 6M
       LOB                KM"!
       ID/IQ/CR           $1.1M
       ID/IQ/CR           $1.1M
       LOB                HAT'L
       LOB                SAT'L
       LOB                KAT'L
       LOB                KAT'L
1
1
6
1
1
6
6
6
6

-------
                             Attachment C
                        MOTEft TO CONTRACT LISTING

1.  Nationally managed contract.  The Contracting Officer and Project
    Officer are in Headquarters and either a Deputy Project Officer,
    Regional Project Officer or a Delivery Order Project Officer is in
    the region.
2.  CSC and LAI are nationally, managed contracts but they serve almost
    every Region XV Division, so they will appear several timee on this
    listing.
3.  Totally managed in Region IV.
4.  Nationally managed zone contract.
5.  Dollar amount shown is regional obligation - not total contract
    amount.
6.  Nationally managed contract.  Total contract dollar amount is not
    known.

-------
Attachment D

-------

-------
                                            Attachment D






                             COHTOACTS MAKAGgMElIT PERSONHBL BY DIVISION


0PM
HASTE
MATER
ORC
AIR
BSD
Project
Officers
4
9
15
— _
	
___
Deputy
Project Officers
2
___
0
___
	
2
Work
Assign. Hnqrs.

100
26

11

On-Scene
Coordinator s

22
0

~»— . •
—
Contract
Specialist
14
___
0
„ UB
— -.—
___
               28              4                     137              22               14





Regional Total  205

-------

-------
Attadhment E

-------

-------
                                  Attachment E


FINDING 5 OF OIG AUDIT REPORT B1SGB9-04-0016 DATED
12/26/98, ENTITLED "REGION IV'S REMOVAL CLEANUP ACTIVITIES"

-QUSSTIOHAB^p ypg OF ERGS CONTRACTORS/SUBCONTRACTORS ON REMEDIAL ACTIVITIES

OIG Recommendation*

       5(a).  Remind applicable Regional staff• of the restrictions on the
       uee of ERCS contractors in cleanup actions under OSWBR Directive
       9360.0-3B.

EPA's Corrective Actions for Finding 5(a):
       5(a) Answered in 5(b)

OIG Recommendation;

       5(b).  establish controls to ensure staff compliance with OSWER
       Directive 9360.0-03B and preclude actual/ apparent, or potential
       conflict of interest situations involving ERCS contractors or their
       subcontractors.

EPA'a Corrective Action for Finding 5(b)J

       5(b).  The Contract Management Unit, Information and Contracts
       Management Section/ Waste Programs Branch, will develop Control* that
       will ensure staff compliance with OSWER Directive 9360.0-03B as it
       applies to actual, apparent or potential conflict of interest
       solution* involving ERCS Contractors or their subcontractors.  OSWER
       Directive 9360.03B, as well as the Controls developed to ensure
       compliance with this directive/ will be  presented to all applicable
       Haste Management Division Superfund Staff in a aeries of seminars
       presented by the Contracts Management Unit,

       Corrective Action Completed

-------

-------
         6 & 7 OF DIG AUDIT REPORT E5EH7-04-0181-81927
DATED 9-26-88 ENTITLED "REGION IV'S
MANAGEMENT OF SIGNIFICANT SUPERFUND REMOVAL ACTIONS"


OIG Recommendation Mo. 6

       The Regional Administrator shouldt

       a.  Establish and implement adequate internal controls to ensure that
           Qn-Scene Coordinators do not go beyond the limits of their
           authority by permitting contractors to begin work and incur
           expenses prior to obtaining the Contracting Officer's approval.

       b.  Establish and implement standard documentation and filing
           procedures to ensure project files contain complete documentation
           of the history of site planning, authorizations/ and response
           actions taken.

       c.  Establish and implement adequate controls to ensure that contract
           delivery order scopes of work prepared by regional personnel are
           clearly defined, avoid open-ended wording and require contractors
           to meet performance objectives for proprietary technologies.

EPA'8 Corrective Actions for Recommendation No. 6(a)

       1.  The Region established regional contracting officers to support
           the removal program, thus allowing the expeditious pursuit of
           contracting mechanisms.

       2.  The Region will use direct competitive bidding (i.e.,
           site-specific bidding), Pre-Qualified Offerers Procurement
           Strategy (PQOPS), or other appropriate bidding procedures to
           obtain specialized technologies.


EPA'S Corrective Actions for Recommendation No. 6(bl

       1.  The Region will comply with new Agency procedures regarding
           standardized site files.   (OSWER Directive 9360.2-01, July 19B8)

       2.  The Region will comply with new Agency guidance regarding
           establishment of On-Scene Coordinator Administrative Support

-------
EPA'B Corrective Ret lone for Recommendation No. 6fci

       1 .  The Region will have Regional Contracting Officers support the
           On-Scene Coordinator* mo that delivery orders and other documents
           involving contractor direction or performance are sufficiently
           clear and identify the objectives to be mat.

       2 .  The Region will have the Regional Contracting Officers attend the
           monthly removal staff meetings.

           Corrective Actions Completed

                 n No. 7
       The Regional Administrator should:

       a.  Establish and implement adequate controls to ensure that on-scene
           coordinators effectively monitor contractors to achieve treatment
           standards required by contractual terms*

       b.  Take appropriate measures to ensure that the hazards remaining at
           General Refining and Peak Oil after prior removal activities are
           adequately addressed.

           Corrective Actions for Recoamnendatign No < 7

           1 .  The Region will have the Regional Contracting Officers anwist
               the On-Ccene Coordinators in developing contracts and in
               assuring that contractual terms are met.

           2.  The Region will conduct additional cleanup at the General
               Refining and Peak Oil sites.  Additional cleanup at General
               Refining is planned for nay-August 1989 and will involve
               solidification/fixation of the 10 f 000 yards of stockpiled
               waste.  At Peak Oil/ further cleanup of the remaining tanks
               (including liquids and sludges) and the ash pile will be
               accomplished.  It is not expected that the PRP's will
               participate in these cleanup activities.

               Corrective Action Completed

-------

-------

-------
              UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                       77 WEST JACKSON BOULEVARD
                         CHICAGO. B-  60604-3590
                                                   «§FIY TDTM AmMTON OP:
 SUBJECT:  Contract Management Reviev

 FROM:     Valdas V. Adamkus
           Regional Administrator
 TO:       William X. Railly
           Administrator

 As requested in your March 10 memorandum, Z an reporting our
 assessment and proposed action plan for all potential problems
 relating to contract management.   Region 5 has already
 implemented many contract improvements and we plan to further
 strengthen our contract practices.

 Our short-term strategy is to reviev and improve our present
 contract management practice*.  Our long-term goal is to assess
 Region  5 future work requirements and determine the best means
 for performing that work—contract  or in-house.   If contracts are
 required,  we will asses* the  number and types.

 Region  5 initiated  a contract management reviev in early March,
 first focusing on the CSC contract.   We plan to expand the  reviev
 to  include Labat Anderson, Boos Allen and other  on-site
 contractors.   We plan to complete our reviev by  the first week in
 May, given CSC cooperation.  We have submitted an outline of our
 reviev  plan to OARM (Attachment l).

 As  a result of our  awareness  of good contracting practice*  and
 the results of the  CSC  audit, we have made many positive contract
 management changes.

 1.   we  have centralized administration for our CSC contract in
 one DOPO,  who  monitors  contractor performance and approves
 contract payments.

 2.   We  have located several key contract staff in separate,
distinct work  areas.  Five  CSC contract employees (two operators
and and three  program management staff) are in the computer room;
ten CSC data support staff, only,  in our Technical Support  Room;
and six CSC contract staffers involved in Superfund cost recovery

-------
                 •-J  rr-.un r USHISOC. 6 w-UJUlViiNu     TO           82600335 P.03
 documentation are in separate vork areas in our comptroller's
 office.  Thirty-three BSAT contract employees who reviev
 laboratory test results are in vork areas separate from the
 laboratory.  We are reviewing all other on-site contract
 positions to determine if employees should be moved to separatre
 areas or facilities.

 3.   All contractor staff desks and vork areas are distinctly
 identified with the contractor name on the name plates.

 4.   Current contractor identification badges are slightly
 different from EPA badges.  However,  significantly distinct
 contractor badges are being ordered.   They will be a different
 color and will not have the EPA logo  on them.   Delivery should be
 within 4-6 weeks.

 5.   Region 5  telephone listings separate contractor staff.  A
 separate contractor listing is included in the back of the
 directory.  The organisational listings also separate  and
 identify contractor personnel.

 6.   Ho contract employees  are  issued supplies from the DA supply
room.   All requests  must be made through the ADOPO or  project
officer and must have the  written approval of the ADOFO'e/project
officer's supervisor.

7.  We conducted an  A-7« review  when the CSC contract  was awarded
in order to determine if contract support was cost effective.
The  decision to contract these services was supported.

S.  We have performed a cursory  reviev of the statements of work
for  our regional CSC delivery  orders*   The statements  of work do
not  reflect any inherently governmental functions or prohibited
contracting activities.  We will analyse the work actually
assigned and performed to  verify the work in practice  is not
inherently governmental and does not include prohibited
activities.

9.   All CSC training requests  are and  have been reviewed and
approved/denied by the regional DOPO.   The  approvals  and/or
denials are documented. Very minimal training has  been approved
to date.

 10.  Contract  training for  ADOPOs monitoring the esc contract has
been scheduled for April.

 11.  We have provided management controls training,  emphasising
contract management controls,  for all senior staff,  branch and
 section chiefs in PY 1992.

-------
                                                        82602835 P.04
 12.  Guidance has been provided to all Region S TQM facilitators
 concerning appropriate roles for contract staff in the TQN
 process.

 We will verify that these and other improvements,  detailed in our
 •Proposed Action Flan to Address Potential Problems in Region 5
 Contract Management Program" (Attachment 2), strengthen our
 contract management program*
Attachments
                                          V. Adamkus

-------

-------
                         rjHHiN>_t £ HiwUJUHl 1N5     TO          82600835 P. 05
               UNITED STATES ENVIRONMENTAL PROTECTION AGENCY

                               REGION 5
                        77 WEST JACKSON BOULEVARD
                          CHICAGO. IL  60604-3590
 MAR
 SUBJECT:  Contract Management Reviews
                           t-5
 FROM:     Robert Springer /Assistant Regional Administrator
             for Planning and Management

 TO:       John Chamber 1 in. Director, office of Administration,
           Office of Administration and Resources Management

 Attached is Region 5's draft  plan for  our  contracts) management
 review,  we vill begin the review by analysing CSC activities and
 Region S's management of those activities.  We plan to expand the
 review to include Labat Anderson, Inc.  and Booz-Allen and other on-
 site contractors  as  soon as  appropriate, given the  preliminary
 results from our CSC review.

 we  are currently developing detailed review guides for each review
 area identified in the draft plan.  The review will begin this week
 and our optimistic projected completion  date  is May t.   We will
 treat the review  as  an Internal Control Review with  documented
 review objectives, guides, workpapers and results; recommendations,
 as   appropriate,  will  be  presented  to the   Deputy  Regional
 Administrator .

 We will provide specific recommendations for each contract with the
 goal of consistent contract management for all on-mite contracts to
 the extent possible,  given the  nature of each contract.   In the
 interim,  we are talcing steps to assure  that contract staff are
 separate and distinctly identified including clearly distinct name
 tags,   separate  working  space   to  the extent practical  and
 appropriate,  and guidelines to all AOOPOs, supervisor*,  managers
 and executives  on  proper  involvement  and  exclusion  from  EPA
 activities and  events.

Attachment

cc:  Michael Bower, Director, Contracts Management Division
     Office  of  Administration and Resources Management
     Research Triangle  Park

     John A. Edwardson, Deputy  Director
        for Administration and Resources Management
     Research Triangle  Park

-------

-------
                     (-fun nmNCE & HC»-GUiN I iNlj     TO          62630835 P. 06
                                                  DRAFT

 CSC Contract  Review Program

 Review Strategy:
 1.  Determine review steps performed by Region S
 2.  Review work steps perforated by Region 5
 3.  Review  (cursory) all areas where Region 5 action seems to be
     adequate
 4.  Review (in-depth)  all areas where Region S actions seems to be
     inadequate

 Review:

 A. CSC Services - Personnel Specialist
 a. Determine services required by SOW
 b. Determine actual services
 *     1. Determine csc positions in Region 9
 *     2. Determine services provided by  those positions
      3. Review services  against Personal  Services  contract
         guidelines (Attachment A)
      4. Review Labor categories to work performed  to determine if
           properly classified
      s. Review services against  EPA  guidelines  for  inherently
           Governmental functions  (attachment &}
      6.  Review services  for COX activities
           ex:  CSC manage themselves, process own invoices, use CSC
           records  to verify invoice charges
      7. Quality of personnel against contract requirements
* Get CO Permission
(Ask Managers  what is done, ask CSC staff what is done,  verify)

B.  Invoice/Payment Review Process - Accountant/Financial Analyst

     l. verification and approval of invoice payment
           Technical Review
           Improper  fund  obligations   and  contract   payments
                (expired appropriations were obligated and improper
                charges were paid, charges before D.O. signed)
           Approving officials
                second review performed
                technical approval received
     2. Labor  Cost Review
           Analyze  labor hours  against work performed
           ex:  review progress  reports to hours charged
           Analyse  labor categories against work performed
           ex:  review progress  reports to labor categories
           Independent verification to TftA
           Control  for staff charging to more than  l D.O.

     3. other  Costs
           Equipment cost* Justified?
           Equipment used  for other  projects  (should  not  be
                charged direct, in 0/H)
           If  leased,  how  much did  we pay  (more  than  purchase
                price?)

-------
                   F'ROl-i FiNHNCE & ACCOUNT!NG    TO          82600835 P.07
                                                  DRAFT
           Check out fax use and mail room use
      4. Overhead Costs   -  nothing charged direct under  current
           contract.
           Project Management Costs - charged direct and indirect?
                (all direct improper,automatically charged indirect;
           unallowable Training  (unnecessary for SOW,  contractor
                should provide, paying for developed staff)
           Unallowable Travel - not directly related to  D.O.
           Idle tine - Indirect
                                                     «
C. Training for DOPOs/ADOPOs - Contract Specialist
     Rave copies of contract?
     Have copies of SOW*?
     Have copies of O.O.s?
     Received contract training?
     Guidance by P.O./C.O.7

     (Contracts training in April - these should have first chance)

0. EPA Contract Management/Oversight Practices - Internal Controls
     Staff/Contracts Specialist
     Review oversight by OOPO/AOOPO
     Personnel  qualifications  reviewed when  approved   Contract
          Project Plan
     Waivers  of  TOSS  contract educations/experience requirements
          granted?
     Were labor category upgrades justified?
     statements of Work
          Compared to Delivery order*
          Reviewed
              for inherently governmental or personal services
          and COX activities
     Who prepared - CSC assist?
     Adequate description of work?
     Schedule of performance?
     Quality assurance checks?
     Include  personal services  statements,  such as  "other
          duties to be assigned by EPA"?
Did DOPO/ADOPO Ensure?
     All Work performed after D.O. issued?
     Pay for Labor categories not in O.O.?
     Check rates against contract?
     Quality Assurance Reviews Performed?
     work load Analysis performed?
verbal Authorizations? Amendments shortly after?
     written contractor notification for variances?
Do not allow funds to carry-over from year to  year  - Anti-
     Deficiency Act

-------
       94/01/1992 11:36  FRCn FINANCE 8. ACCOUNTING     TO          82608833 P.03
                                                      rDRAFT
      Who provided work product C guidance?
 E. FMFIA - Internal Controls/ Contracts Specialist
      identify weaknesses?
      identify control objectives and techniques ?
      those identified were implemented?
      AICR - quality assurance reviews performed?
 *    contract administration in EPA performance standards
 *    contract  management  duties  clearly  assigned  -  position
           descriptions

 F. Lack of  accountability for Government Property furnished to CSC
      Property Specialist
      lists  of property •
      accountability for equipment

G.  Cost Benefit Analysis (A-76) performed in Region 5?

H.  System Security - limited CSC access

I.  Administrative  - Property Specialist
     Where  are work areas?
          separate & distinct from EPA?
     Access to EPAt
          distinct name tags?
          Keys?
          key cards?
     Hours worked? (i.e. normal business, other)
     Voice mail?
     equipment - contract
     training with  EPA staff?
     Physical security for facilities?

* Critical to success

-------
      04.'01X1952 11:36  FROM FINflNCE 1 ACCOUNT INQ     TO           326008359.09
 PROPOSED  ACTION PLAN TO  ADDRESS POTENTIAL PROBLEMS  IN REGION 5
 CONTRACT MANAGEMENT PROGRAM
     are  currently conducting a  review  of contract  management
 practices in Region 5.  We plan to uee this review to develop these
 and other  steps to improve  our  management in order to  make our
 Region s contracting program a model for EPA.
Training will be required for senior staff, branch chiefs and other
EPA staff with contract responsibilities, and all personnel.   The
senior staff  and  branch chief training will prepare managers to
perform a self assessment of contract vulnerabilities.

1.  Contracting officers will brief Region 5  Senior Staff  on sound
contract management principles during the last week in April.   The
briefing should provide a sound basis for assessing our  contract
activities.

2.  Contracting  Officers will provide  training to all Region 5
Branch Chiefs and  staff with contracting responsibilities on good
contract management practices, including how to assign, monitor,
and evaluate contract work.   Training will include:

o What constitutes appropriate work for contractors
o Writing statements of work for Delivery orders
o Monitoring and evaluating  contractor performance
o Approving  contract payments.

3.  Contracting  Officers will train  all Region  5 personnel  on
appropriate  work for contractor personnel.
Based  upon contracts management training, each Region s branch
chief  will  assess  the  branch1*  vulnerability  in  contracting
practices.  The assessments should be completed by the  end of the
third  quarter.   Planning  and Management Division  will provide
self-assessment forms,  and  guidance, if  requested.   These self-
assessments will be  reviewed by the appropriate Division Director
and  the  Region  5 Senior  Procurement Manager.   The contracts
management review team vill concurrently conduct  its independent
review.  The results of the self review and the team review will be
compared  and  assimilated   for  a  complete  analysis  of  our
vulnerability with recommended actions.
1. Planning and Management Division will continue to analyse all
Statements of work for all existing Delivery orders to determine  if
they are adequate,  we will assess ways to write statements of work

-------
  so that they  are   specific in terns of  deliverable* and  provide
  ways to measure and evaluate performance*  We will  amend all  sows
  that are not adequate.

  2. Ac an interim aeasure, for one year, all Statements of Work for
  all  Delivery Orders written  in  Region 5 must receive review for
  adequacy and approval fro* the Region 5 Senior Procurement  Manager
  through the Contracts and Grants Branch.

  3.  The  review tea* will  verify that  the actual  contract work
 performed is within the scope of work in the delivery order and is
 not personal services type work or a prohibited contract activity.

          e  of BPA ffStme and operations
 No examples of activities have COM to our attention where contract
 employees have sole knowledge  of EPA systems or operations.   We
 vill analyse sensitive operations and systems and take any action
 necessary to ensure EPA cognizance of all operations.
 All payment  requests  will  receive  two  reviews  and approving
 signatures.  The first review is a technical review from the EPA
 contract Manager who has cognisance of the work performed.   The
 technical approval will  include a statement  frov the technical
 official that the costs incurred appear reasonable and accurate and
 sufficient progress has  been Bade by the contractor  to support
 payment for the period* or that certain costs should be withheld
 because they cannot be verified.  A checklist for this review vill
 be  completed and distributed  to contract Managers.

 A second, administrative review vill be performed by the DOPO or PO
 to  determine that  correct  contract  rates  are  applied,  labor
 categories are correct, no direct  charges are made for indirect
 labor,  and other administrative contract requirements
Roles tor assigning and monitoring contractor work vill be clearly
defined.    Contract monitoring  duties vill  be included  in all
appropriate performance standards and agreements.

All  contract  management  staff  will  work  closely  with  the
Contracting  Officer  and  Region  5  Contracts  staff  to  assure
contractors are performing adequately.
l. Region 5 is ordering new badges for contract personnel that are
more  distinctive than current  contractor badges.  The color is
different from EPA badges and the  EPA logo will be removed.  We
will be advised this week of the delivery schedule, but toe badges
are anticipated in four to six weeks.  All contract personnel vill

-------
 be required to wear the identification badge,  we will conduct spot
 checks to assure badges are worn.

 2. Region 5 has already separated a significant number of contract
 personnel.   As the  need arises for Region 5  employees to wove,
 contract employees will be physically separated from EPA employees.

 Administrative Services will send Mas built" plans to  each division
 and each  Division Director will determine whether  the contract
 employees need to be separated and  the extent to which they should
 be separated.  The plans will be reviewed by the Senior Procurement
 Manager to determine who should be moved and when.

 Facilities

 1. Region 5 contracts will be reviewed to determine if contractors
 should receive equipment and supplies and, if  so, what  typo.   We
 will  limit  equipment and  supplies according  to  the results  of
 review.

 2.  The Administrative Services Branch has requested  Headquarters
 guidance concerning contractor use  of  the EPA mail room.  We will
 control those services accordingly*

 3.  Access  to SPA buildings and space will be determined by each
 Project Officer.   The Project Officer, with supervisory approval,
 will advise  Administrative Services how the access cards vill be
 Keyed  for each contract  employee  and the  cards vill  be  keyed
 accordingly.   The key readers should be delivered next week.

 4.  use of  the PAX machine will be limited to EPA business only.
No  contract  internal business  will  be  conducted via  the  FAX
machine.
1. contractors vill continue to be excluded from Region S functions
and events, except in clearly defined roles on a "need* basis.  The
contracts management review team vill analyze and recommend whether
contractor  employees  should  be  excluded  from  all  EPA-related
activities, such as recreation' association functions.

2. Contractor participation in training courses vill continue to be
limited to  training required to accomplish the assigned task and
vill be clearly defined,  contractor participation  in TQM projects
will continue to be limited to information giving only.

3. The contract  management review team will analyse voice mail to
determine if it  should be available  to contract staff.
                                                         TOTOL P. 11

-------
            09/06--194+ 26 = 66  FROM R SPRINGER
                                                         TO
                                                                       32600835 P.01
                      UNITED tfJ!A!L'£8
                                77 VEST
tamtssm
EHUD
                                GEK900, TTJ.TMTITB  COC04

             FACSIMILE   REQUEST   AMD  COVER   SHEET


                             KASBXRIMr XM BUKX IMC OHLf


TOt
IBOMBMR:
                SBMDDB IAOSZXZLB MBBBMSBB TO THE
                                       NUffiER
                                                                         >•»»»»•*••
 Panafax W-620
FTS: 8-353-4135

Conn: (312) 353-4135
  Call Recipiint
                       to

-------

-------
     09/06X196K 22=72  FROM R SPRINGER             TO           82600835 P.03
    '}
z?
                 UNITED 9TATES ENVIRONMENTAL PROTECTION AGENCY
                            WASHINGTON, O.C. 20460


                             MAR 3 I 1992
MEMORANDUM

SUBJECT:   Follow-up to the Adainiatrator'6 March 10, 1993, Request
           for a Review of EPA^-'tqp^fa^ets Management

FROM:      Christian R. Hoi
           Acting Assistant

TO:        Assistant Administrators
           General Counsel
           inspector General
           Regional Administrators
           Associate Administrators


     The  purpose  of  this  memorandum  is  to  follow up  on  the
Administrator's recent request that you provide by March 26,  1992,
an assessment of all present  or potential problems falling within
your  purview  related to contract and program  management.    The
Administrator attached a copy of ay February 2t,  1992 r  aemorandum
that outlined immediate  and decisive actions taken to correct real
and potential  abuses/  and  restore public credibility.   Several
offices (a.a.,  Regions 6, 10, OCEPA) responded with specific steps
undertaken in support of improved contracta management.   However,
the response to date to the Administrator's memorandum ia leas than
     I have received froa the Administrator's office aix reports to
     (i.e., Regions 1, 2, 3, 10, and the Offices of Water, Research
and Oevelopaent, and Gelid Kasta and Emergency Response) and I very
much appreciate these prompt and  generally thorough replies.  The
absence  of a response from other offices and variations in the
level of information  provided indicate the need to clarify the
scope of the Administrator's  request.   Briefly, the  information
from all offices should include:

-    — vulnerabilities that were identified in any  program,
     management or other audit (e.g., by 010 or GAO) during  the
     laet five  years;

-------
                     i-Kun k SPRINGER             TO          82600835 P.04
                               - a -


      — vulnerabilities that were identified in any internal
      control review pursuant to FMTIA requirements during the
      laet five years;

      — corrective actions initiated or completed to address such
      vulnerabilities;

      — implementation echedulee for any corrective actions net
      yet completed;

      — the number of  contracts managed by s»ch office,  broken
      down according to type of contract, dollar value and
      purpose; and,

      ~ the number of  procurement personnel fe.o..  Contracting
      Officers), program etaff (&*£*.r  Project Officers, DOPOs,
      Work Assignment Manager*),  and legal staff assigned to
      contracts management.

      I  strongly encourage you to provide as much of this
information as possible before our nesting with the Administrator
this  Thursday,  April 2nd,   The balance of this  information should
be submitted no later  than  Thursday,  April 16th.  The information
should  be seat via rax to my of floe (FTi llo-osaff).

      Your prompt support in this effort would be greatly
appreciated.

cc:   Hank Habicht
      Senior Procurement Officers

-------
              22 = 62  FROM R SPRINGER
                                           TO
                                                       82600835 P.05
CATS VULNERABILITIES

Region  5 has  reviewed  and identified  many potential  contracts
management  weaknesses and  reported the weakness  and  corrective
action in the CATS  report.   Examples from 1992  include:
VULNERABILITY

SF Contractor Conflict
     of Interest  (1)

SF contract costs(3)
     reasonable
CORRECTIVE ACTION
study and eliminate
prohibited activities

prepare independent gov.
estimates
 SCHEDULED
 COMPLETION
Completed


Completed
Delays in SF Cleanups(2) guidance written and
                         implemented on  invoking
                         penalties when  deliverable^
                         are late
SF Review of contract
     deliverable*  (2)

Documentation of time

     extensions (2)

Possible personal
services in GLNPO
Contracts (3)
implement automated compliance tracking
system                        Completed

see guidance on penalties and
tracking system above         Completed
                              April 1992
1. 90-day study
2. OIG audit
3. Internal review

-------
CONTRACTS DATA

Contractor     Contract Type  Dollar Valut

Labat Anderson      ID/IQ     120,276





ASCI                LOE       80,000

ASCI                LOE       2,591,000

SAIC                          667,000





Seaward Services              1,133,609




AMS                           32,000

Booz, Allen                   10,000



ICF                           80,000

CSC                 LOE       2,004,624
CH2M Hill


B&V waste

WW Eng & sci

PRC Corp

E&E

Roy F. Weston

SEC Donohue

IT Env. Prog.
Response

Geosafe
CERT
                         Purpose

                         Support   to
                         regional  and  GLNPO
                         libraries
                         Records Mgt

                         Records Mgt

                         Lab analytical support

                         research/produce
                         reports
                         develop information
                         strategy plan

                         operation    and
                         maintenance    of
                         research vessels

                         ARCS program database

                         data    storage    &
                         retrieval

                         develop video
                        technical computer
                    support services to
                    region
CPAF      227,222,913



CPAF      220,160,212

CPAF       58,347,645

CPAF      211,963,386


CPAF       60,855,304


CPAF      222,184,330


CPAF      227,331,084

CPAF



FFP       1,700,688
SF technical services
for remedial response
     SF
Emergency
Site Removal
Litigation Support

-------
     liv 1B/192+ 07 = 36  FROM R SPRINGER
                                           TO
                                                       82600835 P.07
                                                              *r
TES
  PRC  Environmental
  Metcalf  &  Eddy
CLP-see  attached  list



A.T. Kearney


ESAT-LOCfcheed   CPAF
JVS                 FP

Perkin-Elmer        FP

Hewlett Packard     FP

Supreme Equipment   Require

Alliance Tech       LOE

Entropy

Engineering Sciences

Radian

Midwest Research

Cambridge  systemstics


Science Applications

Pacific Env. Sci.

Alliance-Technologies
5,000,000




1,403,517


23,000,000





5,000,000




1,000,000



2,200,000





449,292


  39,060

  55,265


450,694


504,425


 10r900


 24,000

232,536


64,764


137,992



118,886


64,316

79,069
technical enforcement
support  at  RCRA
facilities,

administrative records

SF enforcement support
conduct  inspections,
design    corrective
actions

provide  analytical
services on sampling
data

RCRA  permit  &  prog
support

analytical
Laboratory
support- data,
scheduling, sampling

Administrative
Support  Services
Lab    equipment
maintenance
Lab    equipment
maintenance
Lateral  files

studies,    training
inspections
data base

data base

emission work

FIP estimates

transportation
measures

study -  RACT

regulation devel.

ozone inventory
This  is a compilation of all projected contract activity in Region
5, where  Region 5 awards the contract or administer*  an existing
EPA contract.

-------
                                           '0          S2600835 P.08
PROCUREMENT PERSONNEL

Supervisory Contract Specialist               1
Contracting Officers                          3
Contracting Specialists                       8
Project Officers                            41
Work Assignment Managers                   191
Legal Staff Assigned to Contracts Hgt         0

-------
                         nc SPRINGER
                                             TO
                                                         82600835 P.09
              UNITED STATES ENVIRONMENTAL PROTECTION AGENCY

                              REGIONS
                      77 WEST JACKSON BOULEVARD
                         CHICAGO. IL 60604-3590

                             t $ MM*
                                                   «PLY TO TK AnCNTCNCF
KEMORXMDPM

SUBJECT:  Contract Management Review

FROM:      Valdas v. Adamkufi
           Regional Administrator

TO:        William K. Reilly
           Administrator

AS requested in your March 10 memorandum, I an reporting our
assessment and proposed action plan for all potential problems
relating to contract management.   Region 5 has already
implemented many contract improvements and we plan to further
strengthen our contract practices.
Our short-term
Region 5 future
for performing that work—coi
required,  we will assess the
            is to review and
                    Our
                      a:
                 i' iLPAcfc tar
                             number and types.
                                                       to assess-
                                                     best means
                                                  If contracts are
      ;>  S initiated a contract management review in ea^lv n>^h.
      focusing on the CSC contract.   We plan to expend the review
      ;lude Labat Anderson, Boo* Allen and ether en-site
fSstn  S initi*
to include
contractors,   we plan to complete our review by the first week in
May, given CSC cooperation.  Ne have submitted an outline of our
review  plan to OARM (Attachment 1).
As a result of our awareness of  good contracting practices and
the results of the CSC audit, we have made many positive contr
management changes*
i .
on
    Ne have
central jify
o monitors
         . who
contract payments
                                       . tor our CSC contract in
                        contractor performance ana approves
2.  we  have located several key contract^ staf| in s
distinct work areas. Five CSC  contract employees (two operators
and and three program management staff) are in the computer room;
ten esc data support staff, only,  i'n our Technical Support Room;
and six esc contract staffers  involved in Superfund cost recovery

-------
       09/-04'194+ 34 = 76  FROM R SPRINGER             T0
                                                         82600835 P.10
 documentation are in separate work areas  in our Csspt roller's
 office*  Thirty-three ESAT contract employees who review
 laboratory test results are in work areas separate from the
 laboratory.  He are reviewing all other on-slte contract
 positions to determine^ it employees should be moved to separatre
 areas or facilities.                "" """ ~"~ "~ ~~ — — —

 3.   All contractor; staff desks and work areas are distinctly
 identified with the contractor name on the name plates.

 4.   Current contractor identification badges are slightly
 different from EPA badges.  However, significantly distinct
 contrgctpy i»*«roye
-------
                atjiii.10 FPOn R SPRINGER
                                              TO
                                                          82600835 P.11
 13.  Guidance has been provided to  all  Region 5 TQM facilitator*.
 concerning appropriate roles for contract^ etaff in tne
 process.
We will verify that these and other Improvements,,  detailed in our
•Proposed Action Plan to Address Potential Problems  in Region 5
Contract Management Program"
contract management program.
(Attachment 2),  strengthen our
Attachments
                                       das V. Adamktts

-------

-------
      09/26.'196+ 26 = 66 FROM R SPRINGER
                                             TO
                                                       82600835 P.12
/*1"'J*
              UNITED STATES ENVIRONMENTAL PROTECTION AGENCY

                              REGION S
                       77 WEST JACKSON BOULEVARD

                         CHICAGO. IL «06Q4-3590
MA
MEMORANDUM
SUBJECT:

FROM:


TO:
          Contract Manage
Reviews
          Robert Springer /Assistant Regional Administrator
            for Planning and Management

          John Chamberlin,  Director, Office of Administration,
          Office of Administration and Resources Management
Attached is Region  3's  draft plan  for our contracts  management
review,   we vill  begin the  review by analyzing CSC activities and
ReglonVs  management of those activities.  We plan to expand the
review to include Labat Anderson, Inc. and  Booz-Allen and other on*
site  contractors as soon  as  appropriate, given the  preliminary
results  fros our  CSC review.

We are currently developing detailed review guides for each review
area identified in the draft plan. The review will begin this week
and our  optimistic prelected  n^mi^ia* *•».•  im w ^  we vill
treat  the  review as an  Internal  Control  Review with "documented
review objectives, guides, workpapers and results; recommendations,
as  appropriate,   will   be  presented  to the   Deputy  Regional
Administrator.

We will provide specific recoa^endations for each contract with the
    'of consistent contract managementfor  all on-site contracts to
the extent possible, given the  nature of  each contract.   In the
interim,  we are  taking  steps to  assure that  contract staff  are
separate and distinctly identified including clearly distinct name
tags,  separate  working  space  to   the  extent practical  and
appropriate, and guidelines to all AOOPOs,  supervisors,  managers
and  executives  on  proper  involvement and  exclusion  from  EPA
activities  and  events.

Attachment

Get  Michael Bower,  Director,  contracts Management Division
     Office of  Administration and Resources  Management
     Research Triangle Park

     John A. Edwardson, Deputy Director
       for  Administration and Resources Management
     Research Triangle Park

-------

-------
       09/00/199+ 09=15  FROM R SPRINGER
                                             TO
82600835 P.13
 CSC Contract  Review Program

 Review Strategy:
 l.   Determine review steps performed  by  Region 5
 2.   Review work steps performed  by  Region  5
 3.   Review  (cursory) all areas where  Region  5  action seens to  be
     adequate
 4.   Review (in-depth)  all areas where Region 5  actions seems to be
     inadequate

 Review:

 A.
 a.
 b.
 *
     	Services - Personnel Specialist
    Determine services required by SOW
   Determine actual services
      1.  Determine CSC positions in Region 5
*     2 .  Determine services provided by those positions
      3 .  Review services against Personal Services contract
         guidelines (Attachment A)
      4.  Review Labor categories to work performed to determine if
           properly classified
      5.  Review services against EPA  guidelines for  inherently
           Governmental functions (attachment B)
      6.  Review services for COX activities
           ex: esc manage themselves, process own invoices, use esc
           records to verify invoice charges
      7.  Quality of personnel against contract requirements
* Get CO Permission
(Ask  managers what is done,  ask CSC staff  what is done, verify)
B. Invoice Pament »eviaw
                                   - Accountant/Financial Analyst
     1. Verification and approval  of invoice payment
           Technical Review
           Improper  fund   obligations  and   contract  payments
                (expired appropriations were obligated and improper
                charges were paid,  charges before D.o.  signed}
           Approving official*
                second review performed
                technical approval  received
     2. Labor Cost Review
           Analyze labor hours against work performed
           ex: review progress reports to hours charged
           Analyze labor categories against work performed
           ex: review progress reports to labor categories
           Independent verification to T6A
           Control for staff charging to more than 1 D.O.

     3. other Costs
           Equipment costs justified?
           Equipment  used  for  other projects  (should  not  be
                charged direct, la  O/H)
           If leased,  how  much did  we pay (more  than purchase
                price?)

-------
      09.'31-'199+ 09=19  FROM R SPRINGER             TO          82660835 P. 14
           Check out fax us* and vail roon use
      4.  Overhead Costs   -  nothin? charged direct  under current
           contract.
           Project Management Costs - charged direct and indirect?
                (all direct improper,automatically charged indirect)
           Unallowable Training (unnecessary for  SOW,  contractor
                should provide, paying for developed staff)
           Unallowable Travel - not directly related to D.O.
           idle time - indirect
                                                      •
C. Training, for POPOs/APOPOs - Contract Specialist
      Have  copies of contract?
      Have  copies of sows?
      Have  copies of D.O.S?
      Received  contract training?
      Guidance  by P.O./C.O.?

      (Contracts training in April ~ these should have first chance)

D. EPA Contract MagaaeTMnt-/oversight Practice^ - internal Controls
      Staff/Contracts  Specialist
      Review  oversight by  DOPO/AOOPO
      Personnel  qualifications  reviewed  when  approved Contract
          Project Plan
      waivers of TOSS contract  educations/experience requirements
          granted?
     Were labor category  upgrades  justified?
      statements of  work
          Compared  to Delivery  orders
          Reviewed for inherently governmental or personal services
                and  COX activities
          who prepared *  CSC assist?
          Adequate  description  of  work?
          Schedule  of performance?
          Quality assurance  checks?
          Include  personal  services  statements, such  as  "other
                duties to  be  assigned by EPA"?
     Did DOPO/ADOPO Ensure?
          All Work  performed after D.O. issued?
          Pay for Labor categories not in D.O.?
          Check rates against contract?
          Quality Assurance  Reviews Performed?
          Work  load Analysis performed?
     Verbal Authorizations?  Amendment* shortly after?
          written contractor notification for variances?
     Do not  allow funds to  carry-caver from year to  year  - Anti-
          Deficiency Act

-------
               22 = 22 FROM R SPRINGER
                                             10          82600835 P. 15
      Who provides work product « guidance?

E.  FMFIA, - Internal Controls/ Contracts Specialist
   ~~~ identify weaknesses?
      identify control objectives and techniques ?
      those identified were implemented?
      AICR - quality assurance reviews performed?
*     contract administration in EPA performance standards
*     contract  management  duties  clearly  assigned  -   position
           descriptions

F. Lack  of accountability  for Covernaent Property furnished to CSC
      Pr operry specialist
      lists of property -
      accountability for equipment

G. Cost  Benefit Analysis (A~76)  performed in Region  5?

H. System Seeur^y,,,- limited CSC access

I. Administrative - Property Specialist
      Where are work areas?
           aeparifce fc ai«€inct from  EPA?
      Access ^.o EPA:
                    name tags?
           keys?
           key cards?
     Hours worked? (i.e. normal business/  other)
     equipment - contract
     training1 vith SPA staff?
     Physical security for facilities?

  critical  to success

-------
     09x02,-!get 00 = 22 FROM R SPRINGER
                                            10          82600835 P.16
PROPOSED  ACTTQy PLAN TO  ADDRESS POTENTIAL PROBLEMS  1[H BECTf|p

CONTRACT P*M*«****'*rr PPQgfc"
We   are  yur^gntiy eand*»efcing *  r»vi»w  Of  contract management
practices in Region s^  We plan to use this review to develop these
and other  steps to iaprove  our  management in order  to  make our
Region 5 contracting program  a model for EPA.
Training vill be required for senior staff, bryneh ghle/g,»n4 other
                                   -LUJj
EPA staff with <*7p*raet: rrflpfms « h * * 1 * * •* i  and all personnel.   The
       "staff and  branch  chief training vill prepare Managers to
perform a self assessment of contract vulnerabilities.

1. contracting Officers will brief Region 5 Senior __gtaf.ft on sound
contract aanAa«a*nt principles during the last week in April.  The
briefing should provide a sound basis for assessing  our contract
activities.

2.  Contracting  Officers will  provide training to  all Region  S
Branch Chiefs and staff wi^h contrj.r*^ y«gp^».
-------
      13'01/I50+ 00:04 FROM R SPRINGER            TO          82600835 P. 17
so that they are  specific  in  teraa^ of deliverable* and provide
ways to measure and: evaluate performance.  We win aggnd all sows
thai: are not adequate.

2. As an interim measure, for one year,  all Statements of WorX for
all  DeliVferv Ordettfc  Written in Region  3 must  receive  revlWfor
adequacy and approval froa the Region S  Senior Procurement Manager
through the Contracts1 and Grants Branch.

3.  The  review  team  will  verify, that  the  actuaj. contract  vork,
perforned_is within the scope of work in the delivery order and is
not  personal service^ type work  or a prohibited contract activity.

Knowledge of 8PA systems and Operations

No exaaplefft of activities have come to our attention where contract
employees have sole knowledge of gpA gv****^ or operations.  We
        ilyze senslClVl Operations and system*"
necessary to ensure EPA cocmitance of all operations.
 WT11 analyze senslClVt Operations and systems" and take any action
 necessary to ens

 Payment .Approval
 All  payment  requests, will receive  two reviews and  approving
 signature*,   me  first review is a te6Enl.cai  revfe^ fro*, the EPA
 contract Manager  who has cognisance or  tha>  work performed.    The
 technical  approval  will  include  a statement  from the)  technical
 official that the costs incurred appear reasonable and accurate) and
 sufficient progress .has  been  made by tne> contractor to  support
 payment for the period,  or that  certain costs should be withheld
 becauoe they cannot be verified.   A checklist for this review will
 be  completed and distributed to contract manager*.

 A second,  administrative  review will be performed by the DOPO or PO
 to  determine  that  correct contract rates are  applied,  labor
 categories are correct,  no direct charges are made for indirect
 labor,  and other administrative contract require»ent* are  sjat.
Role* for assigning'and monitoring contractor work will be clearly
defined.   Contract  monitoring duties, will  be  included in all
appropriate performance standards and agreements.      -

All   contract  management  staff  will  vork  closely  with  the
contracting  officer  and  Region  5  Contract*  staff  to assure
contractor* are performing adequately.
1. Region 5 ie ordering nev badges for contract personnel that are
more. distinctive  than  current contractor badges.   TBa" color is
different from EPA badges and the  EPA logo will be removed.  We
will KM advised this week of the delivery schedule,  but the badges
ar* anticipated in four to six weeks.  All contract  personnel will

-------
              00:00 FROM R SPRINGER             TO          62600835 P. 18
 be required to wear the identification badge^  We will conduct spot
 checxs to assure Ridges are worn.                                J

 2. Region 5 has already separated a significant  number of contract
 personnel.   As the need  arises ~for  Region 5 espioyees to  iaove7~
 contract employees will be physically  separated from EP* employees.

 Administrative Services will send "as  built" plans to each division
 and each  Division Director will determine whether the contract
 employees need to be separated and  the extent to which they should
 be separated.  The  plans will be reviewed by the  Senior Procurement
 Manager to determine who should be moved and when.

 Facilities

 X.  Region 5 contyjac£f vill be reviewed^ to determine if contractors
 should receive equipment and supplies;"'and,  if so,  what type.  We
 will  lia.it  equipment and  supplies according to  the  results of
 review.

 2.  The Administrative Services  Branch has  requested Headquarters
 guidance concerning contractor use  of the EPA nail room.  We will
 control  those services accordingly.
3.   Access to EPA buildinog and space vill be determined by each
Project Officer.   The Project Officer/ with supervisory "approval,
will advise Administrative Services how the access cards vill be
keyed for  each contract  employee and the  cards vill be  keyed
accordingly.   The key readers should be delivered next  week.
4.  Use of the wr »»eMi>» vill be Umi£e£ to EPA business only.
No  contract  internal  business will  be conducted  via  the  Hot
machine.
1. Contractors vill continue to be excluded from Region S functions
»nd «»v*nf?  except in clearly defined roles on a "need" basis.  The
contracts management review team will analyze and recommend whether
contractor  employees  should  be excluded  from  all   EPA-related
activities , such as recreation association functions*

2. Contractor participation in training courses will continue to be
Usifeed to  training required to accomplish the assigned task and
vill be clearly defined.  Contractor participation in TQM projects
vill continue to be limited to information giving only.

3. The contract  management review team will analyze voice mail to
determine if it  should be available_to contract staff.       '
                                                          TOTAL P.18

-------
                                       •S.
                                             "^ -^ 3 <^ ^5
      UNITED STATES EKVIRONMENTAL PROTECTION ACENCY
                         Region 5
                77 West Jackson Boulevard
              Chicago. Illinois  60604>3590
              FINANCIAL MANAGEMENT BRANCH
            Finance and Accounting   Section
           Facsimile Request and Cover Sheet
Date of Tranaactlon    41 if \ 1_L-
Nuaber of Pages  Including This Fage

flt csflMK o 0mv BKJBBHB 0 tm§ • n M • • sftnvvi • M » • Mtv ^ni

From:  JOB OTtOIMfMU Atuuuiil
               JS»*3-;i0«fc>
Fhone Ho. (FTS>OOi ?S86     FAX Vo. (FTS>886-7514

                                     (312)886>731«
To:
Fhone So.	     FAX Ho.    AC
MESSAGE:


-------

-------
             UNITED STATES ENVIRONMENTAL PROTECTION AGENCY

                             REGION 5
                      77 WEST JACKSON BOULEVARD
                        CHICAGO, IL 60604-3590
                                                  HEK.Y TOTME ATTWWN OF.
                                                   R-19J
           Follow-up to tfce Administrator's Request for a Review of
           EFA's Contract* Management

FROM:      ValOas V. AdaaJras
           Regional Administrator

TO:        Christian R. Koines
           Acting Assistant Administrator
             for Administration and Resource  Management,  PM-20S

We  cent  a copy  of  our Proposed Action Plan to Address  Potential
Problems  in  the Region  5 Contract  Management  Program and  our
Contract Management Reviev Plan to you on April 1, as you requested
in your March 31 Memorandum.   We also submitted both plane to the
Administrator on March 25, 1992.   In  addition, we sent you (1)  an
incomplete assessment of  vulnerabilities  and corrective  actions
that  were  identified  in any  type  audit  related  to  contracts
management within the  last 5 years, and (2) complete data relating
to  contracts managed  by Region  5 and  procurement personnel  in
Region  5.    We  are   faxing  the  data  to  you  again  with  this
submission.  We are mailing the plans  to you again in case they did
not reach  you.

The  purpose  of  this  memo  is  to  complete our   reporting  of
vulnerabilities  and   corrective  actions  identified concerning
contracts management.  We have identified numerous vulnerabilities
within the last 5 years.  Corrective actions have  been  completed
for most  of  these vulnerabilities.   In cases  where corrective
action  is  not  complete,  we  have indicated  our  implementation
schedules.    These vulnerabilities  and corrective actions  were
included  in  our corrective Action Tracking system reports  and in
our Annual Reports on Management Controls.    Copies of Region  5
reported vulnerabilities and  corrective  actions are attached.
                              Valdas V.  AdamJcus

Attachments

-------

-------
                                              Attachment  1
                                              1 of  2
 CONTRACTS DATA

 Cpntractor     Contract Type  Dollar Value

 Labat Anderson      ID/IQ     120,276





 ASCI                LOB       80,000

 ASCI                LOB       2,591,000

 SAIC                          667,000





 Seaward Services              1,133,609




AMS                           32,000

Booz, Allen                   10,000


ICF                           80,000

CSC                 LOE       2,004,624
CH2M Hill


B&V Waste

WW Eng & Sci
            i
PRC Corp

£&£

Roy F. Woeton

SEC Donohue

IT Env. Prog.
Response

Geosafe
CERT
CPAF      227,222,913



CPAF      220,160,212

CPAF       58,347,645

CPAF      211,563,386

CPAF       60,855,304

CPAF      222,184,330

CPAF      227,331,084

CPAF



FFP       1,700,688
 Purpose

 Support    to
 regional and GLNFO
 libraries
 Records Mgt

 Records Mgt

 Lab analytical support

 research/produce
 reports
 develop information
 strategy plan

 operation    and
 maintenance    of
 research vessels

ARCS program database

data    storage    &
retrieval

develop video

technical computer
support    services
to region


SF technical services
for remedial response
     SF    Emergency


Site Removal
Litigation Support

-------
 TES
   PRO Environmental
   Metcalf & Eddy
 CLP-see  attached list



 A.T. Kearney


 ESAT-Lockheed   CPAF




 JVS                 FP

 Perkin-Elmer       FP

 Hewlett Packard    FP

 Supreme Equipment   Require

Alliance Tech       LOE

 Entropy

 Engineering  Sciences

 Radian

Midwest Research

Cambridge Systematic*


Science Applications

Pacific Env. Sci.

Alliance-Technologies
 5,000,000




 1,403,517

 23,000,000





 5,000,000




 1,000,000



 2,200,000





449,292

  39,060

  55,265

450,694

504,425

 10,900

 24,000

232,536

64,764

137,992


118,886

64,316

79,069
  Attachment 1
  2 of 2


 technical enforcement
 support at  RCRA
 facilities,

 administrative records

 3F enforcement support
 conduct inspections,
 design    corrective
 actions

 provide analytical
 services on  sampling
 data

 RCRA  permit  &  prog
 support

 analytical
 Laboratory
 support- data,
 scheduling, sampling

Administrative
Support Serviced
Lab    equ i pmen t
maintenance
Lab    equipment
maintenance
Lateral files

studies,    training
inspections
data base

data base

emission work

FJP estimates

transportation
measures

study - RACT

regulation devel.

ozone inventory
This is a compilation of all projected contract activity in Region
5, where Region  5  awards the contract or administers an  existing
EPA contract.

-------
                                                      Attachment 2
                                 ATTACHMENT E

                 AGENCY-LEVEL WEAKNESSES/CORRECTIVE ACTIONS
CATS Tracking Number i  91-6
Assessable Unlt/AU
                       507
Title  of Agcncv-Level weakness  and  Description:   Contracts management  and
administration  - The  Superfund 90-Day Review mandated that EPA take  a  close
look  at  activities being  performed by  contractors,  to  assess potential
Conflict of interest.   Simultaneously, the Region V OSP conducted  an internal
review  to determine  if  internal controls were  in  place to  ensure that
contractor  costs are  necessary  and  reasonable.   These  were found to be
inadequate , and steps were taken to correct weaknesses.
Year Identified and Source of  Discovery;
and the Superfund 90-Day Review

Critical Milestones in Corrective Action;
                                           1990; OSF Internal Control Review
                                                      TIMBFRAMZS
                                             Beginning Date  Comletion
Actual
1.   Assess the adequacy of internal          11/89
     controls for contractor costs
2.   Develop and implement new controls       12/89
3.   Hire a cost-estimating engineer to        3/90
     train RPKs and develop cost database
4.   Initiate kick-off meetings for all       12/89
     work assignments
5.   Require the preparation of government     3/90
     cost estimates (IGEs) for all new work
     assignments
6.   Conduct an in-house review of all         7/90
     areas where contract work is pro-
     hibited, and sensitive areas where
     COI may have potential (per David
     O'Connor's memo)
7.   Take steps to correct weaknesses if       7/90
     they exist
8.   Verify the completeness and effect-       3/90
     iveness of the corrective measures

Budget Implications. If Any!

*    One FTE for costing engineer
                                                    Planned  Actual Planned
                                                      11/89   12/89   12/89
12/89
 3/90

12/89

 3/90


 7/90
 7/90

 3/90
                                                               9/90
                                                               7/90
                                                                       9/90
                                                                       7/90
                                                               9/90    9/90

                                                                Ongoing
                                                               7/90




                                                               9/90

                                                               9/90
                                                                       7/90




                                                                       9/90

                                                                       9/90

-------
                                                                          \
corrective Action Plan Status Updates;


*    Activities from Jftfluarv l.  1991 to March 31.  1991

our cost-estimating engineer has been working with Work Assignment Managers
(WAMs) on a one-on-one basis to  develop  IGEs with then and as a training for
them,  in addition,  he is  continuing to  develop  a cost database which can be
used  in  developing  future iGEs.  Additional  training will be  planned and
conducted as  needed.

GAO conducted its exit interview for a  waste, fraud  and  abuse audit of the
ARCS contracts which primarily reviewed increases in costs to several ongoing
RI/FS  projects.   Although their national draft audit report has  not  been
received, they  expressed cone concerns in their  exit briefing.  One iten was
related  to  RPM  review of monthly ARCS  contractor progress reports..   They
indicated that  their interviews  of RPMs  revealed that the RPMs would like to
see more detail in monthly reports to make them feel comfortable in reviewing
charges for reasonableness.  Prior to the GAO exit interview, the ARCS POs and
cos had already identified a couple items of additional information that they
would like to see in monthly reports and were interested in surveying RPMs for
additional items RPMs would like  in the reports and following up by requesting
the contractors to provide the information.


*    Activities from April 1.  1991 to June 30. 1991

Our cost-estimating  engineer has been working with  Work Assignment  Managers
(WAMs) on a one-on-one basis to develop  IGEs with them and as  a training for
them.  In addition,  he is continuing to develop a cost database which can be
used in  developing  future IGEs.  Additional training will  be planned  and
conducted as  needed.

GAO conducted its exit interview for a  waste, fraud and  abuse audit  of the
ARCS contracts which primarily reviewed  increases in costs to several ongoing
RI/F3  projects.  Although their national draft audit report has not  been
received, they  expressed some concerns in their exit briefing.  One  item was
related  to  RPM review of  monthly ARCS  contractor  progress  reports.   They
indicated that  their interviews  of RPMs  revealed that the RPMs would like to
see more detail in monthly reports to make them feel comfortable in reviewing
charges for reasonableness.  Prior to the GAO exit interview, the ARCS POs and
cos had already identified a couple items of additional information that  they
would like to see in monthly reports and were interested in surveying RPMs for
additional items RPMs would like  in the reports and following up by requesting
the contractors to provide the information.


*   Activities  from  JuJ.y ?..  1991 to  September  30.  1991

&  draft  IG£  internal  control policy  memo has been drafted and  will be
circulated for  comment by  the Office of  Superfund, Office of Public Affairs,
and ARCS Contracting  officers and will  then be finalized during the first
quarter of FY92. Another activity which was accomplished this quarter vas that

-------
 a memo was sent to  the RPMa and other work assignment managers on the ARCS
 contracts surveying them on what additional items of documentation they would
 li1   in monthly contractor progress reports to assist them in  their reviews.
 Th    responses are  being summarized and follow up meetings will be held with
 the ARCS Contracting Officers during the first quarter of  FY92 to determine
 what additional information  should be  provided by each contractor and what
 needs to be done contractually to effect this.  During the fourth quarter, an
 ARCS task force from Headquarters  has been reviewing management of the ARCS
 contracts  and  we have provided substantial  information on  our internal
 controls to address  their questions, in addition, the EPA  Inspector General
 has  started a follow-on audit of the ARCS  contracts and we are cooperating
 with them  to provide the  information  they  want to review and to schedule
 interviews with the  POs and any others they wish to interview.  Also,  staff
 from the Procurement and Contracts Management Division reviewed the invoice
 files of the Project Officer for  the  CHZMHili  contract as part  of a  PCKD
 regional review of some specific ARCS contractors.

 *     Activities—from October 1. 1991 to December 30.  1991

A  formal IGE policy  was drafted  and revised during the first quarter of FY91
and  was  not sent  out for comment because it  was determined that it would be
better to make sure  it  was  consistent with the policies under development at
EPA  Headquarters.    The policy  will  be sent  for comment internally in the
second quarter.   However,  even without a  formal policy,  ZGEs  are being
developed for every  new work assignment.  An additional item being  worked on
is determining how each ARCS contractors invoices and monthly progress reports
need  to  be changed  to allow the  contracts  management team  to  conduct  a
thorough review of contractor charges.  The ARCS POs and COs will meet during
the second quarter to finalise this review and determine what the contractors
should be requested to change. GAO and 1C reports were received this quarter
and we are  reviewing the reports to determine necessary follow-up actions.

-------
                                                     ATTACHMENT E

                   AGENCY-LEVEL WEAKNESSES/CORRECTIVE ACTIONS

'  CATS Tracking Number:  92-1

  Assessable Unit/AU /;  507

  Title of Agency-Level Weakness and Description; As a result of an audit which
  they conducted, the OIS determined that the Region needs to act to ensure that
  it is not  the  cause for delay in Superfund cleanups.   They concluded that the
  Region did not always  review deliverable* in a  timely  fashion.   Also that
  batter documentation of tine extensions  which are granted are necessary to
  ensure that schedules  remain enforceable.   the  Superfund Program  and  the
  Office  of Regional  Counsel  have  already  issued a  joint  Procedures  for
  Monitoring Compliance memorandum in partial response to the findings of the
  OIG,  but several additional  actions will  occur  in the next several months.
  These are  listed below as Critical Milestones.

  Year Identified  and  Source  of_ Discovery;   1991  -  IOIG Audit of Region  V
  Superfund  Post-Settlement Activities.   Report dated March 29,  1991.

  Critical Milestones in  Corrective Action;             TIMEPRAMES
                                              Beginning Date  completion Date
                                              Planned  Actual   Planned Actual

  1.    Develop and issue  final guidance          7/91     7/91    10/91  8/91
       and instructions for granting  and
       documenting extensions.

  2.    Develop and issue  final instruc-         7/91     7/91    10/91   10/91
       tions requiring use of the latest
       model enforcement  documents  where
       appropriate,

  3.    Implement an automated compliance
       tracking  system.  (COMPTRAC).  The
       implementation schedule is as  follows:

       * Prepare draft implementation plan      10/91    10/91    10/91   10/91

       * orient  staff and supervisors         10/91    11/91    11/91   11/91

       * Prepare final  implementation plan     11/91    11/91    12/91   12/91
       Plan" for FY'9i

       * Conduct staff training on  data          1/92     1/92      3/92
       loading  (as EPA HQ develops  a national
       compliance tracking policy for the
       Superfund program,  Region 5  will
       modify and enhance COMPTRAC as necessary).

  4.    Convene a workgroup to draft a           7/91     7/91      10/91
       guidance  memorandum on the invocation

       and documentation  of stipulated
       penalties.

  5.    Revise the Memorandum of Agreement       11/91    11/91   11/91   12/91

-------
     between  the  WMD and the ESD (review                                    -
     of this  document and the inclusion                                       « '•
     of necessary improvements will be
     done  on  a quarterly basis as  a joint
     effort of both  divisions).

6.   verify completeness/effectiveness         6/92               7/92
     of the above measures.

Budget Implications.  If  Any;


Corrective Action Plan Status Updates:

*    December  31. 1991    Status Updates;.   Generally,  all  milestones  are
completed, some ahead of schedule.   The automated compliance  tracking system
is well on its way  to being operational, but  has been slowed by  computer
program problems at the national level.  On stipulated penalties,  the Region
is participating with HQ on a guestionaire and data gathering exercise.   From
this will  be developed  more guidance  on  the  effective use of  stipulated
penalties.

*    March 31. 1952.  Status JUtodat.e_L

*    June 30r 1992.  Status Update.;.

*    September 30.1992.  Status Uodate:

-------
                       rinr-tr«'_t ,i n'_i_uUIN i 1 Csm     TU          82680835 P. 16
       NATIONAL PROGRAM-LEVEL WEAKNESSES/CORRECTIVE ACTIONS


CATS Tracking mmb«r!   92-16

Assessable  Unit/AU »;   Great Lakes  503

Title  of Agency-level  Weakness  and Description;     Improvements
needed in Contract* Managment -  inprovetnents are needed  to ensure
proper contracts management in  the  Great Lakes National  Program
Office,  particulary with the CSC contract.  The statement  of work
is written  in such a way where "personal  services" may result.

Year Identified  and Source of Discovery;
FY91 - Source) Management

Critical Milestones in Corrective Action:   Number each Milestone i
the plan and give dates  for each milestone.  Explain any changes in
milestone dates  reported in previous years.

1 .   November^SCL. 1991 - Review CSC contract statement of work
     and revise  to strengthen work objectives.

2.   December  15. 1991 -  Meet  with  Region V  Contracting
     Officer to  discuss personal services issue and develop
     solutions to improve contracts management.

3.   February IS. 1992  - Provide  appropriate training to Work
     Assignment  Managers  if necessary/  including  refresher
     sessions, to avoid problems in contracts management.

4.   April  30, 1992 - Verify completion and effectiveness of
     steps  taken in milestones 1 through 3.

Budget Implications. If Any;

Corrective  Action Flan  Status Updates;
               31,  1991.  Status Update?   A meeting of GLNPO
     managers  and  staff  was  held in  November  to discuss
     improvements needed in the management of contracts.  It
     was decided that GLNPO needed to revise the statement of
     work  to  eliminate language that could be construed as
     personal  services.

-------
                            H^i-Jur>:"i 1 N'J     TO           6.26&tJ635 F. 11
                         MCV06B9!
                                                        5RA
SUBJECT:   1991 Report on Management Controls

FROM:      Valdas V.  Adamfcus
           Regional Administrator

TO:        F. Henry Habicht XI
           Deputy Administrator
I  have  taken  the necessary  measures  to assure  that  ve  have
evaluated  our  management controls  in  accordance  with  guidance
provided by the Office of Administration and Resources Management
and  Office of  Management and Budget.   Based  on our evaluation
process and the following information,  it  is our  opinion  that the
system  of  management controls in effect  in Region S during  the
fiscal year ending September 30, 1991, provide reasonable assurance
of  compliance  with  the  objectives  of  management control  in
accordance with OMB Circulars A-123  -  "Internal Controls" and
A-130  - "Management of  Federal  Information Resources,"  and  the
Federal Managers'  Financial integrity  Act.
                              
-------
PIG. GAP and OMB CONCERNS;

Auditors in the Office of Inspector General  (016) and the General
Accounting Office  (GAO)  and the Office  of  Management and Budget
(OMB)  have  highlighted  the following  weaknesses  in  Region  5
programs and operations, which deserve our attention.

1. Superfund
An  audit of  the Region  5 Superfund  post-settlement activities
highlighted the  need  for  additional  procedures in the Offices of
Regional Counsel and  Haste Management Division to ensure timely,
effective  and   consistent  enforcement  response  to  Superfund
responsible parties' noncompliance with administrative and judicial
consent orders/ decrees.  Procedures were strengthened and a joint
memorandum  was  prepared  by  ORC  and WMD  and  issued  to  all
responsible  personnel,  outlining  the improved  procedures  for
monitoring  and  enforcing  CERCLA  administrative  and  judicial
orders /decrees.  In addition, ORC issued a memorandum identifying
model CERCLA  enforcement  and settlement orders/decrees*   We are
treating this as  an Agency-level weakness and additional actions to
address  the  weakness  are  identified In  CATS  (Attachment  E,
Assessable Units 502,  507, and 505).

2. ARCS Contracts

GAO performed a national review of the  "Status of EPA's Actions to
Reduce Superfund 'e Vulnerability to Fraud,  Waste and Abuse."  GAO
concentrated on Region 5 cost estimating, invoice reviews and award
fee process.   While we have not yet received their report, the exit
conference focused on increases in ARCS contract  costs for RI/FS
projects.     GAO suggested   improvements  were  needed  in  our
independent government estimating procedures  and in our review of
monthly ARCS contractor progress reports as a basis for approving
progress payments.

The  review   concentrated  on  early   projects  involving  ARCS
contractors.   These  projects  had begun prior  to  our performing
independent government  estimates.  Waste Management Division has
prepared  independent government  estimates  and  used  them  in
negotiating costs beginning in P5f 1990 and throughout FY 1991 for
all  new ARCS and  Technical  Enforcement  Support  contract  work
assignments.

As a first step in addressing the progress payment problem, WMD is
surveying project managers to determine additional documentation
needed to approve contractor progress payments.  Responses will be
summarized and changes in progress  reporting will be implemented
with the contractors.

The Administrator's recent Superfund Task Force  also reviewed the

-------
 implementation of  ARCS strategy  and  included  Region  5  in  its
 review.   Recent reviews of  ARCS  contractors in Region  5  did  not
 disclose any instances of contractors  charging  for  inappropriate
 and unnecessary administrative items.  He will continue to  closely
 monitor  ARCS costs.

 3.  National Pollutant Discharge Elimination System (NPDES)

 A  GAO audit of the NPDES  in the  Great Lakes area found that  the
 program  is  faced with many of the  same compliance  and enforcement
 problems found in prior reviews.   The audit report hae not been
 issued.    However,  GAO identified weaknesses  during  its  exit
 conference  in the  areas of permit  limits  and permit  enforcement.

 Because  permit limits were often  expressed in terms  of  pollutant
 concentrations rather  than  total  quantity  or  mass,  dischargers
 could meet permit limits by diluting pollutants  in  wastewater.  In
 response to the permitting  weakness,  Region 5  drafted a  letter/
 reminding the States  of existing  guidance requiring limits to be
 expressed in terms of mass as well as concentrations.  The draft
 has been approved in Headquarters  and Region 5 plans  to release it
 in November.

 The enforcement program weaknesses identified in  the  exit briefing
 and  highlighted in  GAO's  leter  testimony to  its Congressional
 committee are being  concurrently  reviewed  in  Region  S  and
 Headquarters.  Any weaknesses requiring Region 5 corrective actions
 will  be  addressed and corrective  action  plans  prepared  upon
 completion of  the GAO report and Agency reviews.

 4. Audit follow-up

Reviews  by  the OIG  are  continuing  to  find  that  Regional  and
Headquarters offices' audit follow-up is weak and that reporting is
 incomplete  or  inaccurate,  in Region 5, a strong audit follow-up
program  continues  to  result  in  timely resolution of internal and
 external audits.   Of  the  93 audits available for closure in  FY
 1991, only two over 180 days old remained open at  September 30.

As  of September 30,  a  total  of 16 audits remained open over 180
 days.     Two  were   from  grants   under   litigation  and   final
 determinations will be made upon  resolution.   A  proposed final
 determination  was  submitted  to the OIG on one audit and is under
 review.    The  other   13 audits,   issued  several  years ago  and
 subsequently  referred to the Agency Audit Resolution Board,  are
 also  still unresolved.

 5. Accounts Receivable

 The OIG finding states that "many accounts receivable are  still not
 being recorded on EPA's financial  records."  Since  the issuance of
 this  audit report, Region  5's Office of Regional Counsel, Waste

-------

-------
 NOV 0 9 1990



MEMORANDUM

SUBJECT:  1990 Report on Internal controls

FROM;     Valdas V. Adamkns
          Regional Administrator

TO;       F. Henry Habicbt II
          Deputy Administrator
     I am submitting this annual report as required by EPA
Resources Management Directive, Section 2560, Internal Control.
This report complies with OMB circular A-123, Internal Control
Systems, and the Federal Managers' Financial Integrity Act.  It
also meets the internal control requirements of OMB Circular A-
130, Management of Federal Information Resources.


ASSURANCE STATEMENT

     I have taken the necessary measures to assure that we have
evaluated our internal controls in accordance with guidance
provided by the Office of Administration and Resources
Management.  Based on our evaluation process and my personal
knowledge, it is my opinion that the internal controls in effect
on September 30, 1990, taken as a whole, provide reasonable
assurance that Region 5 complies with the requirements of FMFIA.

ACCOMPLISHMENTS IN INTERNAL CONTROL PROGRAMS

     Managers throughout Region 5 have taken seriously their
responsibility to improve internal controls.  Significant
accomplishments in internal control programs are included in the
section covering OIG, GAO ,and OMB Concerns.  Additional
accomplishments are included in the section titled "Other
Accomplishaents."

-------

-------
 fiscal year,  similarly, we will test sample supporting
 documentation for reported internal control reviews and
 alternative internal control reviews.
      Although OIG Audit Report No. E1MMF9-11-0039-100049,
 "Improvements Needed in Overtime Controls" did not review Region
 5 overtime controls, we performed an alternative internal control
 review during FY 1989. As a result of our review,  we identified
 two Agency-level weaknesses which were reported last year.
 Region 5 has implemented corrective actions on both during FY
 1990. A follow-up review is scheduled for January, 1991 to verify
 the effectiveness of those actions.


 Contracts Management »n
      The Planning and Management Division has  improved  the work
plan  review process  under the Alternative Remedial  Contracting
Strategy (ARCS) contracts by making mandatory  use of a  •'Work Plan
Budget Review/ Contract Office Checklist.11  The Work Plan
Evaluation  Checklist is completed jointly by the Work Assignment
Manager  and Project  Officer  and  provides assurance  to the
Contracting Officer  that  the technical aspects of the work
assignment  have been adequately  addressed and  that  the proposed
labor mix and resource utilization are appropriate  for the work
required.   The Work  Plan  Budget  Review/Contract Office Checklist
provides a  vehicle to ensure consistent Contracting Officer
review of Direct  Labor rates,  Indirect Rates,  Other Direct costs
and Fees and assists the  Contracting officer in determining the
reasonableness of proposed costs prior to vork plan approval.

      The Office of Superfund (OSF) has taken several steps to
prevent  contractor conflict  of interest (COI)  and to ensure that
contractor  costs  are necessary and reasonable,  in  April 1990 the
Director of the Procurement  and  Contracts Management Division
sent  a memorandum to Region  5 outlining specific areas where
contracting was prohibited and identified areas where ve were to
be cautious.  The OSF did a  complete review and where areas of
concern  were identified,  took steps to correct or prevent
problems.

      significant  accomplishments have been made in  controlling
Superf und contractor costs during FY 1990 .  The OSF did an
extensive review  of  its internal controls for  Superfund
contractor  costs.  An action plan was developed for ensuring that
contractor  costs  were necessary  and reasonable, which included
the development of several new internal controls.   The OSF hired
a cost-estimating engineer in July to train project managers in
preparing estimates  and is now performing government cost
estimates for all new work assignments.  Several government
estimates were prepared by Project Officers which successfully

-------
                                           TO
 reduced some proposed contractor costs.   Additional  controls  are
 detailed in Attachment E.

     A Total Quality Management  (TQM)  initiative was conducted
 with all seven  superfund ARCS  contractors,  to  train  then  on the
 principles  of TQM.   Sources  of problems  in  the Alternative
 Remedial Contracting System  process were identified,  and  small
 work groups are being formed to  identify and recommend solutions.

     Finally, an  invoice tracking system has been developed and
 implemented to  assist Superfund  Project  Officers in  standardizing
 reviews and assist Project Managers in invoice reviews.
     Region 5 actively pursued improving the integrity,
availability, and confidentiality of automated information
systems.  The following are some of these activities.

     The Information Management Branch (1MB), Planning and
Management Division (PHD), is responsible for assuring successful
operation, maintenance, and security of over 1100 personal
computers in Region S.  Procedures have been followed, which are
designed to assure that tampering, theft, and accidental
destruction of hardware and software are minimized.  The PHD
reviews the adequacy of controls in each Region S office,.  This
includes personnel controls, software and data controls (e.g.,
back-up diskettes), equipment and physical controls, physical
inventories and administrative controls.

     In FY90 1KB developed the Region 5 Inventory Tracking System
(R5ITS), a multi-user system, to track EPA Regional computer
equipment, supplies and purchases.  The system enables us to more
effectively and economically manage computer resources.

     During the past five years the number and types of personal
computers in Region 5 has more than tripled.  In FY90 the Region
reported its first thefts of portable computers (two) from staff
workstations during non-working hours.  The risk of such
occurrences could increase as we add to the number of new
personal and lap top computers.  Therefore, Region 5 has
determined that this area is an Agency-level weakness requiring
our close attention during FY 1991.  New security guidance was
issued by the National Data Processing Division (NDPDJ in FY90,
which provides a general framework for EPA organisations to
follow.  We will thoroughly review our existing documentation,
procedures, and audits, and take action/ as necessary.

     The OSF conducted an internal review/vulnerability
assessment of its computer security, as well as a Total Quality

-------
                                            ATTACHMENT E

                 AGENCY-LEVEL WEAKNESSES/CORRECTIVE ACTIONS
CATS Tracking Number;

assessable Unit/AU *:  507

Title of Agency-Level Weakness and Description;  High turnover of RPHs and
oscs - The Remedial Project Managers and On-$cene Coordinators are the
critical first contact and on-going point persons for the Superfund effort.
TO an unusual degree, this program is dependent on them and their high
degree of professionalism.  Professionalism and the high quality of their
work has not changed, but the continuing high level of pressure can have a
negative impact on the morale and precipitate turnover.  During FY'88-89,
between 20 and 25% of the Region 5 RPMs left the Agency for other jobs.
Lack of continuity between RPMs is a concern, and can result in project
delays as new RPMs are brought up to speed.

Year Identified and Source of Discovery;  1989;  Superfund 90-Day Review
Critical Milestones in Corrective Actions
         TIMBFRAMES
Beginning Date  Completion Date
Planned  Actual Planned  Actual
1.   Participate fully in the RPM/OSC         10/B9
     support program being put together
     by Headquarters
2.   Provide RPMs with contracts management    2/90
      raining and guidance
3.    aek higher grade levels for RPMs/OSCs   10/89
     through "master" positions
4.   utilize human resource initiatives       10/89
     to retain qualified staff and provide
     for a more timely transition of new RPMs
5.   Verify the effectiveness of the          10/89
     corrective actions
          10/89   9/90    9/90



           2/90   2/90    2/90

          10/89   9/90    9/90

          10/89   9/90    9/90
           10/89  9/90
9/90
Budget Implications, if Anv:

Corrective Action Plan Status Updates;

*    September 30. 1990. Status Update:

Prior to FY'&O, the Region's turnover rate for RPMs and OSCs was quite
high...20-25%.  The OSF implemented the above actions in FY'90, including
the use of RPM/OSC awards during the year, to build morale and retain staff.
A PD for GS-13e was approved and many RPMs and OSCs have been promoted.  As
of the end of the FY, there were 85 RPMs on board, with a loss of 8 during
the year (10%). The OSF had 22 OSCs oil board in September, with a loss of 2
during the year (9%).  Managers believe that the higher retention rates
reflect the success of the corrective actions that have been implemented.

-------
*s of 9/30/90, all of the above actions have been completed.  Internal
Controls for ensuring contractor costs were evaluated, and several new
controls put in place.  Three OSF policies on preparing Action-nemos, Budget
negotiations, and roles of WAMs/POs in certifying that contractor costs are
necessary and reasonable were published by the Director, OSF, and training
for work Assignment Managers (WAMs) was provided by CMIU.  A decision was
made by OSF managers to do Government Cost Estimates  (IGEs).  A cost-
estimating engineer was hired by CMIU in July, and he has developed a
database to use in preparing the IGEs.  Several IGEs were prepared by the
Project officers in quarter four, which successfully reduced the
contractor's proposed workplans/budgets.  Kick-off Meetings for new work
assignments, were instituted across all contracts, and have significantly
improved communications, while reducing rework on workplans.  Action nemos
are routinely being reviewed for certification of cost reasonableness.
finally, a TQM initiative was conducted with all seven ARCS contractors, to
-rain them on the principles of TQM.  Sources of waste in the ARCS process
vere identified, and small workgroups are being formed to identify and
recommend solutions.

in addition to the above corrective measures, the OSF has been cooperating
/1th GAO on three audits with CORAS and the PCMD.  An invoice tracking
system has been developed and implemented to assist the Project Officers in
standardizing reviews, and assisting RPMs/WAMs in invoice review.   CMIU
Created a WAM database to track compliance with the certification process
required by the contracts Management Manual.  Finally, an MOU with the PMD
,as been drafted to designate Community Relations staff of the Office of
>ublic Affairs as WAMs on all community relations work assignments.

-------
                                                   ATTACHMENT E

            AGENCY-LEVEL WEAKNESSES/ CORRECTIVE ACTIONS
CATS Tracking
Assessable Unit/AU *:   502

Title  ef Aaeney-level  Weakness  and  Description;   More  intense
review  of  oversight of contractors performing PRP searches.   (Re
Audit BISHD9-05-0019-9100493) .

Year Identified:  (PY 1990}

Critical Milestones in  Corrective Action:  Superfund employees in
the  Haste  Management  Division  (WMO)  will  maintain  early and
continuous  contact with  Regional  contractors  performing  PRP
searches.  The Office of Regional counsel  (ORC) will be available
to consult with WMD as  it carries out this responsibility.   The ORC
will  request HEIC to  audit contractors  who perform  poorly  in
conducting PRP Searches, if  appropriate.

Budget Implications. If Anv;

Corrective Action  Plan Status Updates;

*    September 30.  1990. Status Update;   COMPLETE

*    December 31.  1990. Status Update;

*    March 31. 1991. Statue  Update:.

*    June 30. 199 1^ Status Update:

*    September 30.  1991. Status Update:

-------
B


S
£
I






I
9
I
    us:

    11 1
      *
      r
      i
    8»MS
    ss*
III!
Si :
                    rs;
                              rfli
                               inn
                                               *  :
                                               i  i
S  I
            8:
             8:'

             Si:
Ml-tntwt r*|ultc Md cftetlw «mnkMt«t
vl Id USU( wd NNI
MMnttltw »n).0«<. functlcM tn M»
H«l-l»f>lMni conc«pt>/rtc«Mb frw tluMtt
IMt: UTAMU IIMCt Wit III MM
Ml lit 1«l» SUM •MluMltn *r l;

*


i j
: i.
i 9
i 1?
; :
' Sn
\ jjii
I i& s«
» I
j i

» s
5
J
|

: £
i 1
i t
j f
1 f
• f
i |
i s
•
i *
i *•
j |
• 2
i |


                                ,:ss'
                                          • •
                                               TOTAL P.20

-------

-------

-------
           UNITED  STATES ENVIRONMENTAL  PROTECTION  AGENCY
                                 H45 ROSS AVCNJl SUIT! tZW

                                       TcX*?7S2022733
MAR 30
  SUBJECT:  Contract Management Review

  FROM:     B. J. 'Wynne
              Regional Administrator

  TO:        waHam K. Reffljr
              Administrator (A-100)

  As directed in your request dated March K), 1992,1 have assessed the present and potential
  problems related to Contract and Project Management The assessment and resulting plan
  of action are attached The effort of Regional staff in compiling the plan, win assist in a
  Regional initiative implemented several months ago, to improve an contract management
  activities wjthin the Region.

  The attached  information also includes accomplishments in the  area  of contract
  management, as wen as action items currently in progress. We recognize that some of the
  proposed solutions require attention on a National level
  I take this opportunity to ej^ueit my niuceie dedication towaid this initiative, and offer
  assurance of a firm commitment to continue our focus toward strengthening aD contract
  management activities within this Region.

  Please advise if additional information or clarification is required.

  Attachment

-------
AREA OF CONCERN

Physical location of contract
employees

Decentralization of National
Delivery Orders to accomplish
Permit Compliance System data
ATTACHMENT

     PROPOSED SOLUTIONS

     Segregate contract employees
Lack of FTC's to perform
inherently governmental
   stxmi
Lack of guidance and training
fbrDOPO's

Inadequate guidance on require-
ments of National Delivery Order
e-g^ expectations of contractor
employee, delivery order require-
ments, Regional responsibilities

Inadequate training on specific*
of the TOSS contract; Unaware of
changing policies in contract
management; Lack of aH employee
training in the areas of Ethics
and/or Standards of Conduct
DOPO on National DO responsible
for oversight of services provided
contractor employee located in
Region.
    Continue effort under National D.O., to
    consistency of data.
    Provide additional FIEs.
    Develop contract specific courses rather than
    the general eoanes currently given.

    Receive m-depth guidance of requirements and
    responsibilities from HQ DOPO, Assign alternate
    DOPO within the Region,
    Implement qnarterry/annual conferences for HQ
    and Regions to discuss concerns, problems, etc.
    related to TOSS.

    Develop Regional bulletin to keep employees
    apprised of revisions to contract management
                                    Implement Ethics/Standards of Conduct training
                                    mandatory for all EPA employees.
    g Region is accountable for quaHty of
    provided, as well as delays resulting from HQ
    bottleneck, would prefer to have Regional or
    or Alternate DOPO.

-------
                             Attachment
As stated in my cover memorandum, several Initiatives began several months ago, in an
effort to improve the region's overall contract management efforts.  Listed below are
accomplishments, as weD as Initiatives current! *
      EstabBthment of a Contract Management Impioiement Workgroup to provide better
      support for all regional contract management Initiatives. We ait also developing an
      Information system that wffl idenfuy employees i|*H>"fip*^p>* Workgroup.

      The TOSS contract specifies a Vegtonal cortractsfl»iu^er" responsible for a variety
      of administrative and technical functions*  However, means  of resourcing this
      function was  never communicated  to Ac region; therefore, we  wOJ  request
      clarification from OIRM/PCMD, as to howAey envisioned resourcing this function
      at file time the contract was negotiated. The assistance that can be offered by Ae
      additional FTE In the PuKUnement Section wffl be limited to duties that an
      contractual; therefore, flu? technical expertise of uV "regional cunhatts manager",
      is stffl required.

      Request guidance and assistance from PCMD on interpreting OMB Circular A-7ev
      so that appropriate determinations can be made regarding functions currenfly being
      performed by cunUactors, that are considered hmerenfly governmental.

-------
                            Attachment
Request a  clear delegation of authority  tfom Chris Holmes for the
Procurement Officer, as waD as after staff personnel responsible for providing
assistance or guidance to regional contract managsn.   The delegation should
outfine the parameters feat are allowed, «*, meeting with contractor, written
correspondence to contractor, etc.   The level of responsibility of regional staff
should also be conveyed to the contractor.

Regional staff are  Involved hi various Initiatives  cnrrentiy being implemented
natfonalh/forcurKntandlbnn^SttperfnndConlncts. These Initiatives Inchxle the
recent National ARCS Implementation Plan. The Zone of regions 47,a0d 8, have
also developed a Zone ARCS Implementation Plan - These plans addras several
Issues raised as a result off the reviews conducted by the Dunn Task Force. In
addition, the Long Term Contracting Strategy task group Is currcnth/ developing an
Implementation plan that wffl determine the type, combination, and mnnber of
contracts that wffi replace the current Soperfund  contracts.

-------
APR-22-1992  12'35    FROM  EPS REGIOH 6              TO  82022600035             P.002 -014
                 UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                                     REGIONS
                            1445 ROSS AVENUE, SUITE 1200
                                DALLAS, TX 75202-2733
April 2, 1992
MEMORANDUM

SUBJECT:    Follow-up  to the Administrator's  March  to,  1992,  Request  for a
            Review of EPA's Contracts Management

FROM:  ^   B. J. Wynne
            Regional Administrator
          f

           * ^
    TO:    ^ '  Christian R. Holmes
                Acting Assistant Administrator
                Office of Administration and Resources Management (PM-208)

    My staff has formulated answers to the six questions In your March 31, 1992 nemo,
    which my office received by facsiitile transmission.  Those answers can be found
    as attachments A and B to this memorandum.
        requested that we give you as much Information as possible by April 2, and
    the remainder  by April  16.   I  am pleased to  tell you  that our  answers  to
    questions  one  through  four  are  complete.    The  data   for  question  five
    (attachment B) is  90X  complete  and will be finalized  by April  10, 1992.   In
    response to question 6,  I have  3  Contracting  Officers and 150 program  staff
    assigned to contracts management  In the Regional  office.   With the exception of
    Pant Phil lips,  who has been assigned to John Barker's taskforce, I have no legal
    staff assigned to this  function.

    If you require further information, or have questions regarding Information IP
    the attachments,  please do not hesitate to  contact me at FTS 255-2100.

    Attachments
                                                                       Printed on Recycles PZKW

-------
flPR-02-1952 12:05    FROM  EPft REGION 6             TO  B2022600835              P.003/014
                                                              Attachment A
   A.    Vulnerabilities that were identified in any program, management or other audit
         (e.g., by OIQ or QAO) during the last live years;

               1.     OIQ Final audit report No. P1SFF9-11 -0032-0100482, Obligations
                     and Disbursements of the Hazardous Substance Superfund For the
                     Fiscal Year Ended September 30,1989, issued September 24,1990,
                     reflected a material weakness in the internal controls for accounting
                     and controlling persona! property.

               2.     OIQ Draft Audit report No. E1NMF1-04-0169, EPA's Management of
                     Computer Science Corporation (CSC)  Contract Activities Issued
                     February  4,  1992,  reflected  EPA's vulnerability to fraudulent,
                     wasteful, abusive, and illegal practices from CSC contract operations.
                     They had increased to unacceptable levels due to poor  contract
                     management practice by agency management officials. However,
                     Region 6 concurred on only 50 percent of the original  findings
                     presented in the position papers and draft audit.

   B.    Vulnerabilities that were identified in any internal control review pursuant to FMFIA
         requirements during the last five years;

               1.     Annual assurance letter  for  fiscal  year ended FY90,  issued
                     November 1990, reflected an agency level  material weakness in
                     Assessing the Extent of Fraudulent Data in the Region 6 Public
                     Water Program.

               2.     Annual assurance letter for  fiscal  year ended PY90, Issued
                     November 1990, reflected an agency level material weakness of the
                     Comprehensive Environmental Response Compensation and Liability
                     Act (CERCLA) Records Center Rle Management.

               3.     Annual  assurance letter for  fiscal  year ended FY90, issued
                     November 1990, reflected an  agency level material  weakness in
                     Resource Conservation and Recovery Act (RCRA) Records Center
                     File Management.

-------
                                      -2-                    Attachment A
            4.    Annual  assurance  letter tor fiscal year  ended  FY91,  issued
                  November 1991, reflected a material  weaknesses in Contractor
                  Invoice Payments for Alternative Remedial Contract Strategy (ARCS)
                  and Technical Enforcement Support (TES).

C.    Corrective actions initiated or completed to address such vulnerabilities;

            1.    Reference A (1) above.
                  A system is now in place and is closely monitored to ensure that all
                  accountable  property is entered  into  the Personal  Property
                  Accounting System (PPAS).  A 100 percent physical Inventory is
                  scheduled and target completion date  is February 1992.  A new
                  property accountable officer was  designated and to be effective
                  August  12, 1990. Custodial areas  have been  established and
                  custodial officers have been appointed for each area.

            2.    Reference A (2) above.
                  Corrective Management action taken in response to draft audit report
                  on EPA's Management of CSC Contract activities are:

                        a.     Management Accountability

                              - Designate a single SES-level Manager as  Senior
                              Procurement  Officer.     Bill  Hathaway,  Assistant
                              Regional Administrator for Management, is responsible
                              for the  effectiveness and integrity of aP procurement
                              activities in the  Region.  He will to be the single local
                              point for Procurement authority and accountability for
                              Region 6 beginning March 15,1992.

                              - SES-level seminar attendance required this fiscal
                              year. All SES-level managers In this Region were told
                              on March 2 that they win be required to attend training
                              this fiscal year on the subject of Senior level Contract
                              Management We understand that the training is to be
                              developed by the standing committee on Procurement.
                              We stand ready to participate at any level required with
                              the  information  of   the committee  and/or   the
                              development and presentation of the seminar.

-------
        -3-                     Attachment A
Clear Distinction between Contractor and EPA

-  Clear identification of contractor employees.  In
November, 1991, all oontmctor badges were modified
from the standard Region 6 badge to  a contractor
badge that is dearly identifiable. Identification security
badges for all contractors have a green background to
distinguish them from EPA employees (white) and
visitors (purple).  The green badges have •contractor'
prominently displayed on the face.  Work stations
occupied by contract staff are identified by nameplate.

•• Physically segregate contract employees In the work
place whenever possible. Region 6 is in the middle of
a  space expansion project.   This afforded  us the
opportunity to segregate the majority of contractor staff.
This will be completed by the end of FY92.

-- Training/entertaining contractors. Contract Managers
were put on notice on  March 3 that contractors In this
Region  are not  to be included in events such  as
awards ceremonies, staff meetings and conferences
except in a specific, defined role.  Special Emphasis
Program Managers  have  been  instructed  not  to
approach   contractor  personnel   to  invite  their
attendance  to  organized  functions.    The  clearly
identified badges currently in use enable us to identify
when  contractor staff inappropriately attend such
functions. We hold the Contract Manager responsible
to resolve this with the contractor site manager.

- Assignments  which violate the  ban  on personal
services.   We are currently examining ail delivery
orders under the Technical Operation Support Services
(TOSS) contract for actual or potential instance which
violate the ban.  We are developing options for action
to immediately resolve the actual occurrences and to
define the  proper role of involved  parties  for the
potential instances. We are aware that this will likely

-------
          t-rn r\c.ujuii o              !U  fa«:t)2ib0k38J^              P. 006/014
                          -4-                    Attachment A

                  result in the termination of some contract support. We
                  began tnte assessment in October, 1991, and have
                  already terminated acme activities in the Financial and
                  Management programs.

            c.     Contract Policy Review

                  - No action has been taken on the Regional level, but
                  we are ready to  participate from a programmatic
                  standpoint in the national  effort to identify mission
                  contracts whose statement of work can be downsized
                  and recompeted.

            d.     Organization Accountability

                  -  On the Regional level, we will  train and support
                  Contract  Managers  and  their  organizations.
                  Responsibility  for compliance  with the  Agency's
                  definition of good contract management will rest with
                  Senior Level Managers and with the supervisors  of
                  Contract Managers. Recognizing that the review and
                  evaluation of a Contract Manager's effectiveness on
                  specific contracts is not an authority delegated to the
                  Regional office, the Senior Procurement Official will
                  support routine  programmatic evaluations and will
                  recommend  that  responsible Contracting  Officers
                  rescind certification* of authority as appropriate.

3.    Reference B (1) above.
      Corrective action taken to resolve material weakness in assessing
      the extent of Fraudulent Data in the Region 6 Public Water Program:

            a.    Developed (jointly with Region 6 States) protocol for
                  evaluating extent of data falsification.

            b.    implemented protocol and Investigate as appropriate,

            c.    Evaluated findings.

            d.    Took  appropriate enforcement  action  and  modify
                  routine oversight data audit procedures to minimize risk
                  in future program.

-------
flPR-Q2-1992 12:07    FROM EPA REGION 6             TO  82022603835              P.307/014
                                        -6-                    Attachment A

                           The corrective action plan status updated is reflected in FY91,
                           Corrective Action Tracking System (CATS), No. 91 -1, required
                           action completed in FY91).

               4.     Reference b (2) above.
                     Corrective action taken to resolve material weakness of CERCLA
                     Records Center File Management:

                           a.     A workgroup was formed and an implementation plan
                                 was developed.

                           b.     A proposal to reconfigure the Records Center to make
                                 better use of misting space  and to Include a file
                                 viewing  area was  submitted  to  Headquarters for
                                 approval.  Actual reconfiguration began in FY91 and
                                 was  completed in  December 1991.  This  is  still
                                 inadequate for existing  and  potential  file growth.
                                 Seventy  percent  of  the   Superfund  sites   are
                                 enforcement; therefore, cost recovery documentation
                                 and the file system are essential in order to recover
                                 government  funds.   Management  Division  was
                                 requested to consider the need for additional file room
                                 space; however, efforts to obtain more apaos  did net
                                 include public  viewing area.   Some additional file
                                 storage space was provided.

                           c.     The microfilming of Superfund Administrative Records
                                 was  initiated.  When microfilming  is completed, the
                                 hard copies are  shipped to archives in Fort Worth,
                                 Texas. This will allow space for file material currently
                                 not stored In the Records Center to be moved In. in
                                 FY91,81 linear feet of Administrative Records  and the
                                 Compendium were microfiche.  These records have
                                 been packed into boxes and indexed.

                           d.    New file check-out procedures were developed which
                                 now require that file user be on the 'authorized"
                                 personnel list (EPA staff only) and be issued a bar
                                 code for Identification  purposes.   Files  must be
                                 returned to the file room within 14 days of check-out,

-------
flPR-02-1952 12:06    FROM  EPfi REGION 6             TO  82022606935             P.006/314
                                         -e-                    Attachment A

                           e.    Initiated a work assignment under the Label-Anderson,
                                 Inc.  (LAI) contract to obtain records management
                                 expertise   and   consulting  services  to   make
                                 recommendations on how to change current file room
                                 procedures. A Reoord/Informailon Manager was hired
                                 from LA! in October"! 991.

                           f.     The wail separating the RCRA and CERCLA file rooms
                                 was torn down in August 1991. Thirteen additional file
                                 cabinets were added in the new file space.

                           g.    In December 1991, It was determined that new NPL
                                 file structure was needed. Initiated restructuring of files
                                 and document-level indexing of non-NPL flies. Purging
                                 of duplicates is ongoing  during  restructuring/filing of
                                 NPL files.  MetceJf and Eddy contractors were hired to
                                 reorganize and restructure Superfund records.  NPL
                                 files  wili be restructured when the new file structure
                                 finalized.

                                 The corrective action Plan Status updates is reflected
                                 in FY91 and FY92 CASTS, No. 91-2, Action is not
                                 completed.

                5.    Reference B (3) above.
                     Corrective action  taken to resolve  material weakness for  RCRA
                     Records Center File Management:

                           a.    A workgroup was formed and an implementation plan
                                 developed.

                           b.    Reconfiguration of the file room to make better use of
                                 existing space began in FY91 but will not be completed
                                 until mid-FY92. This is still inadequate for existing and
                                 potential file growth

                           c.    New file check-out procedures were developed which
                                 now require that  a file user be on the 'authorized"
                                 personnel list (EPA staff only) and be issued a bar
                                 code for identification purposes.   Files  must  be
                                 returned to file room within 14 days of check-out.

-------
ftPR-02-1952 12=06   FROM  EPfi REGION 6             TO  82322600335             P.009-'014
                                        -7-                   Attachment A

                          o.    Management Division was requested to consider the
                                need for additional file room space. Although more file
                                storage was obtained, this dd not include space for
                                public viewing areas.

                                The corrective action plan status updates is reflected
                                in FY91 and PY02 CATS,  No, 91-3, action  is not
                                completed.

               6.    Reference B (4) above.
                    Corrective action taken to resolve material weaknesses of Contract
                    Invoice Payment tor ARCS and TES Contracts:

                          a.    A Vulnerability Assessment was conducted in August,
                                1991, in conjunction with the Management Division.

                          b.    in third quarter, 1991, the ARCS Work  Assignment
                                Managers (WAMs) were provided a bulletin on invoice
                                concerns and questioning invoices where costs are not
                                understood.

                          c.    In fourth quarter,  1991, the WAMs workload  under
                                ARCS and TES were reviewed and determined not to
                                exceed recommended experience and workload.

                          d.    During fourth quarter, the Procurement and Contracts
                                Management Division (PCMD) conducted a Regional
                                review of our ARCS invoice review procedures  and
                                files.

                          e.    The  Project Officer*  (PO) in the zone are in the
                                process of  developing a  checklist for Program
                                Management invoice reviews,

                          f.    In October 1991, an ARCS Newsletter discussing the
                                task force recommendations was distributed to WAMs
                                and their supervisors.

                                The  corrective action plan status update is reflected in
                                FY91  and PY92  CATS, No.  92-1, action  is not
                                completed.

-------
flPR-22-1392 12:08    FROM  EP« REGION 6             TO  82022600835             P.010^014
                                         -8-                    Attachment A

   D.    implementation schedules for any corrective actions not yet completed;

               1.    Reference A {1} above.
                     A100 percent physical inventory is scheduled and target completion
                     date is February 1992. At the  present time, an audrt by Contract
                     Auditors  for  DIG  is  being  performed in the same  area and
                     completion of their field work Is  scheduled for April 3,1992.

               2.    Reference A (2) above.
                     At the present time a final  audit  report has  not been issued.
                     However,  a task foroe at  Region 6 Is working on resolving the
                     findings.
                                                                          V
               3.    Reference B (2) above.
                     Planned actions to resolve material weakness of CERCLA Records
                     Center Pile Management:

                     a.    Continue  efforts toward eliminating  unneeded records,
                           microfilming as much as  budget allows,  dear out of all files,

                     b.    In  1982 when the Region acquires additional apace, small
                           storage area will be obtained where some  records can be
                           stored.  The sixth floor will have a locked room that RCRA
                           and Super-fund will  share with  twenty Times 2 cabinets.
                           Superfund will gain twelve of the twenty cabinets.

                     c.    Continue search for innovative  ways to reduce the bulk of
                           paperwork in the division in order to reduce paper files.

                     d.    By February, 1992, train Superfund staff on new file structure.
                           Revise Confidential  Business Information and enforcement
                           confidential file procedures. Train Superfund staff on revised
                           procedures.

                     e.    Continue  restructuring  of non-NPL  and  NPL  files and
                           document level indexing  of files to completion.

                     f.    Obtain equipment and software for putting files on optical disk
                           imagery. NO'S plan is to have this to all Regions by 1999.

                           The corrective action plan status updates is reflected in FY92
                           CATS,  No. 91-2 and next FY92 quarterly CATS update is
                           April 1992.

-------
                          -9-                    Attachment A

A.    Reference B (3) above.
      Planned action to resolve material weakness of RCRA Records
      Center File Management:

      a.    The wall separating the RCRA and CERCLA file room was
            torn down in August 1991.  However, the  reconfiguration is
            not scheduled to be completed until  April, 1992, which will
            allow for more file cabinets to fit in the Superfund file room.
            No additional file  cabinets are planned for the  RCRA file
            room.

      b.    Continue) efforts are directed toward eliminating unneeded
            records (shipping to short- and long-term storage as well as
            purging duplicated documents).

      c.    Will continue to search for innovative ways to reduce the bulk
            of paperwork in this Division in order to reduce paper files.

      d.    Will continue to purge unneeded records (shipping used files
            to off-she storage).

      e.    Will work with States on an agreement that they will maintain
            files thai currently contain only the "Notification of Hazardous
            Waste Activity" for 8700-12,

      f.     Wiil work to ensure a public viewing area is established in
            1992.

            The corrective action plan status updates is reflected in FY92
            CATS, No. 91-3 and next FY92 quarterly CATS update is
            April 1992.
5.    Reference B (4) above.
      Planned action to resolve material weakness of Contractor Invoice
      Payment for ARCS and TES Contracts:

      a.    One recommendation from Region's Vulnerability Assessment
            was to use an invoice review checklist to document the
            Project Officer (PO) and Contracting Officer (CO) review of
            the invoices.  By January 1,1992, the Region will implement
            the use of an invoice review checklist to document the PO
            and COs review of invoice.

-------
fiPR-02-1992 12:09   FROM  EPft REGION 6             TO  82022600835             P.012/014
                                       •10-                   Attachment A

                    b.    Continue to require monthly submittal of invoice and progress
                          report review check sheets. By February 29,1992, initiated
                          use of an invoice checklist by the Work Assignment Managers
                          (WSMs) to document their invoice reviews.

                    c.    By March 1,1992, a request for incurred cost audits will be
                          submitted for the TES contracts.

                    d.    By March 31,1992, and again by October 1,1992, monitor
                          WAM workload under ARCS and  TES.

                    e.    Revise the WAM invoice review training to include guidance
                          on payment of Hem In "gray" areas of allowable.  By May 30,
                          1992, conduct revised review training for WAMs.

                    f.     By June 30,1992, conduct spot check audits/reviews of the
                          contractors' documentation for specific  monthly line  item
                          charges for the ARCS and TES contracts.

                          The corrective action plan status update is reflected in FY92
                          CATS, No. 92-1 and  next FY92  quarterly CATS update is
                          April 1992.
         NOTE:     This Data  is based on audit reports since FY90 and Annual
                    Assurance Letters for FY87, FY88, FY89, FY90, and FY91.

-------
                                              1 (J
                                                                       P.013/014




                                                               ATTACHMENT B
CONTRACTS SUMMARY
APRIL 1,  1992
CONTRACTOR
Roy F. Weston
Fuor-Daniel, Inc.
COM
CH2M Hill
Jacobs Engineering
Morrison Knudssn
Sverdrup Corp
URS Consultant
PRC
Metcalf £ Eddy
PRC
Resource Applicat
An Analyt Test Serve
Beta
oulf
Keystone of TX
SW Lab of OK
SW Research of SA
ICF
Hewlett-Packard
Eniron t Ecology
CSC
Riedel
Lee Wilson & Assoc
Daniel T Serna
CADMUS
MRI
Tetra-Tecn
Aa Mgt Systems
SAIC
ICF
MRI
MRI
PURPOSE
ARCS
ARCS
ARCS
ARCS
ARCS
ARCS
ARCS
ARCS
TES 9
TES 10
RCRA Implement
TAT (8a)
CLP
CLP
CLP
CLP
CLP
CLP
ESAT
MAINTENANCE
TAT
TOSS
ERCS
Report Prep
Storeroon Ser
TYPE BE
CPAF/LOE
CPAF/LOE
CFAF/LOE
CPAF/LOE
CPAF/LOE
CPAF/LOE
CPAF/LOE
CPAF/LOE
CPAF/LOE
CPAF/LOE
CPAF/LOE










ID/IQ


FIXED PRICE
NPDES TECH SUPPLY ID/IQ
Streamline Proj
coast Wtr Proj
Coast Wtr Proj
Coast wtr Proj
Training
Training
CLEAN AIR ASST

ID/QI
ID/IQ
ID/IQ
FIXED PRICE
FIXED PRICE
LOB
i
i
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
N
N
N
N
N
N
N
N
N
R
Z
Z
Z
R
R
N
N
N
N
N
N
N
N
IONAL
ffl»

156,213
142,142
•
t
t
154,794,
151,873
150,241
155,373
67,305
157,811
33,100
33,100
8r267
3,991
i
i
i
i
,
t
i
i
t
2,038,
1,000,
3,970,
1,561
i
4,384,
4,627
i
6,000,

110
i
76,800,
357,000
110,137
1,092









147
600
37
50
90
42
37
10
9
i
i
i
t
t
i
i
t
i
t
i
t

437
204
394
624
713
447
250
577
000
000
709
758
780
000
560
760
000
000
COO
000
000
000
819
000
400
000
163
000
000
SCO
180
144
745
——•
N
2
2
2
2
2
2
2
2
5
e
5
5
6
6
6
6
6
6
5
1
4
5
2
1
1
7
8
8
8
8
8
8
8

-------
flPR-02-a9S2 12:10   FRO*  EFft REGION 6           TO 82022500635           P.214/014
  NOTES!

  1.   Dollar value shown is potential  dollar value for the entire
       contract,

  2.   Zone  contract for  Region 6-81 dollar value  shown is  total
       potential  dollar value.

  3.   Zone  contract for  Region* 5-7; dollar value shown is  total
       potential  dollar value.

  4.   zone  contract for Region* 5-10;  dollar value shown ia  total
       potential  dollar value.

  5.   National Contract;  dollar value is potential  dollar value for
       the entire contract*

  6.   Contracts  in  contract lab  progran;  dollar  values  are  for
       Region 6 activity only.

  7.   Dollar value reflects FY92,  one work assignment only. MAM in
       HQ,  potential  dollar value of  total  contract  unknown  to
       Region 6.

  8.   Dollar value is for Region 6 work assignment* under national
       contract.  Potential dollar value of total contract unknown.to
       Region 6.
   AttMNtnt t« CMrtlMCTS IIMMftY
                                                                   TOTflL P.014

-------

-------
                                                                          P.08S-'B14
              UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                                 REGIONS
                        1*«5 ROSS AVENUE, SUITE 1200
                            DALLAS, TX 75202-2733
April 2, 1992
MEMORANDUM
SUBJECT:
                                                     10,  1992,  Request for  a
FROM:
TO:
      (


       * ^
            Follow-up  to the Administrator's  March
            Review of EPA's Contracts Management
            B. J. Wynne
            Regional Administrator
            Christian R.  Holmes
            Acting Assistant Administrator
            Office of Administration and Resources Management (PM-208)
Hy staff has formulated answers to the six questions in your March 31, 1992 memo,
which my office received  by facsimile transmission.  Those answers can be found
as attachments A and B to this memorandum.
    requested that we give you as much Information as possible by April 2,  and
the remainder  by April  16.   I  am pleased to  tell you  that our answers  to
questions  one  through  four  are  complete.    The  data   far  question  five
(attachment 6) is  90%  complete  and will be finalized  by  April  10, 1992.   In
resoonse to question 6,  I have  3  Contracting  Officers and 150 program  staff
asstgrred to contracts management  in the Regional  office.   With the exception of
Pam Phil i1ps,  who has been assigned to John Barker's taskforce, I have no legal
staff assigned to this  function.

If you require further  information, or have questions regarding Information ir
the attachments,  please do not hesitate to  contact me at  FTS 256-2100.

Attachments
                                                                   Printeti or Recycled

-------

-------
                 I-KLT1  EPH FiuiUht b              TO
                                                           Attachment A
A.    Vulnerabilities that were identified In any program, management or other audit
      (e.g., by OIQ or QAO) during the last live years;

            1.     OIG Final audit report No. P1SFF9-11-0032-0100492, Obligations
                  and Disbursement* of the Hazardous Substance Superfund For the
                  Fiscat Year Ended September 30,1999, issued September 24,1990,
                  reflected a material weakness in the internal controls for accounting
                  and controlling persona! property.

            2.     OIG Draft Audit report No. E1NMF1-04-0169, EPA's Management of
                  Computer Science  Corporation (CSC) Contract Activities Issued
                  February  4,  1992,  reflected  ERA'S vulnerability  to fraudulent,
                  wasteful, abusive, and illegal practices from CSC contract operations.
                  They had increased to unacceptable levels due to poor contract
                  management practice by agency management officials.  However,
                  Region 6 concurred on only  60 percent  of the original findings
                  presented in the position papers and draft audit.

B.    Vulnerabilities that were identified in any internal control review pursuant to FMFIA
      requirements during the last five years;

            1.     Annual assurance  letter  for  fiscal  year ended  FY90,  issued
                  November 1990, reflected an agency level material weakness in
                  Assessing the Extent of Fraudulent Data  in the Region 6 Public
                  Water Program.

            2.     Annual assurance  tetter  for  fiscal  year ended  FY90,  Issued
                  November 1990, reflected an agency level material weakness of the
                  Comprehensive Environmental Response Compensation and Liability
                  Act  (CERCLA) Records Center Rle  Management.

            3.     Annual assurance  letter  for  fiscal  year ended  FY90,  issued
                  November 1990,  reflected an agency level material weakness in
                  Resource Conservation and Recovery Act  (RCRA) Records Center
                  Rle Management.

-------
                                                            Attachment A
            4.    Annual  assurance letter for fiscal year  ended  FY91.  iasued
                  November 1991, reflected a material  weaknesses in Contractor
                  Invoice Payments for AHemative Remedial Contract Strategy (ARCS)
                  and Technical Enforcement Support (TES).

C.    Corrective actions initiated or completed to address such vulnerabilities;

            1.    Reference A (1) above.
                  A system is now in place and is closely monitored to ensure that ail
                  accountable  property ia entered  into  the Personal  Property
                  Accounting System (PPAS).  A 100 percent physical inventory is
                  scheduled and target completion  date  is February 1992.  A new
                  property accountable officer was designated and to be effective
                  August 12, 1990. Custodial areas  have been  established and
                  custodial officers have been appointed for each area.

            2.    Reference A (2) above.
                  Corrective Management action taken in response to draft audit report
                  on EPA's Management of CSC Contract activities are:

                        a.     Management Accountability

                              - Designate a single SES-level Manager as  Senior
                              Procurement  Officer.    Bill  Hathaway,  Assistant
                              Regional Administrator for Management, is responsible
                              for the effectiveness and integrity of all procurement
                              activities in the Region.  He will to be the single focal
                              point for Procurement authority and accountability for
                              Region 6 beginning March 15,1992.

                              - SES-level seminar attendance required this fiscal
                              year. All SES-level managers in this Region were told
                              on March 2 that they will be required to attend training
                              this fiscal year on the subject of Senior level Contract
                              Management We understand that tne training is to be
                              developed by the standing committee on Procurement.
                              We stand ready to participate at any level required with
                              the  information  of  the  committee  and/or  the
                              development and presentation of the seminar.

-------
fiPR-Oi-1932 12: OS    FROM  EPft REGION 6              TC  82Q2260QG35              P.005x014
                                         -3-                    Attachment A
                                  Clear Distinction between Contractor and EPA

                                  - Clear identification of contractor employees,  in
                                  November, 1991, alt contractor badges were modified
                                  from the  standard Region 6 badge to a  contractor
                                  badge that is dearly identifiable. Identification security
                                  badges for all contractors have a green background to
                                  distinguish them from EPA  employees  (white) and
                                  visitors (purple). The green badges have •contractor'
                                  prominently displayed on  the face.   Work  stations
                                  occupied by contract staff are identified by nameplate.

                                  •• Physically segregate contract employees in the work
                                  place whenever possible. Region 6 is in the middle of
                                  a space  expansion project.    Thfe afforded us the
                                  opportunityto segregate the majority of contractor staff.
                                  This will be completed by the end of FY92.

                                  - Training/entertaining contractors. Contract Managers
                                  were put on notice on March 3 that contractors In this
                                  Region are not to be  Included  in events such as
                                  awards ceremonies, staff meetings and conferences
                                  except in  a specific, defined roie.  Special  Emphasis
                                  Program  Managers  have been  instructed  not to
                                  approach   contractor  personnel  to   Invite  their
                                  attendance  to  organized  functions.   The dearly
                                  identified badges currently in use enable us to identify
                                  when  contractor staff  inappropriately attend  such
                                  functions. We hold the Contract Manager responsible
                                  to resolve this with the contractor site manager.

                                  - Assignments which violate the ban on personal
                                  services.   We  are  currently examining  all  delivery
                                  orders underthe Technical Operation Support Services
                                  (TOSS) contract for actual or potential instance which
                                  violate the ban. We are developing options for action
                                  to immediately resolve the actual occurrences and to
                                  define  the  proper role  of Involved parties tor the
                                  potential instances.  We are aware that this will likely

-------
fcPR-02-1992  12:07    FROM  EPft REGION 6              TO  82022600835             P.006/014
                                          -4-                     Attachment A

                                  result in the termination of some contract support. We
                                  began this assessment in October, 1991, and have
                                  already terminated some activities in the Financial and
                                  Management programs.

                            c.    Contract Policy Review

                                  ~ No action has been taken on the Regional level, but
                                  we are  ready to participate  from a programmatic
                                  standpoint in  the national  effort to identify mission
                                  contracts whose statement of work can be downsized
                                  and recompeted.

                            d.    Organization Accountability

                                  - On the Regional level, we  will train and support
                                  Contract  Managers   and   their   organizations.
                                  Responsibility for compliance  with  the Agency's
                                  definition of good contract management will rest with
                                  Senior Level  Managers and with the  supervisors of
                                  Contract Managers. Recognizing that the review and
                                  evaluation of a Contract Manager's effectiveness on
                                  specific contract* is not an authority delegated to the
                                  Regional office, the Senior Procurement  Official will
                                  support routine  programmatic  evaluations and  will
                                  recommend  that responsible   Contracting  Officers
                                  rescind certifications of authority as appropriate.

                3.    Reference B (1) above.
                      Corrective action taken to resolve material weakness in assessing
                      the extent of Fraudulent Data in the Region 6 Public Water Program:

                            a.    Developed (jointly with Region 6 States)  protocol for
                                  evaluating extent of data falsification.

                            b.    implemented protocol and Investigate as appropriate.

                            c.    Evaluated findings.

                            d.    Took  appropriate enforcement action   and modify
                                  routine oversight data audit procedures to minimize risk
                                  in future program.

-------
flPR-02-1952  12:87    rROM  EPA REGICN 6              TO  B20226B0B35             P.307-'014
                                         -6-                    Attachment A

                           The corrective action plan statue updated is reflected in FY91,
                           Corrective Action Tracking System (CATS), No. 91 -1, required
                           action completed in FY91).

               4.    Reference b (2) above.
                     Corrective action taken to resolve material weakness of CERCLA
                     Records Center Rle Management:

                           a.     A workgroup was formed and an implementation plan
                                 was developed.

                           b.     A proposal to reconfigure the Records Center to make
                                 better  use  of  existing  space and to  include a file
                                 viewing area  was  submitted  to Headquarters for
                                 approval.  Actual reconfiguration began in FY91 and
                                 was  completed in  December 1891.   This is still
                                 inadequate for existing and potential  file growth.
                                 Seventy  percent   of  the  Superfund  sites  are
                                 enforcement; therefore, cost recovery documentation
                                 and the file system  are essential in order to recover
                                 government  funds.    Management  Division  was
                                 requested to consider the need for additional file room
                                 space; however, efforts to obtain more space did net
                                 include public viewing area.  Some additional file
                                 storage space was provided.

                           c.     The microfilming of Superfund Administrative Records
                                 was initiated.   When microfilming is completed, the
                                 hard copies are shipped to archives in Fort Worth,
                                 Texas. This will allow space for file material currently
                                 not stored In the Records Center to be moved In.  In
                                 FY91,81 linear feet of Administrative Records and the
                                 Compendium were  microfiche. These  records have
                                 been packed Into boxes and indexed.

                           d.     New file check-out procedures were developed which
                                 now require  that file user  be  on the  "authorized"
                                 personnel list  (EPA staff only) and be  issued a bar
                                 code  for identification purposes.  Files must  be
                                 returned to the file room within 14 days  of check-out.

-------
flPR-02-19S2 12=06    FPOfi  EPfl REGION 6             TO  82022S06S35              P.006/314
                                         -6-                    Attachment A

                           e.    Initiated a work assignment under the Labat-Anderson,
                                 Inc.  (LAI) contract to obtain  records  management
                                 expertise   and  consulting   services   to  make
                                 recommendations on how to change current file room
                                 procedures. A Record/Information Manager was hired
                                 from LAI in October 1991.

                           f.     The wall separating the RCRA and CERCLA file rooms
                                 was torn down in August 1991.  Thirteen additional file
                                 cabinets were added in the new file space.

                           g.    In December 1991, it was determined that new NPL
                                 file structure was needed. Initiated restructuring of files
                                 and document-level indexing of non-NPL files. Purging
                                 of duplicates is ongoing during restructuring/filing of
                                 NPL files. Metcalf and Eddy contractors were hired to
                                 reorganize and restructure Superfund records.  NPL
                                 files wili be restructured when  the  new file structure
                                 finalized.

                                 The corrective action Plan Status updates is reflected
                                 in FY91 and FY92 CASTS, No. 91-2, Action is  not
                                 completed.

                5.     Reference B (3) above.
                      Corrective action taken to resolve material weakness for  RCRA
                      Records Center File Management:

                           a.    A workgroup was formed and an implementation plan
                                 developed.

                           b.     Reconfiguration of the file room to make better use of
                                  existing space began in FY91 but will not be completed
                                  until mid-FY92. This is still inadequate for existing and
                                  potential file growth

                            c.     New file check-out procedures were developed which
                                  now require that a file user be on the "authorized"
                                  personnel list (EPA staff only) and be issued a bar
                                  code  for  identification purposes.    Piles  must  be
                                  returned to file room within u  days of check-out.

-------
^ 12=06    FROM  EPR REGION 6             TO  82322600335             P.
                               -7-                   Attachment A

                  d.     Management Division was requested to consider the
                        need for additional file room space. Although more file
                        storage was obtained, this did not include space for
                        public viewing areas.

                        The corrective action plan  status updates is reflected
                        in FY91 and  PY82 CATS, No. 91-3,  action is not
                        completed.

      6.    Reference B (A) above.
            Corrective action taken to resolve material weaknesses of Contract
            Invoice Payment for ARCS and TES Contracts:

                  a.     A Vulnerability Assessment was conducted in August,
                        1991, in conjunction with the Management Division.

                  b.     In third quarter,  1991, the ARCS Work Assignment
                        Managers (WAMs) were provided a bulletin on Invoice
                        concerns and questioning invoices where costs are not
                        understood.

                  c.     In fourth quarter, 1991,  the WAMs workload under
                        ARCS and  TES were reviewed and determined not to
                        exceed recommended experience and workload.

                  d.     During fourth quarter, the Procurement and Contracts
                        Management Division (PCMD) conducted a Regional
                        review of our ARCS invoice review procedures and
                        files.

                  e.     The Project Officers (PO) in the zone are in the
                        process of developing a checklist  for  Program
                        Management invoice reviews.

                  f.     In October 1991, an ARCS Newsletter discussing the
                        task force recommendations was distributed to WAMs
                        and their supervisors.

                        The corrective action plan status update is reflected in
                        FY91  and FY92 CATS,  No. 92-1, action  is  not
                        completed.
                            °l

-------
flFP-i32-1392 12:06    FROM  EPA REGION 6             TO  82822630835             P.010/014




                                         -8-                    Attachment A

    D.    Implementation schedules for any corrective actions not yet completed;

                1.    Reference A (1} above.

                     date is February 1992. At the present time, an aucft by Contract
                     Auditors  for DIG  is  being performed  in  the same area and
                     completion of their field work Is scheduled for April 3,1992.

                2.    Reference A (2) above.
                     At the present time a final  audit report  has not been issued.
                     However,  a task force at Region 6  Is working on resolving the
                     findings.

                3.    Reference B (2) above.
                     Planned actions to resolve material weakness of CERCLA Records
                     Center File Management:

                     a.    Continue  efforts  toward  eliminating unneeded  records,
                           microfilming as much as budget allows, dear out of ali files.

                     b.    In 1992 when the Region acquires additional space,  small
                           storage area will be obtained where  some records can be
                           stored.  The sixth floor will have a locked room that RCRA
                           and Superfund will sham with twenty Times  2 cabinets.
                           Superfund will gain twelve of the twenty cabinets.

                     c.    Continue search for innovative  ways to reduce the bulk of
                           paperwork in the division in order to reduce paper files.

                     d.    By February, 1992, train Superfund staff on new file structure.
                           Revise  Confidential Business information and enforcement
                           confidential file procedures. Train Superfund staff on revised
                           procedures.

                     e.   Continue restructuring  of non-NPL  and NPL files and
                           document level indexing of files to completion.

                     f.    Obtain equipment and software for putting files on optical disk
                           imagery.  HCft plan is to have this to all Regions by 1999.

                           The corrective action plan status updates is reflected in FY92
                            CATS,  No. 91-2 and next FY92 quarterly CATS update is
                            April 1992.
                                      10

-------
     FROI1  EPH REulON  6              TO  82022600Q35             P.011/014
                          -9-                    Attachment A

      Reference B (3) above.
      Planned  action to resolve material weakness of RCRA Records
      Center File Management:

      a.    The wall separating the RCRA and CERCLA file room was
            torn down in August 1991.  However, the reconfiguration is
            not scheduled to be completed until April, 1992, which will
            allow for more file cabinets to fit in the Superfund file room.
            No additional file cabinets are planned for the  RCRA file
            room.

      b.    Continue! efforts are directed toward eliminating unneeded
            records (shipping to short- and long-term storage as well as
            purging duplicated documents).

      c.    Will continue to search for innovative ways to reduce the bulk
            of  paperwork in this Division in order to reduce paper files.

      d.    Will continue to purge unneeded records (shipping used files
            to  off-she storage).

      e.    Will work with States on an agreement that they will maintain
            files that currently contain only the "Notification of Hazardous
            Waste Activity" tor 8700-12.

      f.     Will work to ensure a public viewing area is established in
            1992.

            The corrective action plan status updates is reflected in FY92
            CATS,  No.  91-3 and next FY92 quarterly CATS update is
            April 1992.
5.    Reference B (4) above.
      Planned action to resolve material weakness of Contractor Invoice
      Payment for ARCS and TES Contracts:

      a.    One recommendation from Region's Vulnerability Assessment
            was to  use  an invoice  review checklist to document the
            Project Officer (PO) and Contracting Officer (CO) review of
            the invoices.  By January 1,1992, the Region will implement
            the use of an invoice review checklist to document the PO
            and COs review of invoice.

-------
HfJK-02-1992 12J09   FROM  EPft REGION 6             TO  82022600935             P.012x014
                                       •10-                   Attachment A

                    b.    Continue to require monthly submrttal of invoice and progress
                          report review check sheets. By February 29,1992, initiated
                          use of an invoice checklist by the Work Assignment Managers
                          (WSMs) to document their invoice reviews.

                    c.    By March 1,1992. a request for incurred cost audits will be
                          submitted for the TES contracts.

                    d.    By March 31,1992, and again by October 1,1992, monitor
                          WAM workload under ARCS and TES.

                    e.    Revise the WAM invoice review training to include guidance
                          on payment of Hem in "gray" areas of allowable.  By May 30,
                          1992, conduct revised review training for WAMs.

                    f.     By June 30,1992, conduct spot check audits/reviews of the
                          contractors' documentation for specific monthly line  item
                          charges for the ARCS and TES contracts.

                          The corrective action plan status update is reflected in FY92
                          CATS, No. 92-1 and next FY92 quarterly CATS update is
                          April 1992.
         NOTE:     This Data  is based on audit  reports since FY90  and Annual
                    Assurance Letters for FY87, FY88, FY89, FY90, and FY81.

-------
PPR-02-1992 12=10
FROM EPft REGION 6
                                                 TO  82022600335             P.013/014




                                                                   ATTACHMENT B
CONTRACTS SUMMARY
                                                 APRIL  1,  19S2
CONTRACTOR
Roy F. Weston
Fucr- Daniel, Inc.
COM
CH2M Hill
Jacobs Engineering
Morrison Knudsen
sverdrup Corp
URS Consultant
PRC
Met calf t Eddy
PRC
Resource Applicat
An Analyt Test Serve
Betz
Gulf
Keystone of TX
SW Lab of OK
SW Research of SA
rep
Hewlett-Packard
En iron t Ecology
CSC
Riedel
Lee Wilson & Assoc
Daniel T Serna
CADMUS
MRI
Tetra~Tech
An Mgt Systems
SAIC
ICP
MRI
MRI
PURPOSE
ARCS
ARCS
ARCS
ARCS
ARCS
ARCS
ARCS
ARCS
TES 9
TES 10
RCRA Implement
TAT (8a)
CLP
CLP
CLP
CLP
CLP
CLP
ESAT
MAINTENANCE
TAT
TOSS
ERCS
Report Prep
Storeroom Ser
TYPE s;
i
CPAF/LOE
CPAF/LOE
CPAF/LOE
CPAF/LOE
CPAF/LOE
CPAF/LOE
CPAF/LOE
CPAF/LOE
CPAF/LOE
CPAF/LOE
CPAF/LOE










ID/IQ


FIXED PRICE
NPDES TECH SUPPLY ID/IQ
Streamline Proj
Coast Wtr Proj
Coast Wtr Proj
Coast Wtr Proj
Training
Training
CLEAN AIR ASST

ID/QI
ID/IQ
ID/IQ
FIXED PRICE
FIXED PRICE
LOE
"NATIONAL T
•REGIONAL £
Z
Z
Z
Z
Z
Z
Z
Z
Z
Z
N
N
N
N
N
N
N
N
N
R
Z
Z
Z
R
R
N
N
N
N
N
N
N
N
156,213,437
142,142,204
154,794,394
151,673,624
150,241,713
155,373,447
67,305,250
157,811,577
33,100,000
33,100,000
8,267,709
3,991,758
2,038,780
1,000,000
3,970,560
1,561,760
4,384,000
4,627,000
6,000,000
110,000
76,800,000
357,000,000
110,137,819
1,092,000
147,400
600,000
37,163
50,000
90,OOO
42,500
37,180
10,144
9,745
2
2
2
2
2
2
2
2
5
5
5
5
6
6
6
6
6
6
5
1
4
5
2
1
1
7
e
8
8
8
8
8
6

-------
APR-02-19S2 12U0   FRO*  EFP REGION 6           TO B2022600&35            P.0:4/014
  NOTES!                                      .

  1.    Dollar value shown is potential dollar value for the entire
        contract,

  2.    2one contract  for Region 6-8;  dollar value  shown is  total
        potential  dollar value.

  3.    Zone contract  for Region* 5-7; dollar value shown is  total
        potential  dollar value.

  4.    Zone contract for Regions 5-10; dollar value shown is  total
        potential  dollar value.

  5.    National Contract; dollar value is potential dollar value for
        the entire contract.

  6.    Contracts   in  contract  lab  program;  dollar  values  are  for
        Region 6 activity only.

  7.    Dollar value reflects FY92, one work assignment  only.  WAM in
        HQ,  potential  dollar  value  of  total  contract  unknown  to
        Region 6.

  6.    Dollar value is for Region 6 work assignments under national
        contract.   Potential dollar value  of total contract unknown to
        Region 6.
   AttMt*«lt t* CONTRACTS (USttAY
                                                                    TOTAL P.014

-------
UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                    REGION 6
           1445 ROSS AVENUE, SUITE 1200
              DALLAS, TX 75202-2733
                                        10,  1992, Request  for a
April  2,  1992
MEMORANDUM

SUBJECT:    Follow-up  to the  Administrator's  March
            Review of EPA's Contracts Management

FROM:       B. J. Wynne
       \     Regional Administrator (
       \&
TO:      -s  Christian R. Holmes
            Acting Assistant Administrator
            Office of Administration and Resources Management (PM-208)

My staff has formulated answers to the six questions in your March 31,  1992 memo,
which my office received by facsimile transmission.  Those  answers can be found
as attachments A and B to this memorandum.

You requested that we give you as much information as possible by April 2, and
the  remainder  by April  16.    I  am  pleased  to tell you  that our  answers  to
questions one  through   four  are  complete.    The  data    for  question  five
(attachment  B) is  90%  complete and  will be  finalized  by April  10,  1992.   In
response  to question  6,  I have  3  Contracting  Officers and  150  program staff
assigned to  contracts management  in the Regional office.   With the exception of
Pam Phillips,  who has  been  assigned to John Barker's taskforce, I have no legal
staff assigned to this function.

If you require further information,  or have questions regarding information in
the attachments,  please do not hesitate to  contact me at  FTS 255-2100.

Attachments
                                                      Printed on Recycled Paper

-------

-------
                                                           Attachment A
A.    Vulnerabilities that were identified in any program, management or other audit
      (e.g., by OIG or GAO) during the last five years;

            1.     OIG Final audit report  No.  P1SFF9-11-0032-0100492, Obligations
                  and Disbursements of the Hazardous Substance Superfund For the
                  Fiscal Year Ended September 30,1989, issued September 24,1990,
                  reflected a material weakness in the internal controls for accounting
                  and controlling personal property.

            2.     OIG Draft Audit report No. E1NMF1 -04-0169, EPA's Management of
                  Computer Science Corporation (CSC)  Contract Activities issued
                  February  4,   1992, reflected  EPA's vulnerability to fraudulent,
                  wasteful, abusive, and illegal practices from CSC contract operations.
                  They had increased to  unacceptable levels due to poor contract
                  management practice by agency management officials. However,
                  Region 6 concurred on only 50  percent of the original findings
                  presented in the position papers and draft audit.

B.    Vulnerabilities that were identified in any internal control review pursuant to FMFIA
      requirements during the last five years;

            1.     Annual assurance letter  for  fiscal year ended  FY90,  issued
                  November 1990,  reflected an agency level material weakness in
                  Assessing the Extent of Fraudulent Data in the Region 6 Public
                  Water Program.

            2.     Annual assurance letter  for  fiscal year ended FY90,  issued
                  November 1990, reflected an agency level material weakness of the
                  Comprehensive Environmental Response Compensation and Liability
                  Act (CERCLA) Records Center File Management.

            3.     Annual assurance letter  for  fiscal  year ended FY90,  issued
                  November 1990,  reflected  an  agency level material  weakness in
                  Resource Conservation and Recovery Act (RCRA) Records Center
                  File Management.

-------
                                      -2-                    Attachment A
            4.     Annual  assurance  letter for fiscal  year  ended  FY91,  issued
                  November 1991,  reflected a  material weaknesses in Contractor
                  Invoice Payments for Alternative Remedial Contract Strategy (ARCS)
                  and Technical Enforcement Support (TES).

C.    Corrective actions initiated or completed to address such vulnerabilities;

            1.     Reference A (1) above.
                  A system is now in place and is closely monitored to ensure that all
                  accountable  property is entered  into  the  Personal  Property
                  Accounting System  (PPAS).  A  100 percent physical inventory is
                  scheduled and target completion date is February 1992.  A new
                  property accountable officer was designated and  to be effective
                  August  12,  1990.  Custodial areas  have been established and
                  custodial officers have been appointed for each area.

            2.     Reference A (2) above.
                  Corrective Management action taken in response to draft audit report
                  on EPA's Management of CSC Contract activities are:

                        a.     Management Accountability

                              -- Designate a single SES-fevel Manager as Senior
                              Procurement  Officer.     Bill  Hathaway,   Assistant
                              Regional Administrator for Management, is responsible
                              for the effectiveness and integrity of all procurement
                              activities in  the Region.  He will to be the single focal
                              point for Procurement authority and accountability for
                              Region 6 beginning March 15,  1992.

                              - SES-level seminar attendance required this fiscal
                              year.  All SES-level managers in this Region were told
                              on March 2 that they will be required to attend training
                              this fiscal year on the subject of Senior level Contract
                              Management. We understand that the training is to be
                              developed by the standing committee on Procurement.
                              We stand ready to participate at any level required with
                              the  information  of  the  committee  and/or  the
                              development and presentation of the seminar.

-------
              -3-                    Attachment A
b.     Clear Distinction between Contractor and EPA

      --  Clear identification of contractor employees.   In
      November, 1991, all contractor badges were modified
      from the standard Region 6 badge to  a contractor
      badge that is clearly identifiable. Identification security
      badges for all contractors have a green background to
      distinguish them from EPA employees  (white)  and
      visitors (purple).  The green badges have "contractor"
      prominently  displayed on the face.  Work stations
      occupied by contract staff are identified by nameplate.

      -- Physically segregate contract employees in the work
      place whenever possible. Region 6 is in the middle of
      a space expansion project.   This afforded us the
      opportunity to segregate the majority of contractor staff.
      This will be completed by the end of FY92.

      -- Training/entertaining contractors.  Contract Managers
      were put on notice on  March 3 that contractors in this
      Region  are  not  to be included in events  such as
      awards ceremonies, staff meetings  and  conferences
      except in a specific, defined role.  Special Emphasis
      Program Managers  have  been  instructed  not  to
      approach   contractor  personnel   to   invite  their
      attendance to  organized functions.    The clearly
      identified badges currently in use enable us to identify
      when contractor  staff inappropriately attend  such
      functions.  We hold the Contract Manager responsible
      to resolve this with the contractor site manager.

      -- Assignments which violate the ban  on  personal
      services.  We  are currently examining  all delivery
      orders under the Technical Operation Support Services
      (TOSS) contract for actual or potential instance which
      violate the ban. We are developing options for action
      to immediately resolve the actual occurrences and to
      define the proper role of  involved parties for  the
      potential instances.  We are aware that this will likely

-------
                          -4-                    Attachment A

                  result in the termination of some contract support. We
                  began this assessment in October, 1991, and have
                  already terminated some activities in the Financial and
                  Management programs.

            c.    Contract Policy Review

                  -- No action has been taken on the Regional level, but
                  we are  ready to participate  from  a programmatic
                  standpoint in  the national  effort to identify mission
                  contracts whose statement of work can be downsized
                  and recompeted.

            d.    Organization Accountability

                  -- On the Regional level, we  will train  and support
                  Contract   Managers   and   their   organizations.
                  Responsibility for compliance with  the Agency's
                  definition of good contract management will rest with
                  Senior Level  Managers and with  the  supervisors of
                  Contract Managers. Recognizing that the review and
                  evaluation of a Contract Manager's  effectiveness on
                  specific contracts is not an authority delegated to the
                  Regional office, the Senior Procurement Official will
                  support routine  programmatic  evaluations and will
                  recommend that  responsible  Contracting  Officers
                  rescind certifications of authority as appropriate.

3.    Reference B (1) above.
      Corrective action taken to resolve material weakness  in assessing
      the extent of Fraudulent Data in the Region 6 Public Water Program:

            a.    Developed (jointly with Region 6 States) protocol for
                  evaluating extent  of data falsification.

            b.    Implemented protocol and investigate as appropriate.

            c.    Evaluated findings.

            d.    Took  appropriate enforcement action  and  modify
                  routine oversight data audit procedures to minimize risk
                  in future program.

-------
                          -5-                    Attachment A

            The corrective action plan status updated is reflected in FY91,
            Corrective Action Tracking System (CATS), No. 91-1, required
            action completed in FY91).

4.    Reference b (2) above.
      Corrective action taken to resolve material weakness of CERCLA
      Records Center File Management:

            a.     A workgroup was formed and an implementation plan
                  was developed.

            b.     A proposal to reconfigure the Records Center to make
                  better use of existing  space and  to include a file
                  viewing  area  was  submitted  to  Headquarters for
                  approval.  Actual reconfiguration began  in FY91 and
                  was  completed  in  December 1991.   This is still
                  inadequate for existing and potential  file growth.
                  Seventy  percent  of  the  Superfund   sites   are
                  enforcement; therefore, cost  recovery documentation
                  and the file system are essential in order to recover
                  government  funds.     Management  Division  was
                  requested to  consider the need for additional file room
                  space; however, efforts to obtain more space did not
                  include public viewing  area.   Some additional file
                  storage space was provided.

            c.     The microfilming of Superfund Administrative Records
                  was initiated.  When microfilming is completed, the
                  hard copies  are  shipped to  archives in Fort Worth,
                  Texas.  This  will allow space for file material currently
                  not stored in the  Records Center to be moved in.  In
                  FY91, 81  linear feet of Administrative Records and the
                  Compendium were microfiche.  These records  have
                  been packed into boxes and indexed.

            d.     New file check-out procedures were developed which
                  now  require that file user be on  the  "authorized"
                  personnel list (EPA  staff only) and be issued a bar
                  code for  identification  purposes.   Files  must be
                  returned to the file room within 14 days of check-out.

-------
                          -6-                    Attachment A

            e.    Initiated a work assignment under the Labat-Anderson,
                  Inc.  (LAI) contract  to  obtain  records  management
                  expertise   and   consulting   services   to   make
                  recommendations on how to change current file room
                  procedures.  A Record/Information Manager was hired
                  from LAI in October 1991.

            f.     The wall separating the RCRA and CERCLA file rooms
                  was torn down in August 1991.  Thirteen additional file
                  cabinets were added in the new file space.

            g.    In December 1991,  it was determined that new NPL
                  file structure was needed. Initiated restructuring of files
                  and document-level indexing of non-NPL files. Purging
                  of duplicates is ongoing during restructuring/filing of
                  NPL files.  Metcalf and Eddy contractors were hired to
                  reorganize and restructure Superfund records.  NPL
                  files will be restructured when  the new file structure
                  finalized.

                  The corrective action Plan Status updates is reflected
                  in FY91 and FY92  CASTS, No. 91-2, Action is not
                  completed .

5.     Reference B (3) above.
      Corrective action taken to resolve material weakness for RCRA
      Records Center File Management:

            a.    A workgroup was formed and an implementation plan
                  developed.

            b.    Reconfiguration of the file room to make better use of
                  existing space began in FY91 but will not be completed
                  until mid-FY92.  This is still inadequate for existing and
                  potential file growth.

            c.    New file check-out procedures were developed which
                  now  require that a file  user be on the  "authorized"
                  personnel list (EPA staff only) and  be issued a  bar
                  code  for  identification  purposes.    Files must  be
                  returned to file room within 14 days of check-out.

-------
                         -7-                   Attachment A

            d.     Management Division was requested to consider the
                  need for additional file room space. Although more file
                  storage was obtained, this did not include space for
                  public viewing areas.

                  The corrective action plan status updates is reflected
                  in FY91 and FY92 CATS, No. 91-3,  action is  not
                  completed.

6.     Reference B (4) above.
      Corrective action taken to resolve material weaknesses of Contract
      Invoice Payment for ARCS and TES Contracts:

            a.     A Vulnerability Assessment was conducted in August,
                  1991, in conjunction with the Management Division.

            b.     In third quarter,  1991, the ARCS Work Assignment
                  Managers (WAMs) were provided a bulletin on invoice
                  concerns and questioning invoices where costs are not
                  understood.

            c.     In fourth quarter, 1991,  the WAMs workload under
                  ARCS and TES were reviewed and determined not to
                  exceed  recommended experience and workload.

            d.     During fourth quarter, the Procurement and Contracts
                  Management  Division (PCMD) conducted a  Regional
                  review of our ARCS invoice review procedures and
                  files.

            e.     The Project Officers (PO) in the zone are  in the
                  process  of developing  a checklist  for  Program
                  Management  invoice reviews.

            f.     In October 1991, an ARCS Newsletter discussing the
                  task force recommendations was distributed to WAMs
                  and their supervisors.

                  The corrective action plan status update is reflected in
                  FY91  and FY92  CATS,  No. 92-1,  action  is  not
                  completed.

-------
                                      -8-                    Attachment A

D.    Implementation schedules for any corrective actions not yet completed;

            1.     Reference A (1) above.
                  A 100 percent physical inventory is scheduled and target completion
                  date is February 1992. At the present time, an audit by Contract
                  Auditors  for OIG  is  being  performed  in the  same area  and
                  completion of their field work is scheduled for April 3, 1992.

            2.     Reference A (2) above.
                  At the present time a final audit report  has not been  issued.
                  However,  a task  force at Region 6  is  working  on resolving the
                  findings.

            3.     Reference B (2) above.
                  Planned actions to resolve material weakness of CERCLA Records
                  Center File Management:

                  a.     Continue  efforts  toward  eliminating  unneeded  records,
                        microfilming as much as budget allows, clear out of all files.

                  b.     In  1992 when the Region  acquires additional space, small
                        storage  area will be obtained where some records can be
                        stored.  The sixth floor will have a locked  room that RCRA
                        and Superfund will share with twenty Times  2  cabinets.
                        Superfund will gain twelve of the twenty cabinets.

                  c.     Continue search for innovative ways to reduce the bulk of
                        paperwork in the division in order to reduce paper files.

                  d.     By February, 1992, train Superfund staff on new file structure.
                        Revise Confidential Business Information  and enforcement
                        confidential file procedures.  Train Superfund staff on revised
                        procedures.

                  e.     Continue  restructuring   of  non-NPL and NPL  files  and
                        document level indexing of files to completion.

                  f.     Obtain equipment and software for putting files on optical disk
                        imagery. HQ's plan is to have this to all Regions by 1999.

                        The corrective action plan status updates is reflected in FY92
                        CATS, No. 91-2 and next FY92 quarterly CATS update is
                        April 1992.

-------
                          -9-                    Attachment A

4.     Reference B (3) above.
      Planned action to  resolve material weakness of RCRA  Records
      Center File Management:

      a.     The wall separating the RCRA and CERCLA file room was
            torn down in August 1991.  However, the reconfiguration is
            not  scheduled to be completed until April, 1992, which will
            allow for more file cabinets to fit in the Superfund file room.
            No  additional file  cabinets are planned  for the  RCRA file
            room.

      b.     Continue! efforts are directed toward eliminating unneeded
            records  (shipping to short- and  long-term  storage as well as
            purging  duplicated documents).

      c.     Will continue to search for innovative ways to reduce the bulk
            of paperwork in this Division in order to reduce paper files.

      d.     Will continue to purge unneeded records (shipping used files
            to off-site storage).

      e.     Will work with States on an agreement that they will maintain
            files that currently contain only the "Notification of Hazardous
            Waste Activity" for 8700-12.

      f.     Will work to  ensure a public viewing area is established in
            1992.

            The corrective action plan status updates is reflected in FY92
            CATS,  No. 91-3 and next  FY92 quarterly CATS update is
            April 1992.
5.     Reference B (4) above.
      Planned action to resolve material weakness of Contractor Invoice
      Payment for ARCS and TES Contracts:

      a.    One recommendation from Region's Vulnerability Assessment
            was to  use an  invoice review checklist to document the
            Project Officer (PO) and Contracting Officer (CO) review of
            the invoices.  By January 1,1992, the Region will implement
            the use of an invoice review checklist to document the PO
            and COs review of invoice.

-------
                              -10-                  Attachment  A

            b.     Continue to require monthly submittal of invoice and progress
                  report review check sheets.  By February 29, 1992, initiated
                  use of an invoice checklist by the Work Assignment Managers
                  (WSMs) to document their invoice reviews.

            c.     By March 1, 1992, a  request for incurred cost audits will be
                  submitted for the TES contracts.

            d.     By March 31, 1992, and again by October 1, 1992,  monitor
                  WAM workload under ARCS and TES.

            e.     Revise the WAM invoice review training to include guidance
                  on payment of item in "gray" areas of allowable. By May 30,
                  1992, conduct revised review training  for WAMs.

            f.      By June 30, 1992, conduct spot check audits/reviews of the
                  contractors'  documentation for specific  monthly line item
                  charges for the ARCS and TES contracts.

                  The corrective action plan status update is reflected in FY92
                  CATS, No. 92-1  and next FY92 quarterly CATS update is
                  April 1992.
NOTE:      This  Data is  based on  audit reports since FY90 and  Annual
            Assurance Letters for FY87, FY88, FY89, FY90, and FY91.

-------
                                                           ATTACHMENT B
CONTRACTS SUMMARY
                                                             APRIL 1,  1992
     CONTRACTOR
Roy F. Weston
Fuor-Daniel, Inc.
COM
CH2M Hill
Jacobs Engineering
Morrison Knudsen
Sverdrup Corp
URS Consultant
PRC
Metcalf & Eddy
PRC
Resource Applicat
Am Analyt Test Serve
Betz
                          PURPOSE
                   TYPE
SERVICE
  AREA
N=NATIONAL
Z=ZONE
R=REGIONAL
 DOLLAR
  VALUE
N
O
T
E
                                      CPAF/LOE
                                      CPAF/LOE
                                      CPAF/LOE
                                      CPAF/LOE
                                      CPAF/LOE
                                      CPAF/LOE
                                      CPAF/LOE
                                      CPAF/LOE
                                      CPAF/LOE
                                      CPAF/LOE
Keystone of TX
SW Lab of OK
SW Research of SA
ICF
Hewlett-Packard
Eniron & Ecology
CSC
Riedel
Lee Wilson & Assoc
Daniel T Serna
CADMUS
MRI
Tetra-Tech
Am Mgt Systems
SAIC
ICF
MRI
MRI
      ARCS
      ARCS
      ARCS
      ARCS
      ARCS
      ARCS
      ARCS
      ARCS
      TES 9
      TES 10
  RCRA Implement CPAF/LOE
    TAT (8a)
       CLP
       CLP
       CLP
       CLP
       CLP
       CLP
      ESAT
   MAINTENANCE
     TAT
     TOSS        ID/IQ
     ERGS
   Report Prep
  Storeroom Ser  FIXED PRICE
NPDES TECH SUPPLY ID/IQ
 Streamline Proj
 Coast Wtr Proj
 Coast Wtr Proj
 Coast Wtr Proj
    Training
    Training
  CLEAN AIR ASST
                                       ID/QI
                                       ID/IQ
                                       ID/IQ
                                      FIXED PRICE
                                      FIXED PRICE
                                         LOE
   Z
   Z
   Z
   Z
   Z
   Z
   Z
   Z
   Z
   Z
   N
   N
   N
   N
   N
   N
   N
   N
   N
   R
   Z
   Z
   Z
   R
   R
   N
   N
   N
   N
   N
   N
   N
   N
156,213,437  2
142,142,204  2
154,794,394  2
151,873,624  2
150,241,713  2
155,373,447  2
 67,305,250  2
157,811,577  2
 33,100,000  5
 33,100,000  5
  8,267,709  5
  3,991,758  5
  2,038,780  6
  1,000,000  6
  3,970,560  6
  1,561,760  6
  4,384,000  6
  4,627,000  6
  6,000,000  5
    110,000  1
 76,800,000  4
357,000,000  5
110,137,819  2
  1,092,000  1
    147,400  1
    600,000  7
     37,163  8
     50,000  8
     90,000  8
     42,500  8
     37,180  8
     10,144  8
      9,745  8

-------

-------
NOTES:

1.   Dollar value  shown  is potential dollar value  for  the entire
     contract.

2.   Zone  contract for Region  6-8;  dollar value  shown  is  total
     potential dollar value.

3.   Zone  contract for Regions 5-7; dollar  value  shown  is  total
     potential dollar value.

4.   Zone  contract for Regions  5-10; dollar value shown  is  total
     potential dollar value.

5.   National Contract; dollar value is potential dollar value for
     the entire contract.

6.   Contracts  in  contract  lab program;  dollar values  are  for
     Region 6 activity only.

7.   Dollar value  reflects FY92, one work assignment only. WAM in
     HQ,  potential dollar value  of  total  contract  unknown  to
     Region 6.

8.   Dollar value  is for Region 6 work assignments under  national
     contract.  Potential dollar value  of total contract unknown to
     Region 6.
Att»ch»*nt to CONTRACTS SUMMARY

-------

-------

-------

-------
              UNITED STATES ENVIRONMENTAL PROTECTION AGENCY

                                 REGION VII
                           726 MINNESOTA AVENUE
                          KANSAS CITY, KANSAS 66101
                                                           OFFICE OF
                                                     THE REGIONAL ADMINISTRATOR
 MAR311992
SUBJECTi  Contract Mana

PROMi     Morris Kay
          Regional

TOt       William K. Reilly
          Administrator

     in response to your memorandum of March 10,  1992, I have
taken several steps to review the strengths and weaknesses of our
regional contract and project management efforts.  On March 17,
1992, I conducted a one-half day meeting with all of ay regional
managers to assist in identifying specific contracting and
internal control problems.  Based on the outcome of that meeting
and an independent analysis we began several months ago, we
developed a list of 11 basic problems (real and potential).
Attachment 1 lists these problems with corrective action plans
and planned due datea.  Attachments 2 and 3 list all regional and
national contracts utilised by this region.   The Office of
Policy and Management is continuing to analyze all of the
contracts utilized by this region and will be developing plans
for corrective action.

     Our assessment of these contracts generally indicates that
more problems exist on national contracts than regional
contracts.  We conclude that regional contracts may be better
managed because those persons using the contract are close to the
Contracting and Project Officers.  Therefore, the contract user
has easier access to the people responsible for the contract.

     I also want to assure you that we are following the guidance
and have met all of the requirements provided by Christian Holmes
In his February 28, 1992, memorandum.  In this regard, I
appointed Susan C. Gordon, my Assistant Regional Administrator,
as our regional Senior Procurement Official.
                                                               RECYCLES*

-------
                                -2-


     Region VII has always taken contract management very
seriously, as demonstrated by our requiring standard contract
Invoices and independent government cost estimates on our ARCS
Contracts as early as 1988.  Last year, we began surveillance
reviews of the ARCS contractors' invoices.  In August 1991, we
performed an in depth review and assessment of the CSC contract
and its use.  As a result of that review, we expedited our
planned contract management training and implemented other
activities to reduce our contract vulnerabilities.   In September
1991, we conducted an all employee mandatory training on
"Contract Management Awareness".  This training session was video
taped and is required viewing for all new employees.  In March
1992/ we issued regional directions to all employees in the form
of "Contract Management Guidelines" (Attachment 4).

     I assure you that we are totally committed to all efforts to
improve quality -contract management.

Attachments

cc:  Christian Holmes

-------
                                           Attachment 1

               RBOION VTI'S COKTRXCT XSSBflSMBNT
1.  Insufficient
resources allocated
to properly manage
contracts
   Senior staff will
 examine feasibility of
 reallocating existing
 regional resources	
 3rd Qtr
 TY 1992
2.  Lack of contract
management knowledge
 0  Office of Policy and
 Management and tha
 Office  of Regional
 Counsel conducted  all
 employee nContract
 Management Awareness
 Training11

 0 New regional  employees
 are required to view the
 "Contract Management
Awareness Training"
video

 0 Office  of Policy and
Management issued
Contract Management
Guidelines to all
regional  employees.
These guidelines will
also be -issued  to new
employees

 0 Office  of Policy and
Management and  the
Office of Regional
Counsel will provide
refresher contract
management training for
all employees

 0 Senior  Procurement
Official  will require
annual certification by
all regional employees
having contract
management authority
that they have  met all
the requirements for
managing  contracts
Completed
  9/91
                                                   On-going
                                                   Completed
                                                     3/92
                                                   Annually
                                                   4th Qtr
                                                   Annually
                                                   4th Qtr

-------
3.  Lack of contract
specific training
 •  Superfund  Contracting
 Office will  provide
 training to  all regional
 contract users

 0  Superfund  Contracting
 Office will  provide
 appropriate  assistance
 on national  contract*

 9  Office of  Policy and
 Management requested
 that PCMD provide
 contract specific
 training on  all national
 contracts
Semi-
annual ly
2nd t 4th
  Qtrs

On-going
                                                    Completed
                                                      1/92
4.  Insufficient
written guidance on
national contracts
0 Senior Procurement
Official will request
that PCMD issue guidance
on lines of authority on
national contracts.

0 Senior Procurement
Official will request
that PCMD keep regional
contract users apprised
on a timely basis of any
negotiated terms and
conditions which are not
specific in the national
contract or the
statement of work

• Superfund Contracting
Office will serve as a
point of contact for all
contract issues and will
distribute contract
interpretations to all
regional users 	
 3rd Qtr
 FY  1992
                                                    3rd Qtr
                                                    FY 1992
                                                   On-going

-------
s.  Lack of contract
file and Delivery
Order file
documentation
 e Superfund  Contracting
 Office will  identify all
 required documentation
 in regional  contract
 specific training

 0 Regional Internal
 Control Coordinator or
 designee will reviev
 contract file
 documentation as part of
 the internal control
proceee

  Superfund Contracting
Office established zone
administrative
procedures for adequate
file documentation on
regional contracts	
 On-going
                                                    Annually
                                                    2nd Qtr
                                                   Completed
                                                     1991
6.   Inadequate
Delivery Order
Statements of Work
  Senior Procurement
Official will require
technical reviev of
statements of Work by
one level above the
requestor

  Superfund contracting
Office will review all
Delivery Orders prior to
submission to ordering
offices in Headquarters
On-going
                                                   on-going

-------
 7.   some work
 performed outside
 Statement of  Work
 •  Superfund Contracting
 Office will obtain and
 maintain  copies  of all
 national  contracts and
 will review all  new
 requests  to insure that
 work is within scope of
 contract

 • Superfund Contracting
 Office reviews all
 regional  contract
 delivery  orders  prior
 to issuance;
 documentation of review
 is now being required

 0 Regional Internal
 Control Coordinator or
 designee will review
 contract file
 documentation as part of
 the internal control
process	
 3rd Qtr
FY 1992 £
 On-going
                                                    On-going
                                                    Annually
                                                    2nd Qtr
8.  Lack of adequate
invoice review on
national Delivery
Orders
0 Senior Procurement
Official will recommend
to OARM that all
national delivery orders
bs reissued as regional
delivery orders

• Senior Procurement
Official will require
Delivery Order Project
Officers to follow
established regional
guidelines for invoice
reviews
3rd Qtr
FY 1992
                                                    4th Qtr
                                                    FY 1992

-------
 9.   Inadequate
 independent
 government cost
 estimates
 0  super-fund contracting
 Office  issued specific
 guidelines  to the  zone
 for preparing cost
 estimates for ARCS
 contracts

 0  Superfund Contracting
 Office will issue
 regional guidelines for
 preparing cost estimates
 on all EPA  contracts
 Completed
   3/92
                                                     3rd Qtr
                                                    FY 1992
10.  Inadequate
property
accountability
• Senior Procurement
Official will recommend
to OARM that the
Contract Property
Administration
responsibility for
regional contracts be
delegated to the region
 3rd Qtr
 FY 1992
11.  Perception of
personal services and
conflict of interest
0 Office of Policy and
Management and the
Office of Regional
Counsel provided all
employee mandatory
training on contract
management

0 Office of Policy and
Management and the
Office of Regional
Counsel will conduct
contract management
refresher training

0 Regional Internal
Control Coordinator or
deaignee will review
contract performance as
part of the internal
control process	
Completed
  9/91
                                                    Annually
                                                    4th Qtr
                                                    Annually
                                                    2nd Qtr

-------
CONTRACT* OVER $25,000 XANAOED >Y REGION VIZ
' ^~'f^iimM^^W&-^^l
si,' • ^j^SS^S^^^
CDM-FPC
68-W9-0021
Sverdrup Corp
68-W9-0032
CH2M Hill
68-W8-0112
Jacobs Engr
68-W8-0122
Riedel Env.
68-W1-0035
CWM
68-80-7005
Crown Const.
68-01-7459
Tappan Assoc.
68-W1-7001
68-01-7462*
NIT, Inc.
68-D2-0036
SRI
68-D1-015
i|^yp? ^^i^M^mM^^ •^^^•^(^h4llk^m

ARCS
ARCS
ARCS
ARCS
ERCS
- Remedial Activities
- Remedial Activities
- Remedial Activities
- Remedial Activities
- Removal Activities
Transportation £ Disposal
Dioxin Storage Buildings
Architect-Engineer Services
Dioxin Excavation
RECAP
RECAP
- Collection & Analysis
- Collection & Analysis
                Page 1 of 1

-------
                                 Attachment 3
CONTRACTS MANAGED BY BPA HEADQUARTERS
' : aiiwl? ' ibllf *•' *|j|||':!" ; ^
§;!^%^^HKiMiK
Health Systems
68-01-0004
ManTech
68-C8-0006
PRC Env
68-W9-0006
Metcalf « Eddy
68-W9-0007
CADMUS Group
68-C9-009
Flour Daniel
68-W9-0013
Roy F. Weston
68-W9-0015
MRI
6B-WO-0015
ICF
68-WO-0024
MR Env
6B-W9-0025
Nancy Low
68-WO-0030
E & E
68-WO-0037
AMS
68-W9-0038
AMS
68-W9-0039
PRC Env.
68-W9-0041
CSC
S8-WO-0043
^l^&fri !•!&•*> > ' 't^Mjjjt1 : *^Vv ;'|^i 'ityW&l *&&& : •'. -^ \ •

Develop pollution prevention material
Provide napping £ ecological data
TBS 9 - Enforcement support
TES 10 - Enforcement Support
Water «nf orcemant and permit*
ARCS - Remedial activities
ARCS - Remedial activities
Prevent and detect leake for UST*
Aasist in implementing UST programs
ARCS - Remedial activities
Market research and analysis
TAT - Removal activities
General Analysis and Support Services
ADP Support Services
RCRA permit & subtitle D support
TOSS - Computer & management support

-------
• ft3B*Sfi&S$:
Lockheed Engr
68-CO-0050
LAI
68-W9-0052
URS
68-W9-0053
SAIC
68-C8-0066
Cambridge
68-CO-0073
ICP
68-W9-0082
Temple, Barker
68-CO-0090
Univ of Neb
68-DO-0094
Pechan, Inc.
68*00-0120
Alliance Tech
6B-DO-0121
SAIC, Inc.
68-DO-0122
MRI
68-DO-0123
PES, Inc.
68-DO-0124
Radian, Inc.
68-DO-0125
ICF
68-D1-0135
Univ of Iowa
68-D1-0086
j [.;:;. :..:::'j::i:; ;;:;:>?;j;-yv •;.,..!;S: : yp*$ • • jMJS J^M^j-i^f-?' .•:*•> jif { '• /.f**';; i.},
Provide RCRA aerial photographic data
Records information management support
ARCS - Remedial activities
Water enforcement ft permit
Technical support for air pollution
Support to UST & LUST program*
Development of SRF programs
Pesticide applicator training
Regulatory plan assistance
Aarometric monitoring
Technical support for air pollution
Regulatory plan assistance
Technical support for air pollution
Technical support for air pollution
ESAT - Analytical services
CLP - Chemical analyses

-------
                                                              Attachment  4


                                                                              March 1, 1992
     REGION VII CONTRACT MANAGEMENT GUIDELINES
 Working "Relationships

 EPA employees are expected to be impartial and objective in their dealings with contractors.
 Employees should avoid any situation which gives even the appearance of favoritism or conflict
 Of interest.   This  is not to say  that EPA  employees cannot  be cordial in their working
 relationships with contractors, but the relationship should always be a business-like, arm's length
 relationship.   Contracting Officers, Project Officers, Work Assignment Managers, and other
 EPA employees having direct control over contractors  should not socialize with contractor
 personnel,

 Identification of Contractors

 All contractors working in EPA space should wear clearly visible identification badges showing
 that they are contractors.  Contractors should display their company name on their desk name
 plates.  Contractor work space should have signage displaying the company name. Contractors
 should always clearly identify themselves as contractors in any situation where it might be
 assumed that they were representing EPA (such as when they answer the telephone or are
 involved in meetings).

 Contractor Workspace

 Every effort should be made  to house contractors in separate space  from EPA employees,  in
 those cases where this is not possible, contractors should be physically grouped together in their
 own work area and be clearly identified as contractors.

 Awards/Recognition

 EPA will not present awards or  other formal  recognition including  letters of appreciation and
 commendation to  contractor  staff.  EPA employees may provide  information on individual
 contractor performance to contractor site managers.

 Attendance at EPA Functions and Meetings

 Contractors are not allowed to attend EPA meetings, retreats, social events, and training sessions
 unless their presence is required to perform work authorized under the contract.  Contractors
 may attend "Brown Bag" presentations of general interest as long as they do not charge time to
the government for their attendance time.  Again, contractors should not routinely attend EPA
staff meetings. Contractor personnel should only attend meetings for  specific work authorized
under the contract.  This does not prohibit regular meetings between EPA staff and contractors
to review work products.

-------
     REGION VII CONTRACT MANAGEMENT GUIDELINES
 Training

 Contractors are expected to have the skills they require to perform their job. Therefore, EPA
 will not provide training which is commercially available (This would include training such as
 Total Quality and common word processing packages).  EPA can provide training in those
 instances where the training is somehow unique to EPA's environment or required for specific
 performance under the contract and if there is no direct charge to the contract.

 Supendsion/Worlc Assignment

 EPA employees can not supervise contract employees.  Contract employees are supervised by
 contract supervisors. EPA employees may share information with contractors to perform the
 required work. Only certain specially trained government employees, such as Delivery Order
 Project  Officers or Work Assignment Managers,  may assign work to contractors.   Work
 assignment must fall within the scope of the contract as described in the statement of work.
 Even in those cases where EPA personnel are authorized to assign work under a contract, they
 can not supervise the contractor staff.

 Personal Services

 Personal Services contracts are noj allowed.  A personal services relationship exists when a
 contractor is treated essentially as another EPA employee. There are 6 elements described in
 the Federal Acquisition Regulation which characterize a personal services relationship: (1)
 Performance  on site. (2) Principal tools and equipment furnished by the Government. (3)
 Services are applied directly to the  integral effort of agencies or an organizational subpart in
 furtherance of assigned function  or mission. (4) Comparable services, meeting comparable
 needs, are performed in the same or similar agencies using civil service personnel. (5) The need
 for the type of service provided can reasonably be expected to last beyond 1  year. (6) The
 inherent nature of the service, or the manner in which it Is provided, reasonably requires
 directly or indirectly, Government direction or supervision of contractor employees in order
 to--(i) Adequately protect the Government's interest; (ii) Retain control of the function involved;
 or (iii) Retain full personal responsibility for the function supported in a duly authorized Federal
officer or employee. All of these elements should be avoided, but the 6th element is critical.
 Government supervision must be avoided.  Contractors may not perform work which is
considered inherently Governmental.

-------
     REGION VII CONTRACT MANAGEMENT GUIDELINES
 Positioq Descriptions and Perfonpance Standards

 EPA employees who are authorized to provide technical direction and accept deliverable* from
 contractors must have specific language in their position descriptions and performance standards
 describing these dudes.

 Raauired TmJninp for EPA
 Every EPA employee in Region vn is required to attend Region VU's'Contract Management
 Awareness Training.  New employees are given this training as part of the New Employee
 Orientation process. Any employee who has not attended this training should arrange to attend
 one of the regularly scheduled classes or view the training videotape which is available in the
 PEAC training center.

 Questions/Contract Management Reference Material

 Questions on contract management should be directed to the Comptroller Branch in Region VH
 or the Project Officer or Contracting Officer. Contracting information and guidance may also
 be found in the following documents:  Federal Acquisition Regulation (FAR), Environmental
 Protection Agency Acquisition Regulation (EPAAR), EPA Contracts Management Manual, and
 the Acquisition Handbook.

 Audits

Requests by any office for Region vn contract management information in association with an
audit or inspection should be referred to the Region vn Comptroller Branch. All Regional audit
 activity is coordinated through the Comptroller Branch.

-------

-------
             UNITED STATES ENVIRONMENTAL PROTECTION AGENCY

                                REGION VII
                           726 MINNESOTA AVENUE
                          KANSAS CITY, KANSAS 66101
                                                          OFFICE OF
                                                     THE REGNAL ADMIVSTRA'
APR 14 1992

 MEMORANDUM

 SUBJECT:    Follow-up to the AdmiALpta?ator's March 10, 1992,
            Request for a Review/or/EPA's Contracts Management
FROM:      Morris Kay/], • !/ i
           Regional AtljjiiniJstrator

TO:        Christian R.  Holmes
           Acting Assistant Administrator

    In response to your  memorandum of March 31,  1992, we  have
made an assessment of all present or potential problems falling
within our purview related to contract and program management.
In our memorandum to the Administrator dated March 31, we
identified 11 basic problems with corrective action plans and
planned due dates.  Attachment 1 is a copy of the listing.
Attachments 2, 3, and 4  address all of the items requested by
your memorandum.

     We have implemented measures to strengthen our internal
controls and are developing standardized internal control
documentation to identify event cycles, control objectives and
control techniques common to contract management.  This
documentation will become a part of each assessable unit's system
of internal controls and can be modified to accommodate any
unique provisions of a particular contract.

     We have also established a prototype corrective action
tracking system for audit reports and internal and external
reviews.  This tracking  system is being modified to monitor
existing and potential contract management weaknesses applicable
to individual contracts.  The modified system will also identify
actions necessary to correct these weaknesses and track the
implementation of the actions.

     We are totally committed to efforts to improve quality
contract management activities.
                                                               RECYCLE .*•

-------

-------
                                           Attachment 1

              REGION VII'S CONTRACT ASSESSMENT
  POTENTIAL PROBLEMS
    CORRECTIVE ACTION
           PLAN
ACTION
   DATE
1.  Insufficient
resources allocated
to properly manage
contracts
0 Senior staff will
examine feasibility of
reallocating existing
regional resources	
  3rd Qtr
  FY 1992
2.  Lack of contract
management knowledge
0 Office of Policy and
Management and the
Office of Regional
Counsel conducted all
employee "Contract
Management Awareness
Training"

0 New regional employees
are required to view the
"Contract Management
Awareness Training"
video

0 Office of Policy and
Management issued
Contract Management
Guidelines to all
regional employees.
These guidelines will
also be issued to new
employees

0 Office of Policy and
Management and the
Office of Regional
Counsel will provide
refresher contract
management training for
all employees

0 Senior Procurement
Official will require
annual certification by
all regional employees
having contract
management authority
that they have met all
the requirements for
managing contracts	
 Completed
   9/91
                                                    On-going
                                                   Completed
                                                     3/92
                                                    Annually
                                                    4th Qtr
                                                    Annually
                                                    4th Qtr

-------
  POTENTIAL PROBLEMS
    CORRECTIVE ACTION
       . *   PLAN ..
ACTION DDE
   DATE
3.  Lack of contract
specific training
0 Superfund Contracting
Office will provide
training to all regional
contract users

0 Superfund Contracting
Office will provide
appropriate assistance
on national contracts

0 Office of Policy and
Management requested
that PCMD provide
contract specific
training on all national
contracts
 Semi-
 annual ly
 2nd &  4th
   Qtrs

 On-going
                                                   Completed
                                                      1/92
4.   Insufficient
written guidance on
national contracts
0 Senior Procurement
Official will request
that PCMD issue guidance
on lines of authority on
national contracts.

0 Senior Procurement
Official will request
that PCMD keep regional
contract users apprised
on a timely basis of any
negotiated terms and
conditions which are not
specific in the national
contract or the
statement of work

0 Superfund Contracting
Office will serve as a
point of contact for all
contract issues and will
distribute contract
interpretations to all
regional users      	
  3rd Qtr
 FY  1992
                                                    3rd Qtr
                                                    FY 1992
                                                   On-going

-------
  POTENTIAL PROBLEMS
    CORRECTIVE ACTION
           PLAM
ACTION
   DATE
5.  Lack of contract
file and Delivery
Order file
documentat i on
0 Superfund Contracting
Office will identify all
required documentation
in regional contract
specific training

0 Regional Internal
Control Coordinator or
designee will review
contract file
documentation as part of
the internal control
process

0 Superfund Contracting
Office established zone
administrative
procedures for adequate
file documentation on
regional contracts
  On-going
                                                    Annually
                                                    2nd Qtr
                                                   Completed
                                                     1991
6.   Inadequate
Delivery Order
Statements of Work
0 Senior Procurement
Official will require
technical review of
Statements of Work by
one level above the
requestor

0 Superfund Contracting
Office will review all
Delivery Orders prior to
submission to ordering
offices in Headquarters
 On-going
                                                    On-going

-------
  POMSNTIAI, PROBLEMS
                            CORRECTIVE
                           ACTION
                              DATE
7.  Some work
performed outside
Statement of Work
0 Superfund Contracting
Office will obtain and
maintain copies of all
national contracts and
will review all new
requests to insure that
work is within scope of
contract

0 Superfund Contracting
Office reviews all
regional contract
delivery orders  prior
to issuance;
documentation of review
is now being required

0 Regional Internal
Control Coordinator or
designee will review
contract file
documentation as part of
the internal control
process
 3rd Qtr
FY 1992 &
 On-going
                                                    On-going
                                                    Annually
                                                    2nd Qtr
8.  Lack of adequate
invoice review on
national Delivery
Orders
0 Senior Procurement
Official will recommend
to OARM that all
national delivery orders
be reissued as regional
delivery orders

0 Senior Procurement
Official will require
Delivery Order Project
Officers to follow
established regional
guidelines for invoice
reviews
 3rd Qtr
 FY 1992
                                                    4th Qtr
                                                    FY 1992

-------
  POTENTIAL PROBLEMS
                            CORRECTIVE *Ct$Qir
                           ACTION DUE
                              DATE
9.  Inadequate
independent
government cost
estimates
 0 Superfund Contracting
 Office issued specific
 guidelines to the zone
 for preparing cost
 estimates for ARCS
 contracts

 0 Superfund Contracting
 Office will issue
 regional guidelines for
 preparing cost estimates
 on all EPA contracts
Completed
  3/92
                                                     3rd Qtr
                                                    FY 1992
10.  Inadequate
property
accountabi1ity
0 Senior Procurement
Official will recommend
to OARM that the
Contract Property
Administration
responsibility for
regional contracts be
delegated to the region
 3rd Qtr
 FY 1992
11.  Perception of
personal services and
conflict of interest
0 Office of Policy and
Management and the
Office of Regional
Counsel provided all
employee mandatory
training on contract
management

0 Office of Policy and
Management and the
Office of Regional
Counsel will conduct
contract management
refresher training

0 Regional Internal
Control Coordinator or
designee will review
contract performance as
part of the internal
control process
Completed
  9/91
                                                    Annually
                                                    4th Qtr
                                                    Annually
                                                    2nd Qtr

-------

-------
                                             Attachment 2

  PROGRAM MANAGEMENT/OTHER AUDIT VULNERABILITIES
    VULNERABILITIES
  CORRECTIVE ACTION
        TAKEN
IMPLEMENTATION
     DATE
1.  No system for
accounting for incoming
referrals in regional
Section 404 Wetlands
program.	
ENRV developed an
accounting system.
  Completed
   4th Qtr
   FY 1991
2.  Section 404 permit
data base contains
inaccurate and
incomplete data.
ENRV will develop
Data quality and
consistency
controls for their
database.
   1st Qtr
   FY 1993
3.  No system to assure
the Section 404 permit
files contain a
complete administrative
record.
ENRV has
standardized the
indexing procedure.
  Completed
   4th Qtr
   FY 1991
4.   No procedures to
assure that PRP
baseline and follow-up
searches start timely.
WSTM will establish
control techniques
to monitor search
initiations.
  Completed
   1st Qtr
   FY 1992
5.  Attorney should
document PRP search
reviews.
WSTM developed a
PRP Search Work
Assignment Close
Out Request form
which documents the
review of the civil
investigator,
attorney and
Regional Project
Manager.	
  Completed
   2nd Qtr
   FY 1992
6.  Establish controls
to assure that the PRP
search information in
the CERCLIS data base
is accurate and updated
timely.
WSTM assigned new
Environmental
Protection
Specialists to
provide timely and
accurate CERCLIS
data entry.
  Completed
   2nd Qtr
   FY 1992
7.  Inadequate testing
of internal controls.
WSTM will test
internal controls.
   4th Qtr
   FY 1992

-------
  8.   Inadequate internal
  control  objectives and
  techniques  for PRP
  search program.
WSTM will develop
PRP search  internal
control objectives
and techniques.

WSTM will test
internal control
objectives  and
techniques.
4th Qtr
FY 1992
                                                     4th Qtr
                                                     FY 1993
  9.  Management  Control
  Plan did  not  include
  PRP search  initiatives.
WSTM will expand
Management Control
Plan to include
internal control
review and/or
alternate internal
control reviews of
the PRP search
program.    	
4th Qtr
FY 1992
 10.  Limited internal
 control training for
 Regional Managers.
Regional Internal
Control Coordinator
will provide
training to all
Region VII
managers.
4th Qtr
FY 1992
REGION VII HAS NOT PERFORMED AN INTERNAL CONTROL REVIEW IN THE LAST
FIVE YEARS.    ALL  REVIEWS HAVE  BEEN ALTERNATE  INTERNAL  CONTROL
REVIEWS.

-------
                                   Attachment 3
CONTRACTS OVER $25,000 MANAGED BY REGION VH
CONTRACTOR
NAME & NUMBER
CDM-FPC
68-W9-0021
Sverdrup Corp
68-W9-0032
CH2M Hill
68-W8-0112
Jacobs Engr
68-W8-0122
Riedel Env
68-W1-0035
Chem Waste
68-SO-7005
Crown Const
68-01-7459
Tappan Assoc
68-W2-7001
Riedel Env
68-01-7462
NFT
68-D2-0036
SRI
68-D1-0015
CONTRACT TYPE
Cost Reimbursement
Level of Effort
Cost Reimbursement
Level of Effort
Cost Reimbursement
Level of Effort
Cost Reimbursement
Level of Effort
Indefinite
Delivery /Quantity
w/ Fixed Unit
Prices
Indefinite
Delivery /Quantity
w/ Fixed Unit
Prices
Indefinite
De 1 i very / Quant i ty
w/ Fixed Unit
Prices
Indefinite
Delivery /Quantity
w/Fixed Unit
Prices
Cost Reimbursement
Level of Effort
Cost Reimbursement
Level of Effort
Cost Reimbursement
Level of Effort
CONTRACT
VALUE
$154,794,394
$ 67,305,250
$151,873,624
$150,241,713
$114,012,530
$ 1,247,135
$ 5,645,417
$ 475,000
$ 38,895,662
$ 3,298,574
$ 28,195,923
CONTRACT
PURPOSE
ARCS -
Remedial
Activities
ARCS -
Remedial
Activities
ARCS -
Remedial
Activities
ARCS -
Remedial
Activities
ERGS -
Removal
Activities
Transporta-
tion and
Disposal
Construct ion
of Dioxin
Storage
Buildings
Architect-
Engineer
Design
Services
Dioxin
Excavation
in the State
of Missouri
Collection
and Analysis
Collection
and Analysis

-------
                                            Attachment 4
     NUMBER OF PROCUREMENT PERSONNEL IN REGION VH
PROCUREMENT
PERSONNEL
Contracting Officers
Contract Specialists
Project Officers
Reg i ona 1 / Deputy
Project Officers
Delivery Order
Project Officers
Work Assignment
Managers
On-Scene-
Coordinators
TOTAL
CONTRACTS MANAGED
BY REGION VII
3
3
4
1

28
15
54
CONTRACTS MANAGED
BY EPA
HEADQUARTERS/RTF/
CINCINNATI



6
8
37

51
NOTE:   Some Work Assignment Managers have work assignments for
       contracts managed by Region VII and by EPA Headquarters.

-------
                  "•K UNITED STATES ENVIRONMENTAL PROTECTION AGWCY
      APR 141992
       MEMORAMDPM

       BUBJICT:    Follow-up to the Administrator'* March 10, 1992,
                  Request for a Review of KPA'S Contracts Management

       FROMi       Morris Kay
                  Regional Administrator

       TOt         Christian R.  Bolnes
                  Acting Assistant Administrator

           in  response  to your memorandum of March 31,  1992, we have
       made an assessment of all present or potential problems falling
       within  our purview related to  contract  and  program management.
       In our  memorandum to the Administrator  dated March 31,  we
       identified 11 basic problems with corrective action plans and
       planned due dates.   Attachment 1  is a copy  of the listing.
       Attachments 2, 3,  and 4  address all of  the  items  requested by
       your memorandum.

           We have implemented measures to strengthen our internal
       controls and are  developing standardized internal control
       documentation to  identify event cycles,  control objectives and
       control techniques  common to contract management.   This
       documentation will  become a part  of each assessable unit's system
       of internal controls and can be modified to accommodate any
      unique provisions of a particular contract.

           We have also established  a prototype corrective action
      tracking system for audit reports and internal and external
      reviews.  This tracking  system is being modified  to monitor
      existing and potential contract management  weaknesses applicable
      to individual contracts.   The  modified  system will also identify
      actions necessary to correct these weaknesses and track the
       implementation of the actions,

           We are totally committed  to  efforts to improve quality
      contract management activities.
CkRNAME k   1

3ATe
BI»A r». )»0c:
ei;
OFFICIAL FILE COPf

-------

-------
                                           Attachment 1

               KZOION VII'a COHTBACT AMESSXENT
1.  Insufficient
resources allocated
to properly manage
contracts
   Sanior staff vill
 examine faaaibility of
 raallocating axiating
 regional reaourcaa
 3rd Qtr
 FY 1992
2.  Lack of contract
management knowledge
 8 Offica of Policy and
 Xanaganant and the
 Office of Regional
 Counael conducted all
 employee "Contract
 Kanageaent Awareness
 Training11             v,,-.

 '  New regional employees
 are required to view the
 "Contract Management
 Awareness Training"
 video

 •  Office of Policy and
 Management iaaued
 Contract Management
 Guidelines to  all
 regional employees.
 These guidelines  will
 also  be  issued to new
 employees

 •  ocfioe of  Policy and
 Management and the
 Office of Regional
 Counsel  will provide
 refresher contract
 management training  for
 all employees

 •  Senior Procurement
 Official vill  require
 annual certification by
 all regional employees
having contract
management authority
that they have  met all
the requirements  for
managing  contracts
Completed
  9/91
                                                    On-going
                                                   Completed
                                                     3/92
                                                   Annually
                                                   4th Qtr
                                                   Annually
                                                   4th Qtr

-------
 3.   Lack of contract
 specific training
   Superfund Contracting
 Office will provide
 training to all regional
 contract uaers

 •  Superfund Contracting
 Office will provide
 appropriate assistance
 on national contract*

 •  Office of Policy and  .
 Management requeeted
 that PCMD provide
 contract *pecific
 training on all national
 contract*             fc"'
Semi-
 annual ly
2nd & 4th
  Qtr*

 on-going
                                                    Completed
                                                      1/92
4.  Insufficient
written guidance on
national contract*
• Senior Procurement
Official will regueet
that PCMD issue guidance
on line* of authority on
national contract*.

• Senior Procurement
official will request
that PCMD keep regional
contract u*er« apprised
on a timely basic of any
negotiated terms and
condition* which are not
specific in the national
contract cr the
statement of work

• Superfund Contracting
Office will serve a* a
point of contact for all
contract issue* and will
distribute contract
interpretation* to all
regional ucer*
 3rd Qtr
 FY 1992
                                                    3rd Qtr
                                                    FY 1992
                                                   On-going

-------
 S.   Lack of contract
 file and Delivery
 order file
 documentation
   Superfund Contracting
 Office will identify all
 required documentation
 in regional contract
 specific training

 •  Regional  Internal
 Control Coordinator  or
 designee will review
 contract file
 documentation ac  part  of.
 the internal control
 process

 •  superfund  contracting
 Office  established zone"
 administrative
 procedures for adequate
 file documentation on
 regional contracts	
 On-going
                                                    Annually
                                                    2nd Qtr
                                                   Completed
                                                      1991
6.  Inadequate
Delivery Order
Statements of Work
• Senior Procurement
Official will require
technical review of
Statements of Work by
one level above the
requestor

* Superfund Contracting
office will review all
Delivery orders prior to
submission to ordering
offices in Headquarters
On-going
                                                    On-going

-------
 7.  Some work
 performed outside
 Statement of Work
 • Superfund Contracting
 Office will obtain  and
 maintain copiee of  all
 national contract*  and
 will  review all new
 requests to insure  that
 work  i» within scope of
 contract

 •  Superfund Contracting
 office review* all      ,
 regional contract
 delivery ordera  prior
 to issuance;
 documentation of review
 is now being required

 •  Regional  Internal
 Control  coordinator or
 designee will review
 contract file
 documentation as part of
 the internal control
 process	
 3rd Qtr
FIT 1992 &
 On-going
                                                    On-going
                                                    Annually
                                                    2nd Qtr
fi.  Lack of adequate
invoice review on
national Delivery
Orders
• Senior Procurement
Official will recommend
to OARM that all
national delivery orders
be reissued as regional
delivery orders

• senior Procurement
official will require
Delivery order Project
Officers to follow
established regional
guidelines for invoice
reviews
 3rd Qtr
 ry 1992
                                                    4th Qtr
                                                    FY 1992

-------
 9.   Inadequate
 independent
 government cost
 estimates
   Superfund Contracting
 Office issued  specific
 guideline*  to  the  zone
 for preparing  cost
 estimate* for  ARCS
 contract*

 0  Superfund Contracting
 Office will issue
 regional guideline* for
 preparing cost estimates
 on all EPA  contract*
Completed
  3/92
                                                     3rd Qtr
                                                    FV 1992
10.  Inadequate
property
accountability
 • Senior Procurement
 official will recommend
 to OARM that the
 Contract Property
 Adninictration
 responsibility for
 regional contract* be
 delegated to the region
 3rd Qtr
 FY 1992
11.  Perception of
personal service* and
conflict of interest
• Office of Policy and
Management and the
Office of Regional
Counsel provided all
employee mandatory
training en contract
management

• Office of Policy and
Management and the
office of Regional
Counsel will conduct
contract management
refrevher training

* Regional Internal
Control Coordinator or
designee will review
contract performance as
part of the internal
control process	   	
Completed
  9/91
                                                    Annually
                                                    4th Qtr
                                                    Annually
                                                    2nd Qtr

-------
                                             Attachment 2

   PROGRAM MANAGEMENT/OTHER AUDIT VULNERABILITIES
                                                 ;.:;.: •.•,!!*<**•
 1,  No system for
 accounting for incoming
 re terrain in regional
 Section 404 Wetlands
 program.
 ENFV developed an
 accounting system.
Completed
 4th Qtr
 FY 1991
 2.   Section 404  permit
 data base contains
 inaccurate and
 incomplete data.
 ENRV will develop
 Data quality and
 consistency
 controls for their
 database.
 1st Qtr
 FY 1993
 3.   Ho system to assure
 the Section 404 permit
 files  contain a
 complete  administrative
 record .
ENRV has
standardized the
indexing procedure.
Completed
 4th Qtr
 rc 1991
 4.  No procedures to
 assure that PRP
 baseline and follow-up
 searches start timely.
WSTM will establish
control techniques
to monitor search
initiations .
Completed
 1st Qtr
 FY 1992
5.  Attorney should
document PRP search
reviews.
WSTM developed a
PRP Search Work
Assignment Close
out Request form '
which documents the
review of the civil
investigator ,
attorney and
Regional Project
Manager.
Completed
 2nd Qtr
 FY 1992
6.  Establish controls
to assure that the PRP
search information in
the CZRCLXS data base
is accurate and updated
WSTM assigned new
Environmental
Protection
Specialists to
provide timely and
accurate CERCLIS
data entry.
Completed
 2nd Qtr
 FY 1992
7.  Inadequate testing
of internal controls.
NSTM will test
internal controls.
 4th Qtr
 FY 1992

-------
  8.   inadequate  internal
  control  objective*  and
  techniques  for  PHP
  search program.
 WSTM will develop
 PRP search internal
 control objectives
 and techniques.

 WSTM will test
 internal control
 objectives and
 techniques.  	
 4th Qtr
 FY  1992
                                                      4th Qtr
                                                      FY 1993
  9.  Management Control
  Plan did not include
  PRP search initiatives.
 WSTM will  expand
 Management control
 Plan to  include
 internal control
 review and/or
 alternate  internal
 control  reviews of
 the  PRP  search
 program.
4th Qtr
FVT 1992
  10.   Limited internal
  control training for
  Regional Managers.
Regional Internal
Control coordinator
will provide
training to all
Region VIZ
managers.  	
4th Qtr
FY 1992
REGION VIZ HAS KOT PERTORKBD AN INTERNAL CONTROL REVIEW XH THE LAST
FIVX  YEARS.    ALL REVIEWS  HAVE  BEEN ALTERNATE  INTERNAL  CONTROL
REVIEWS.

-------
                                 Attachment 3
CONTRACTS OVER $25,000 MANAGED BY REGION
$$»y;.sS»v;.." \* s^*f f-v£.f: ji*ji
:||jcearaBAqi;di!f
|KAX^*nnfflB*f
CDM-FPC
68-W9-0021
Sverdrup Corp
68-W9-0032
CR2K Hill
68-W8-0112
Jacobs Engr
68-W8-0122
Riedel Env
68-W1-0035
Chen Waste
68-SO-7005
Crown const
68-01-7459
Tappan Assoc
68-W2-7001
Riedel Znv
68-01-7462
NFT
68-D2-0036
SRI
66-D1-0015
ft*^Sf'W*i;HV^-;!2i:;i .?;(%?
^fco*mctt**pi.if
^fRkv^i^tiSfiJiPI^I^-'iSvS^i;
^j^llll^^^l^SS^^
Cost R«inbur»en*nt
Level of Effort
Cost Reimbursement
Level of Effort
Cost Reimbursement
Level of Effort
Cost Reimbursement
Level or Effort
indefinite
Del i very/ Quant i ty
w/ Fixed Unit
Prices
indefinite
Delivery/Quantity
w/ Fixed Dnit
Prices
Indefinite
Delivery/Quantity
vr/ Fixed Unit
Prices
Indefinite
Delivery/Quantity
v/ Fixed Unit
Prices
Cost Re inbur semen t
Level of Effort
Cose Reimbursement
Level of Effort
Cost Reimbursement
Level of Effort
:*':«• r' •".-•i^*i. %:-•)•»":• jJ/Aifii
^•comMmmi'
yw&tf:!*&-&iw%m
$154,794,394
$ 67,305,250
i
$151,873,624
• x.-..
$150,241,713
$114,012,530
$ 1,247,135
$ 5,645,417
$ 475,000
$ 38,895,662
$ 3,298,574
$ 28,195,923
t^'TfVKfOBt^^
ite*P^^^«y;wr
ARCS -
Remedial
Activities
ARCS -
Remedial
Activities
ARCS -
Remedial
Activities
ARCS -
Remedial
Activities
ERC5 -
Removal
Activities
Transporta-
tion and
Disposal
Construction
of Dioxin
Storage
Buildings
Architsct-
Engineer
Design
Services
Dioxin
Excavation
in the state
of Missouri
Collection
and Analysis
Collection
and Analysis

-------
                                              Attachment 4
      NUMBER OF PROCUREMENT PERSONNEL IN REGION VH
  i!iS-«iaiE
                        .,,   ..
                        CONTRXCTfl
            .'--'."-
           "i CONTRACTS i
  Contracting Officars
  Contract Spacialiets
  Project Officers
  Regional/Daputy
  Project officera
 Delivery Order
 Project Officers
 Work As»ignan*nt
 Managers
28
37
 On-Scene-
 coordinatora
15
NOTE:  SOB* work Assignment Managers  have vorlc a»slgnin«nts for
       contract* aaaagad by Region VII and by EPA Headquarters.

-------

-------

-------

-------
          UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                             REGION VIII
                       999 18th STREET - SUITE 500
                     DENVER. COLORADO 80202-2466
                          Mtt 26

Ref:   8PM-ARA

MEMORANDUM

TO:       William  K.  Reilly
          Administrator
FROM:     Jack W. McGraw
          Acting Regional Admii«.strator
                                            •  V
SUBJECT:  Contracts Management Review

     This responds to your March 12, 1992, memorandum, same
subject.  I am attaching Region VIII 's Contracts Management
Review  (Attachment 1) and the action plans we  have developed
to improve contract management practices.

     As a result of this review and other activities underway,  I
have already taken the following actions to strengthen contracts
management in Region VIII:

     1.   Appointed a Senior Procurement Officer, the Acting
          Assistant Regional Administrator for Policy and
          Management, Paul Q. Riederer.

     2 .   Imposed a "freeze" on contract hiring so that no new
          additional hiring will occur and no  replacement hiring
          will occur until each position has been reviewed on a
          case -by- case basis to ensure adherence to procurement
          and contract management guidelines.

     3 .   9ftcTUn making a clear distinction between contractors
          and EPA staff by providing separate, distinctive
          identification badges for contractors and installing
          signage in most instances, clearly identifying each
          contract work station as such.

     4 .   Published new Contract Management Guidelines
          (Attachment 2) for EPA Region VIII which consolidate
          IG guidelines from several recent major audits.
          Specifically, these guidelines address:  working
          relationships, identification of contractors,
          contractor workspace, EPA- furnished  property,
          awards /recognitions, training, attendance at EPA
          functions, proper supervision, etc.

     5 .   Conducted approximately 500 staff hours of information
          sessions and awareness training including senior staff

-------
          briefings, meetings with DOPOs, WAMs, etc., and  on-site
          contract  staff,  to announce  clearly  that Region  VIII  is
          making  changes quickly and we  expect cooperation and
          improvement.

     6.   Established a Contracts Management Review Taak Force
          composed  of the  ARA and key  procurement staff in the
          Region.   It is their job—under the  direction of the
          ARA--to complete all necessary reviews and action
          plans, and to implement a "continuous improvement"
          approach  to improve contracts  management in Region
          VIII.

     7.   Developed detailed workplans (Attachments 3 and  4)  to
          ensure prompt follow-through actions to address  issues
          raised in the IG's audit of  the CSC  contract audit, the
          ARCS contract audit and other  vulnerable areas revealed
          by our own analysis.

     8.   Received  a- proposal from the ARA to  reorganize the
          Policy and Management Division, similar to OARM's
          recent reorganization, to emphasize  senior leadership
          for contract management and to establish a direct line
          of authority from me,  through  the ARA, to all Regional
          staff conducting procurement and contracting
          activities.

     I can personally assure you that these actions have already
begun to constitute a "new culture" of contracts management in
Region VIII.  I look forward to discussing these and other
important issues with you at our meeting on April 2-3.  If you
need further information, please contact me or our Senior
Procurement Officer, Paul Riederer, at FTS 330-1603.

Attachments

cc:  Christian Holmes
     David O'Connor
     Kerry Clough

-------
                                               Attachment  1

                  CONTRACTS MANAGEMENT REVIEW
                        EPA REGION VIII

               Senior Procurement Officer:   Paul  Q.  Riederer,
                                               Acting ARA
                Senior Management Analyst:   Robyn McKenry
                                     Date:   March 26,  1992


   Throughout the month of February, interviews were conducted to
determine the current state of contracts management  practices and
to identify potential management vulnerability of our contracts.
Our emphasis was on those contracts which employ non-Government
workers on site in our Regional office.  A total of  51 interviews
were held with Delivery Order Project Officers (DOPOs), Project
Officers  (POs), site managers, supervisors and contract staff by
a task force of six program analysts.

ON-SITE CONTRACTS

   A matrix showing the contracts where EPA  Region VIII has
"on-site" or "collocated" workers is attached  (Attachment A).
EPA Region VIII has procured five (5) contracts that  employ
90 non-Government workers and a grant for 59 AARPs/SEES for an
approximate annual dollar value of $6,120,000.  The  contractors
are:  Computer Sciences Corporation  (CSC), Bayaud Industries
(NISH), ICF Technology Inc. (ESAT),  Labat-Anderson Inc.
(Superfund), and Labat-Anderson Inc. (RCRA).  Although different
statutes and/or guidelines exist for NISH and AARPs/SEES
contracts, they were included in this review to ascertain our
vulnerability in the Region, for all non-Government workers on
site.

Observations (On-site Contracts)

   Based on these 51 interviews, we concluded  that in all
five contracts Region VIII may be vulnerable to:  supervision
of contractors; commingling of contractors with EPA  staff;
and contractors performing duties similar to EPA staff
(Attachment B).  We recognized a continued need to educate the
Regional staff on contracts management, specifically with regard
to restrictions on supervision of contract workers;  stricter
definitions of "technical advise" would be beneficial.

   The tendency to supervise and interact inappropriately with
contractors seems to directly relate to the  proximity of  the
contractors to the EPA staff.  Where contractors are commingled
there is a greater likelihood of EPA guidance  being  offered.
Conversely, the more detailed the written direction  (SOW, TIDs  .:
WADs) the greater the probability that  work  can progress
much EPA communication with the contractors.

-------

-------
   Perhaps the most revealing  information  gathered during  the
interviews was the outstanding manner  in which  the ESAT  contract
for GIS is being administered.  Without exception each
interviewer with ESAT interviews mentioned at the closeout
session the fact that they were impressed  with  the management of
the ESAT contract.  The highlights of  the  superior way in  which
the GIS portion of the ESAT contract is managed are:

   1. All work is assigned and monitored through Technical
      Instruction Documents (TIDs), Work Assignment Directives
      (WADs) and a Statement of Work (SOW) .  These documents must
      travel through the Regional Project  Officer (RPO)  for
      approval before being passed on  to the ESAT Team Manager.

   2. No supervision is provided by RPO or any  other EPA
      employee.

   3. These workers are located in proximity but clearly separate
      and distinct from EPA staff.

   4. Without a doubt ESAT folks (on all levels) were the best
      educated with regard to the rules and regulations governing
      contract workers.

Recommendations (On-site Contracts)

   Based on the 51 interviews and the feedback from the
interviewers the following recommendations for the management of
on-site contract workers emerged:

   1. Wherever feasible,  physically locate contractor workspaces
      separate from the EPA employees;

   2. Require badggg spd signs be displayed to differentiate
      contract workers from EPA staff members; .

   3. Develop communications strategy to ensure contractors:

      a. identify themselves on the telephone as other than EPA
         representatives,

      b. are kept uniformly informed of EPA policies and
         procedures regarding the working  relationships
         established between EPA and contract workers.

   4. Develop contract management guidelines and train EPA and
      contract staff on them within 30 days.

   5. Provide training in contracts management and project
      officer roles and responsibilities,   with special emphasis
      on DOPOs and WAMs.

   6. Conduct further analysis of the lab  ESAT contract and
      AARPS/SEES grants.

-------
    7. Appoint_additional  "senior procurement  officers"  at  two
      Region VIII  remote  locations--the  Region VIII  Laboratory
      and  the Montana  Operations Office--reporting to the  ARA for
      contracts management.

    The data  gathered during  the  interview process bears out  the
course of  action we have  already begun within Region VIII.   More
training is.  required for  all persons having interactions with
contract staff.  Wherever feasible every effort should  be  made
to  remove  contract staff  from situations in which they  are
commingled with EPA staff.  Collocation  is preferred, providing
EPA with ease of access while separating and  distinguishing
contractors  from EPA staff members.                         *

OFF-SITE CONTRACTS

    We also have taken  steps to improve our management of
contracts  involving off-site staff as well, such as  contracts
involved in  Superfund  cleanup activities.  We  identified
vulnerabilities under  the FIMFIA process  and developed  a
corrective action plan.  We have reassigned a  contracting  officer
from Small Purchases to Superfund Contracting  to oversee the
invoice review process.  We have developed a review  strategy
for invoices  and on-site reviews of contractors (Attachment C).
This strategy clearly  identifies roles and responsibilities of
contract specialists, project officers,  and RMPs.  We have
conducted  training for employees involved in contract management
activities and plan additional training  throughout the  year.  We
have also  requested Headquarters to request an audit of  indirect
costs charged by the two ARCs contracts which Region VIII
manages.                                 '

    The Region VIII Contracts Management Review Task  Force will
continue to monitor both on-site and off-site  contracts,
developing actions plans as needed.

Attachments

-------
  ATTACHMENT A
                                     LIST OF CONTRACTS
CONTRACTOR
&
CONTRACT #
Computer Sciences Corp.
(CSC)
68-WO-0043
RDOOnly
Bayaud Industries
(NISH)
68-DO-0074
1CF Technology Inc.
(ESAT)
68-01-7456
Labat-Anderson Inc.
(Superfund)
68-W9-0052
Labat-Anderson Inc. (RCRA)
68-W9-0052
DO-0210
ESTIMATED
DOLLAR
VALUE OF
CONTRACT
$850,000/yr
$470.000/yr
$l,000,000/yr
$900,000/yr
CONTRACTING
OFFICER
(PHONED
Louise Senzel
(FTS-260-8508)
Kathy Weant
(FTS-629-3567)
Larry Presnell
(FTS-629-3166)
Pat Murphy
(FTS-260-8508)
PROJECT
OFFICER/
DOPO (PHONE D
Brenda Daly/PO
(FTS-260-2381)
AJ Vigil/DOPO
(294-7547)
Ben Jordan/CO
(293-1635)
Lynn Beasley/PO
(FTS-260-8600)
Steve Callio/RPO
(294-1056)
Linda Garrison/ PO
(FTS-260-6939)
, '). !.!'
Carole Macy/DOPO
(294-7038)
Rolland Lech/DOPO
(293-1516)
SITE
MANAGER
[ON/OFF SITE?]
(PHONEl)
Nick Robinson
[ON SITE]
(293-1284)
Ralph Breden *
[ON SITE]
(293-1482)
Eileen Simmons
(236-7081)
Cindy Osbourae
(294-7181)
k,
#OF
WORKERS
i
22
21
29
18
Touli Jau current as of: March 1992

-------
ATTACHMENT B
           ACTIONS BEING TAKEN TO ADDRESS AREAS OF POTENTIAL VULNERABILITY
     CONTRACTOR
  POTENTIAL VULNERABILITY
    ACTIONS BEING TAKEN
  Computer Sciences Corp.
  (CSQ

  68-WO-0043
          contract workers
Misunderstandings related to EPA supervision
of contract workers

Performing same or similar duties as EPA
employees
Signs to identify cubicals in place & special
badges for contract workers

Training for EPA staff, including WAMs,
Pos and DOPOs (HQ)

No EPA backup of contractors

Relocation 9/92 (new lease required prior to
implementation)
  Bayaud Industries
  (N1SH)

  68-DO-0074
Performing same or similar duties as EPA
employees

Commingled workers (receptionists)
Evaluation of 'special situation" because of
status under Federal legislation and
regulation
  ICF Technology Inc.
  (ESAT)

  68-01-7456
  Labat-Anderson Inc.
  (Superfund)

  68-W9-0052
GIS - NONE
                           Lab - Insufficient data to determine
GIS-THIS CONTRACT SHOULD BE
USED AS A MODEL FOR OTHER
CONTRACT MANAGEMENT

Lab-Gather more data
Handling CBI
Develop internal controls
  Labat-Anderson Inc. (RCRA)

  68-W9-0052
  DO-0210
Handling CBI
Develop internal controls
 Data current as of: MARCH 1992

-------
                                                         Attachment C

                Alternative Remedial Contracting Strategy (ARCS)

                  Public Voucher Validation Review Procedures

       The following is an outline of procedures and guidelines for Contracting Officers
 (COs), Project Officers (POs),  Work Assignment Managers (WAMs) and Remedial
 Project Managers (RPMs) to follow when performing a public voucher validation review
 of ARCS contracts with cost-reimbursement provisions. Public vouchers are received
 on a monthly basis from ARCS prime contractors as a result of program management
 and remedial activities.   Program management constitutes those technical and
 administrative functions which are required to support the delivery  of the technical
 hours.  Remedial and site assessment activities  are those associated with  the site
 management, remedial investigation, feasibility studies and all engineering services in
 design and execution of a remedy.  Public voucher costs will be input into the ARCS
 Contract Tracking System (ACTS). Use  of the ACTS is standard for all ARCS type
 contracts awarded by EPA.

 Purpose:

 The public voucher validation review procedures enable the reviewer to determine if the
 contractor's billings are allowable and allocable  in accordance with the terms and
 conditions set forth in the contract.  This review will be in conjunction with the Public
 Voucher Validation Procedures for Regional Contracting Officers memorandum issued
 by David J. O'Connor on February 10, 1992 (Attachment D), and in accordance with
 the requirements  identified  in  the  Superfund Contracts Management  Issues
 memorandum  issued by Christian Holmes and Don R. Clay on January 31, 1992
 (Attachment E).

 Objective:

 The objectives of the review are as follows:

      a.  To ensure that billings are made in accordance with contractual terms and
 are adequately supported.

      b.  To ensure that public vouchers  are reviewed monthly by the CO, PO, WAM
 and/or RPM utilizing the Public Voucher Validation Review Checklist.

      c.  To consistently document the reviews.

Attachments A and B, the Public Voucher Validation Review Checklist, will ensure the
 completion of these objectives.

-------
 Timing:

       a. During the initial "start-up"phase, approximately two (2) months, aM public
 vouchers will be thoroughly reviewed, by  the CO, in accordance with the Public
 Voucher Review Validation Checklist.  The initial two month period of thorough
 reviews, will establish whether the contractor's cost documentation and records are
 reliable. After the first two months, the CO will utilize random sampling to determine
 the scope or depth of his/her review of subsequent public vouchers. Utilizing random
 sampling techniques, the CO will focus on various  cost elements which  are not
 identified on Attachment B as the CO's primary  review responsibility.  If situations
 arise where there is reason to question the validity or accuracy of the  contractor's
public vouchers, the public voucher for that month and the next month should be
 thoroughly reviewed by the CO.  When the  reviewer is satisfied that the  contractor's
 cost documentation and records are reliable, random sampling can be re-established.

      b. The PO's, WAM's and/or RPM's who have the primary review responsibility
in accordance with Attachment B, will continue to conduct a thorough review of those
cost elements.

      c. The optimum time for the public voucher review will be prior to the payment
of the particular public voucher.  During the initial "start-up" phase, the public
voucher review may occur after a payment has been made.  Deductions will then have
to be take from the next public voucher.

Reporting:

      a. All findings resulting from the public voucher validation review, and actions
taken or proposed by the reviewer, including a time frame for resolution, should be
recorded on the Public Voucher Validation Review Checklist, Attachment A.

      b. For questioned cost elements that have been identified on the  contractor's
public vouchtrfor Program Management, the PO will initially communicate directly
 with the contractor to resolve the issues. Issues that cannot be satisfactorily resolved
by the PO with the contractor, the PO will work with the CO for resolution.  The Public
 Voucher Validation Review Checklist (Attachment A) will be utilized for unresolved
issues.

      c. For questioned cost elements that have been identified on the  contractor's
public  voucher for  Work Assignments,  the WAM and/or RPM will  initially
communicate directly with the contractor to resolve  the issues.  Issues that cannot be
satisfactorily resolved by the WAM and/or RPM with the contractor, the WAM and/or
RPM will work with the POfor resolution. Issues that cannot be satisfactorily resolved
 by the PO with the contractor, the PO will work with the CO for resolution.  The Public

-------
 Voucher  Validation Review  Checklist (Attachment A) will be utilized for unresolved
 issues.         ~                  \

      d.  The original copy of Attachment A, with or without issues, shall be forwarded
 to the CO to be maintained in the official contract file.

 Documentation:

      a.  Attachment A is the public voucher validation review checklist which should
 be used to document the review by the CO, PO,  WAM and/or RPM.

      b.  Attachment B defines the specific areas to be reviewed.

      c.  Attachment C is the cost suspension/disallowance form.

      d. Attachment D is the memorandum on Public Voucher Validation Procedures
for Regional Contracting Officers issued by David J. O'Connor on February 10, 1992

      e.   Attachment E is the memorandum on Superfund Contracts Management
 Issues issued by Christian Holmes and Don R. Clay on January 31, 1992.

 Resources:

      a.   In order to conduct a thorough review of all  incoming public vouchers a
 minimum  work-force of one (1) contracting officer, two (2) contracting specialists, one
 (1) contracting AARP and two (2) CSC contract employees will be required by the
 contracts of/Ice.

      b.  In order to conduct a thorough review of all incoming public vouchers in the
program area a minimum work-force of one (1) project officer, one  (1) deputy project
 officer and one  (1) work assignment manager and/or remedial project manager per
 work assignment will be required.

      c.  A decrease in any of the resources will diminish the extent of public voucher
 review.

-------
                 Public Voucher Validation Renew Checklist
                      for Program ManMement
                                            CSC
                                                     PO
 I. Direct Libor
2. Travel
3. Relocllion of Contract Employee!
4. Mtleriili ind Equipment

5. Other Direct Com 	
6  Overhead, fringe. Hindling end O&A •>

7. Torn Subcontract 	.—__>

8. Pollution Liability Insurance 	>

9. Mobile Ub	——>
10. Subcontractor!
11. Feei
12. Other llemi Checked •
Comment!:
                                                                                                                               CSC
                                                                                                                                        WAM
                                                                                                                                                  PO
                                                                                                                                                           CO
                                                                        1. Direct Ubor -

                                                                        2. Tnvel	
                                                                                     3.  Mileriill «nd Equipment •
                                                                        4. Other Direct Cott» •
                                                                        5.  Overhead. Friniei. Hindlint. OAA

                                                                        6.  Teem Subcontract	
                                                                        7.  Ub Servicei-
                                                                        I.  SubcontractoB-

                                                                        9.  Fee.	
                                                                                    10. Other Itemi Checked-
                                                          (Vt» revert* Tor iddilional commenU)
Reviewed by:
             CSC Contractor
                                                                                             Work Auifnment Mini|er
Revievedby:
Comraclinf Officer
     • require* • check-mirk or inilieli  fjM * doe* not require • check-merk or inilieli
                                                                                            Project Officer

-------

-------
                                                                 Attachment B
                                                                 Page Iof4
                    ARCS Public Voucher Validation Review
                           for Program Management
 1.  Direct Labor:
      a. Are direct labor rates charged for each P/T category in accordance with the
 negotiations of the contract?
 Primary review responsibility: CO

      b. Are the number of hours for Program Management (PM) reasonable?
 Primary review responsibility: PO

      c. Are the number of hours aUocable to PM?
 Primary review responsibility: PO

      d. Is the skill mix consistent with PM accomplishments?
 Primary review responsibility: PO

 2.  Travel:

      a. Are the travel expense charges reasonable and in accordance with the Federal
 Travel Regulations (FTR)?
 Primary review responsibility: CO and PO

      b. Is the travel necessary to support PM functions?
Primary review responsibility: PO

      c. Was out of state travel previously approved by the PO?
Primary review responsibility: PO

3. Relocation:

      a. Has the relocation been  approved by the CO?
Primary review responsibility: CO

      b. Are the relocation charges within the negotiated allowance?
Primary review responsibility: CO

      c. Are the relocation charges reasonable?
 Primary review responsibility: CO

-------
                    ARCS Public Voucher Validation Review
                           far Program Management
                                                                 Attachment B
                                                                 Page 2 of 4
4.  Materials and Equipment:

      a. Has prior approval been obtained by the contractor from the CO for materials
and equipment?
Primary review responsibility:  CO and PO

      b. Are the purchases allocable to PM and not to an individual Work Assignment
(WA)?
Primary review responsibility:  PO

5.  Other Direct Costs:

      a. Are the costs broken  out for a complete review?
Primary review responsibility:  CO and PO

      b. Are the costs consistent with the rates I ceilings negotiated for the contract?
Primary review responsibility:  CO

      c. Are the costs necessary for PM and reasonable for the work provided?
Primary review responsibility:  PO
Are the percentages charged consistent with the current contract approved rates?
Primary review responsibility: CO

7. TV fffff Subcontract:

      a.  Are the labor rates charged for each P/T category in accordance with the
negotiations of the contract?
Primary review responsibility: CO

      b.  Are the hours reasonable for the PM support provided?
Primary review responsibility: PO

      c.  Are the hours allocable to PM?
Primary review responsibility: PO

-------
                                                                 Attachment B
                                                                 Page 3 of 4
                    ARCS Public Voucher Validation Review
                           for Program Management

 8.  Pollution Liability Insurance:

      a.  Does the contractor have an approved pollution liability policy?
 Primary review responsibility:  CO

      b. Are the allocation of charges for the insurance a correct allocation for multi-
year/Region contracts?
Primary review responsibility:  CO

      c. Are the charges reasonable?
Primary review responsibility:  CO

9. Mobile Lab:

      a.  Was the purchase of the mobile lab previously approved by the CO?
Primary review responsibility:  CO

      b. Are the charges of the mobile lab within the allowances of the contract?
Primary review responsibility:  CO

      c. Is the mobile lab necessary to support the work assignments?
Primary review responsibility:  PO

      d. Are the charges reasonable?
Primary review responsibility:  PO

10. Subcontractors:

Are the  charges of the subcontractors consistent with the provisions of the subcontract
and for the work provided?
Primary review responsibility:  CO and PO

11. Fees:

      a. Are the base and management fees correctly calculated by the contractor?
Primary review responsibility:  CO

-------
                                                                Attachment B
                                                                Page 4 of 4
                    ARCS Public Voucher Validation Review
                          for Program Management

      b.  Are the award fees charged in agreement with the FDO award/contract
modification?
Primary review responsibility: CO

12.  Other Items Checked:

      a. Is the contractor charging to the appropriate account numbers for PM?
Primary review responsibility: PO

      b. The reviewer may have no prior experience with the contractor, or situations
may arise where there is reason to question the validity or accuracy-of the contractor's
public voucher. A reviewer is not limited to only the categories listed above.
Primary review responsibility:  CO and PO

-------
                                                                Attachment B
                                                                Page I of 3
                    ARCS Public Voucher Validation Review
                        for Remedial Work Assignments
1. Direct Labor:
      a.  Are direct labor rates charged for each P/T category in accordance  with
negotiations for the contract?
Primary review responsibility: CO

      b. Are the hours charged reasonable for the support provided?
Primary review responsibility: WAM

      c. Is the labor mix consistent with the WP and WA accomplishments?
Primary review responsibility: WAM

2. Travel:

      a. Is the travel necessary to support the work assignment?
Primary review responsibility: WAM

      b. Are the charges reasonable?
Primary review responsibility: WAM
                                              i
3. Materials  and Equipment:

      a. Have prior approvals been obtained?
Primary review responsibility: WAM and PO

      b. Is the purchase aUocable to the WA and not to PM?
Primary review responsibility: PO

      c. Is the purchase necessary to support the WA?
Primary review responsibility: WAM

4. Other Direct Costs:

      a. Are the costs  broken out for a complete review?
Primary review responsibility: WAM

      b. Are the costs  necessary for the WA and reasonable for the work provided?
Primary review responsibility: WAM

-------
                                                                 Attachment B
                                                                 Page 2 of 3
                    ARCS Public Voucher Validation Review
                        for Remedial Work Assignments

      c. Are the other direct costs in accordance with the negotiated ceilings?
Primary review responsibility:  CO

      d. Are the costs in accordance with the negotiated rates?
Primary review responsibility:  CO

5.  Overhead. Fringe. Handling and G&A:

Are the percentages charged consistent with the current contract approved rates?
Primary review responsibility:  CO

6.  Team Subcontract:

      a. Are the labor rates charged for each PIT category in accordance with the
negotiations?
Primary review responsibility:  CO

      b. Is the work provided by the team subcontractor consistent with the WP?
Primary review responsibility:  WAM

      c. Are the hours reasonable for the support provided?
Primary review responsibility:  WAM

7. Lab  Services:

      a. Are the charges within the contract allowances?
Primary review responsibility:  CO

      b. Are the costs charged to the appropriate work assignment?
Primary review responsibility:  CO

      c. Are the charges consistent with the services provided for the WA?
Primary review responsibility:  WAM

8. Subcontractors:

      a. Are the charges consistent with the support provided?
Primary review responsibility:  WAM

-------
                                                                Attachment B
                                                                Page 3 of 3
                    ARCS Public Voucher Validation Review
                        for Remedial Work Assignments

      b.  Is the work provided by the subcontractor consistent with the WP?
 Primary review responsibility:  WAM

 9.  Fees:

      a.  Are the base and management fees correctly calculated by the contractor?
 Primary review responsibility:  CO
      b.   Are  the  award fees in  accordance with the  FDO award / contract
modification?
Primary review responsibility:  CO

10.  Other Items Checked:

      a.  Is the contractor citing the appropriate account numbers for the work
assignment?
Primary review responsibility:  PO

      b. The reviewer may have no prior experience with the contractor, or situations
may arise where there is reason to question the validity or accuracy of the contractor's
public voucher.  A reviewer is not limited to only the categories listed above.
Primary review responsibility:  CO, PO and WAM

-------

-------
                                                     Attachment C
          COST SUSPENSION/DISALLOWANCE FORM
CONTRACTOR:
                          VOUCHER  #:
CONTRACT /:
                       VOUCHER  DATE:
 I. ARCS PROJECT OFFICER   Name/Date:
   PROGRAM MANAGEMENT/
     OR WA NUMBER
              INVOICE
                DCN
INVOICE
  ACN
SUS/
DIS
TOTAL
1.
2.
3.
4.
5.
1.
                   REASONS/ACTION REQUIRED
2.
3.
4.
5.
 GO'S CONCURRENCE
            Signature/Date: '
 II. CONTRACTOR'S RESPONSE
                    Name/Date:
 III.
ARCS PROJECT OFFICER - FINAL DETERMINATION
 Items
 Items
 Items
   ,  Approved for resubmittal.
   ,  Require add'l. information (see back of sheet)
   ,  Disallowed and forwarded to CO.
   PO Signature:
                               Date:
 IV.   CONTRACTING OFFICER (FOR DISALLOWANCE ONLY)
 The costs recommended for disallowance are disallowed based on
 information I have received.
   CO Signature:	    Date:	

-------

-------
                                                                  Attachment D
                   UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                                 WASHINGTON, D.C.  20460
                                                                        OFFICE OF
                                                                      ADMINISTRATION
                                  rr~  \ 0  :~~                        AND RESOURCES
                                                                       MANAGEMENT
MEMORANDUM

SUBJECT:   Public Voucher Validation Procedures for Regional Contracting Officers
FROM:      David J. O'Connor, Director
             Procurement and Contracts Management/Division (PM-214-F)

TO:          See Below
      The purpose of this memorandum is to provide guidance and outline procedures
for performing public voucher validation reviews for EPA Regional Contracting Officers.
The attached procedures (Attachment A) apply to EPA's Alternative Remedial
Contracting Strategy (ARCS), Emergency Response Geanup Services (ERCS), and other
types of contracts with cost-reimbursable provisions.  This guidance is prepared in
response to the Administrator's Task Force on Implementation of the ARCS which
recommended spot checks of contractor vouchers. It is important that the reviews are
performed using a consistent approach which is coordinated with our invoice review,
financial monitoring and audit processes. As with any new procedure, certain
implementation problems may arise, and we will work with you to resolve them.

      These reviews, in combination with other financial management tools such as
financial monitoring reviews and voucher audits (Attachment B) that will be requested
from the Defense Contract Audit Agency and the Office of Inspector General will result
in better managed contracts.  It is important for all of us to work together and to
communicate the findings from these validation reviews to  the Headquarters Financial
Analysis Section. The results of these  public voucher validation reviews will be very
beneficial in planning  and performing financial monitoring reviews, annual incurred cost
audits and voucher reviews performed  by the cognizant auditor.

-------
                                                                 Attachment D
       If you have any questions regarding this issue or the following procedures, please
 call Dale Roberson, Chief of the Financial Analysis Section at (FTS) 260-3194.

 Attachments

 Addressees!

 Hillary Kelky, Chief, Superfund Contracts, Region I
 Ted Riverso, Chief, Contracts Section, Region H
 frank Snock, Chief, Superfund Financial Management Section, Region HI
 Jane Singley, Chief, Contract Negot.,and Mgt. Section, Region IV
 Patricia Bamford, Chief, Contracts Section, Region V
 Shirley Bruce, Chief, Procurement Section, Region VI
 Alma Eaves, Director, Superfund Contracts Office, Region VH
[Martha Nkodemus, Chief, Grants Management Branch, Region VHI
 Tom Warner, Chief, Contracts Management Section, Region IX
 Jonell Allamano, Chief, Support Services, Region X
 William Topping, Chief, Regional Contract Placement Branch, (PM-214-F)
 Pat Patterson, Staff Chief, Superfund/RCRA Program Management Staff (PM-214-F)
 William WOfong, Chief, Superfund/RCRA Headquarters Operation Branch (PM-214-F)
 Sue Anderson, Acting Chief, Regional Contract Management Branch (PM-214-F)
 Tom McEntegart, Chief, Procurement Operations Branch  (PM-214-F)
 Dca Joiner, Acting Superfund Acquisition Program Manager (PM-214-F)
 Joan Barnes, Contract Operations Review and Assessment Staff
 Ken Ayers, Design and Construction Management Branch

 cc:    Assistant  Regional Administrators     Patricia L. Meaney, Region I
       Herbert Barrack, Region H            William J. Wisniewski, Region
       Joseph R. Franzmathes, Region IV     Robert L. Springer, Region V
       William Hathaway, Region VI         Susan C. Gordon, Region VH
       Kerrigan  G. Clough, Region VHI      Nora L. McGee, Region IX
       Barbara F. McAllister, Region X       Mark Kelknnan, CINN
       John Gherardini                     Mike Bower, RTF
       Edward Hanley                      John Chamberlin

-------
                                                                   Attachment D
                                                               ATTACHMENT A
                                                               PAGE  1 OF 3
             PUBLIC VOUCHER VALIDATION REVIEW PROCEDURES
      The following is an outline of procedures and guidelines  for Contracting Officers
or their representatives to follow when performing a public voucher validation review
under EPA's ARCS, ERCS  and other contracts with cost-reimbursement provisions.  The
primary scope of the review involves limited testing of costs on invoices to ensure that
hillings are prepared in accordance with contractual terms and are adequately supported
with accounting books and records. The extent of the review should depend upon the
invoiced amount timeliness, and degree of known issues or concerns as well as the
reviewer's judgement and familiarity with the contractor's billing operations.

      In those cases where the reviewer is satisfied that the  contractor's cost
documentation and records  are reliable, it will generally be sufficient to limit the
verification to the procedures listed. In .other instances, where the reviewer or EPA has
no prior experience  with the contractor, or situations arise where there is reason to
question the validity or accuracy of the contractor's public voucher, the reviewer should
notify the  Financial  Analysis Section who will request an audit of the contractor's
accounting system and billing procedures.  In addition to these voucher reviews, other
types of audits and reviews are being performed as shown on Attachment B.  All
requests for audits should be sent to EPA's Chief of the Financial Analysis Section
located at Headquarters.

        Review procedures for public voucher validation reviews are as follows:
OBJECTIVE

      The objective of the review is to periodically ensure that billings are made in
accordance with contractual terms and are adequately supported.  The objective of the
voucher validation review differs from the currert monthly voucher review and approval
process performed by Project Officers and Contracting Officers.  A major difference is
the depth of the reviews. For maximum coverage it is recommended that these reviews
be performed on-site at the contractor's offices to verify costs to contemporaneously
available source documents and accounting

-------
                                                                   Attachment D
                                                               ATTACHMENTA
                                                               PAGE 2 OF 3

records (i.e. invoices, labor distribution, payroll register, job cost ledgers, accounts
payable, vendor files, subcontract files, etc.). However, in many cases the reviews will
need to be performed as desk reviews using information mailed/faxed to the reviewer
due to lack of travel funds or available staff resources.
TIMING

      These reviews should be performed when questions arise from the Project Officer
or from other sources  which suggest the need for validating invoiced costs and other
sources  of invoice review are not available (financial monitoring reviews, voucher audits
by DCAA or OIG, current annual incurred cost audits, etc.).
SELECTION OF VOUCHERS

      1)     One or more public vouchers per contract should be selected for review. A
             sample of costs from all cost elements where amounts billed are material
             should be reviewed.

      2)     The public vouchers selected for review should not be' the same vouchers
             reviewed by the Financial Analysis Section (FAS) in the financial
             monitoring report or DCAA's voucher review requested by FAS. A copy of
             reports from these reviews will be sent to regional CO's and PO's within 1
             to 2 months after the review. CO's should send copies to the PO's.
SCOPE OF REVIEW

      After invoices for review have been selected, but prior to invoice review, special
considerations should be given to reviewing transactions involving: 1) any unusual
items being claimed or any costs that stick out as unusual based on the scope of work
being performed, 2) high dollar items, and 3) testing transactions from each cost
element from multiple WA's,or DO's. In reviewing the reasonableness of charges, the
reviewer is  not expected  to know exact market values of various direct costs; however,
past experience and common sense can assist hi confirming the reasonableness of

-------
                                                                   Attachment D
                                                               ATTACHMENTA
                                                               PAGE 3 OF 3

charges for each cost element examined. Invoices are to be reviewed on a sample basis
only; it is not the intent of these procedures to suggest that a 100% review is needed.
We have identified specific areas and line items that should be examined when reviewing
an invoice.

REPORTING

      All findings or problems discovered as a result of the voucher validation review
should be reported by or thru the Contracting Officer to the Chief, Financial Analysis
Section (FAS).  The CO should also notify the Project Officer of findings and any action
required during the monthly voucher payment approval process.

      Actions taken or proposed by the CO should be included in the report along with
a time frame for resolution.  Cross  cutting issues affecting multiple contracts may be
referred to the Financial Administration Contracting Officer (FACO) through the Chief,
FAS.  Questions regarding these procedures should be referred to the Chief of the
Financial Analysis Section. Copies of the report and related documents  must be
maintained in the official contract file.
DOCUMENTATION

       Attachment A is a review checklist which should be used to document
performance of the review. The completed checklist along with the review report and
any workpapers should be retained together as part of the contract file.

-------

-------
Attachment D

-------

-------
                                                           Attachment D
      CHECK LIST FOR VOUCHERVALIDATION REVIEW
                                          CONTRACTING
CONTRACTOR NAME:  	      PROGRAM:

   CONTRACT NO.:             	       REGION:
 REVIEWERS NAME:  	  REVIEW COMPLETION DATE:

          VOUCHER NUMBER(8) REVIEWED:  	

       VOUCHER PERFORMANCE PERIOD(8)1  	
  STEP
PERFORMED   REVIEWERS
  (Y/N)     INITIALS     DATE
                                        REVIEW PROCEDURES

                                   1)  Review the public voucher for
                                   completeness  (i.e.  company  name,  total
                                   costs,  signatures,  dates, contract
                                   number, period of performance,  etc.)
                                   determine if  costs  are  presented  in t.
                                   format  required  by  the  contract and
                                   billed  in accordance with government
                                   regulations.  Also  determine the
                                   following:

                                        a. Are  individual  cost elements
                                           adequately  shown?

                                        b. Are  cumulative  costs
                                           adequately  shown?

                                        c. How  often are vouchers submitted
                                            for  payment?

                                        d. Is  there evidence in the
                                            contract file that the voucher
                                            was  reviewed and approved by the
                                            PO?

                                    2)  Ascertain that claimed costs have
                                    been incurred,  or actually paid,
                                    dependent upon the terms of  the p«v»«nt
                                    clause of the contract. Also determine
                                    if the contractor maintains  adequate
                                    supporting records  for all claimed
                                    costs.

-------
                                                           Attachment D
CONTRACTOR NAME:
                            CONTRACT NO.
 STEP
PERFORMED
  (Y/N1
REVIEWERS
INITIALS
DATE
                                   3)  Make a quick check of the
                                   mathematical accuracy of the public
                                   voucher.

                                   4)  Verify that billed costs were
                                   incurred within the period of
                                   performance authorized under the
                                   contract/delivery order/etc.

                                   5)  Review cumulative costs claimed, to
                                   assure that the amount claimed does not
                                   exceed the total estimated cost
                                   (excluding fee) authorized under the
                                   contract, WA or DO if appropriate.

                                   6)  Review and verify that indirect
                                   costs claimed are being billed at
                                   contractually established rates.  Assure
                                   that you have the latest rate agreement
                                   issued by the cost Policy and Rate
                                   Negotiation section for the contractor.

                                   7)  Verify that the fee billed is in
                                   accordance with contractual provisions
                                   and that fee withheld complies with
                                   requirements of the contract.

                                   8)  Review any special contract  .
                                   provisions for payment restrictions such
                                   as ceilings, etc.

                                   9)  Review and determine if site
                                   specific costs are correctly accumulated
                                   and billed.

                                   10)  Review and determine whether there
                                   are or has been a history of suspended
                                   or disallowed billings, if so, what is
                                   the current status?

-------
                                                           Attachment D
CONTRACTOR NAME: 	  CONTRACT NO.:  	

     LABOR

     Specific emphasis should be given to  labor costs.   The
reviewer should assure answers to the following questions.
  STEP
PERFORMED   REVIEWERS
  fY/N)     INITIALS     DATE
                                   1)  Will the total LOE be  exceeded
                                   before the contract performance period
                                   expires?

                                   2)  Did the contractor charge premium
                                   for overtime worked?  Was  it authorized
                                   by the Contracting Officer in advance?
                                   Was it charged consistent  with the
                                   .contractor's established practice?

                                   3)  Are the hours charged  within  the
                                   estimates specified in the work
                                   pian/delivery order?

                                   4)  Do the employees  billed meet  the
                                   contract requirements for the category
                                   in which they are billed?  (You can  asfc
                                   the contractor  for  specific employee's
                                   resumes and compare them to the  labor
                                   category requirements)

                                   5)  Does the  labor  mix appear to be
                                   appropriate.

                                   6)  Are  labor hours and  rates supported
                                   by  timesheets and  the payroll register?

                                   7)  Are  there any  dollars being charged
                                   to  direct  labor that are not being
                                   charged  to LOE? (clerical & mgmt)  /

-------
                                                           Attachment D
                                     4

   -TRACTOR NAME: 	  CONTRACT NO.:

     TRAVEL
  STEP
PERFORMED   REVIEWERS
  (Y/N)     INITIALS     DATE
                                   1)  Determine that travel expenses are
                                   adequately justified by supporting
                                   documentation and were related
                                   specifically to a contract requirement.

                                   2)  Determine if the sample travel
                                   expenses reviewed comply with
                                   contractual limitations, the
                                   contractor's policies and the Government
                                   Travel Regulations (GTR).
     OTHER DIRECT^COSTS
          In the area of ODC's the reviewer must thoroughly review
supporting documentation to ensure that all ODC's sampled are adequately
<=--sported and do not exceed any contract dollar ceilings.  Also review any
   contract ODC's for ceiling limitations.  In addition determine the
following:


  STEP          	
PERFORMED   REVIEWERS
  (Y/N)     INITIALS     DATE


	      1)  Carefully sample any charges .in the
                                   miscellaneous and transactions in other
                                   categories.

	    	      2)  Ascertain whether the contractor
                                   charges similar costs direct to all
                                   other clients.

	    	      3)  Derermine if any expenses that
                                   should have been charged to overhead
                                   were charged as ODC expenses.

	    	      4)  Validate direct purchases of
                                   supplies, materials, equipment, etc. and
                                   determine whether property has been
                                   purchased and properly approved under
                                   the contract.

-------
                                                           Attachment D
"CONTRACTOR NAME:  ~
   STEP
 PERFORMED
   (Y/N)
REVIEWERS
INITIALS
DATE
                            CONTRACT NO,
                                    5)   Review the purchase document
                                    (purchase order,  etc.)  to see who
                                    authorized the purchase.

                                    6)   Compare the purchase document with
                                    the vendor's invoice.   This should then
                                    be compared with the contractor's
                                    voucher to EPA.  Determine the reason
                                    for any differences.
      SUBCONTRACTS
   STEP
 PERFORMED
                          DATE
                                    1)   Verify a sample of subcontract costs
                                    claimed.  Ascertain that items and
                                    services claimed were purchased directly
                                    for the contract.  Verify that
                                    subcontractor's costs are properly shown
                                    on the prime contractor's vouchers.
                                    Assure that the contractor monitors
                                    subcontractor costs by cost element as
                                    well as by entity.  Assure that indirect
                                    cost rates on subcontracts are
                                    periodically adjusted to reflect actual
                                    rates incurred,  validate support for
                                    subcontractor invoices.

                                    2)  Assess the adequacy of the Prime
                                    Contractor's monitoring of the
                                    performance of subcontractors.

                                    3)  Determine whether the subcontractors
                                    sampled have been properly approved by
                                    the Contracting  Officer or appropriately
                                    notified  to the  CO  in accordance with
                                    the terms of the contract.  Review the
                                    contract  agreement  between the prime    1
                                    subcontractor.   Be  aware of any
                                    potential conflicts of  interest.

-------
                                                           AttachmentD
  ITRACTOR NAME:                        CONTRACT NO.:
     REPORT PREPARATION

  STEP
PERFORMED   REVIEWERS
  (Y/N)     INITIALS     DATE
                                   1)  Summarize the results of the review.

                                   2)  Discuss results with the Contracting
                                   Officer, Chief of the Financial Analysis
                                   Section and FACO (when applicable ) for
                                   assurance of a thorough understanding of
                                   the issues.

                                   3)  Disclose financial and contracting
                                   issues that need interpretation or
                                   clarifications.

                                   4)  Prepare file notes for
                                   identification of problem areas to be
                                   included in future and follow-up
                                   reviews.

                                   5)  Prepare draft report and obtain
                                   necessary approval of the draft.

                                   6)  Prepare and issue the final report.
DOCUMENTATION
  STEP          	
PERFORMED   REVIEWERS
  (Y/N1     INITIALS     DATE
                                   1) Complete the review  checklist.

                                   2) Package the report,  checklist,
                                   correspondence and workpapers  into a
                                   file to be maintained as  part  of the
                                   contract  file.

-------
                                                                  Attachment D
                                                              ATTACHMENT B
                                                              PAGE 1 OF 2
                        THE POST-AWARD AUDIT PROCESS
Financial Monitoring Review (FMR) -
            The FMR is a review of contractor billings associated with an
            individual contract to ensure compliance with contract
            requirements and to ensure that billed costs are adequately
            supported by appropriate systems and records.  Reports are
            issued to the CO and the Financial Administrative
            Contracting Officer (FACO) for resolution of findings.  These
            reviews are performed by the PCMD Financial Analysis
            Section on contracts in excess of $5 million.  Current PCMD
            policy stipulates that the reviews should be scheduled for
            each appropriate contract after at least 6 months of
            performance has been completed.
Incremental closeout audit • (ARCS contracts only)

            These audits, once the instructions and procedures have been
            agreed to and finalized, will be performed incrementally
            when the final incurred cost audits are completed for a given
            contractor fiscal year.  The audit will provide the Contracting
            Officer with the recommended allowable direa and indirect
            contractor fiscal year costs claimed by the contractor for the
            particular ARCS contract  The objective of the close* out
            audits will be to close the ARCS contracts incrementally so
            that after the 10 year performance period, there will not be a
            need to close out contractor fiscal years all at once.

-------
                                                                  Attachment D
                                                               ATTACHMENT B
                                                               PAGE 2 OF 2
Annual Incurred Cost Audits -
            The Annual Incurred Cost Audit is a comprehensive audit of a contractor.
            The review includes an audit of the allowability of direct and indirect costs
            for all government contracts and is performed for each of the contractor's
            fiscal years.  Upon receipt of the contractor's submission, the Cost Policy
            and Rate Negotiation Section (CPRNS) will arrange for an audit by the
            cognizant audit agency.  The audit report from the cognizant audit agency
            is used by CPRNS to negotiate the final indirect rates.  The incurred cost
            audit is also used, as discussed above, as a basis for  the ARCS
            annual/incremental close-out audit report received from the  cognizant
            audit office.
Voucher Audits -
            A voucher audit may be conducted by the cognizant audit
            activity for a specific contract during the performance period
            of the contract  This audit may be requested by PCMD's
            Financial Analysis Section, based upon concern about the
            reliability of the costs claimed, a suspicion that there may be
            problems with contractor performance, or upon completion
            and determination of need as a result of an FMR.  We will
            be requesting voucher audits on each ARCS contract as
            appropriate.
Contract Audit Closing Statement -
             The closing statement, sometimes called a final audit, is a summarization
             of the amounts claimed and accepted in the annual incurred cost audits for
             the contract Normally, no added audit work is performed.

-------
                                                    Attachment E
              UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                            CASHING TON  DC  20460
                                                          RECEIVED

                               ••  -T, . ,                  Ft8 - 7 1992
MEMORANDUM

SUBJECT:  Superfund Contracts Management Issues
                                                /
                                        OSWER Directive 92

                                                        «
FROM:
          Don R. Clay, Assistant Administrator      _
          Office of Sclid Waste and Emergency Response
TO:
            ristian Holmes, Acting Assi
          Office of Administration and

          Regional Administrators
                                                  istrator
                                                  nagement
PURPOSE
     To initiate new requirements regarding the development of
independent government cost estimates (ICE), review of contract'
invoices, and the appropriate-partioip»ti-on—on-Performance	
Evaluation Boards.

BACKGROUND
     within the last 6 months, the EPA Inspector General, the
General Accounting Office and the Administrator's Task Force on
the Implementation of Superfund Alternative Remedial Contracting
Strategy (ARCS) have issued findings and recommendations
regarding several issues including deficiencies in the areas of
IGEs, the adequacy of our review of contractor invoices, and the
performance of the award fee proceus.  While the comments were
directed at specific contracting programs within Superfund, they
affect and are a concern across all OSWER contracting programs.
This directive establishes new policy regarding these issues.

OBJECTIVE

Independent Government Cost Estimates

     The Federal Acquisition Regulations require that IGEs be
prepared for each new contract or modification that  is expected
to exceed $25,000.  Currently, there  is no Federal or Agency
policy that requires IGEs prior to the  issuance of independent
work assignments under existing contracts.  A recent GAO report
compared the work plan negotiation results for work  assignments
where IGEs were prepared against results where IGEs  were not
prepared.  The conclusion of this comparison demonstrated that

-------
                                                    Attachment E
considerable negotiation leverage  is achieved when realistic IGEs
are developed prior to work plan negotiation.  In all cases where
an IGE was prepared, the negotiated amounts were considerably
below the initial work plan amounts presented by the contractor.
The exercise of developing independent government cost estimates
also demonstrates to our contractors that the government
negotiation team is fully prepared to discuss, and to negotiate
realistic costs for the work to be performed.

     Both the GAO report and the A3CS Report of the
Administrator's Task Force recommend that Regional Administrators
develop a capability for contract managers in generating
independent government cost estimates.  The objective of this
Directive is to establish policy to implement this recommendation
across OSWER.
                                  »
Review of Contractor Invoices

     The objective of this directive is to clarify the role of
contract managers (POs, WAMs and RPMs) in the voucher review  	
process and to establish policy regarding these activities.
     Under cost reimbursable contracts, allowabie-r-allocable—and-
reasonable costs are paid up to the estimated cost of the
contract or the expenditure limit for—the work-assignmentT—as	
appropriate.  Contract managers are required to assure that the
direct costs on vouchers that they approve are appropriate and
reasonable for the work performed and that the amount of-work-
performed is reasonable for the task.  Contracting Officers will
periodically look at a representative sample of the billed costs
and determine allowability and allocability.  In addition,
professional auditors, at the request of the Contracting
Officers, perform annual comprehensive incurred cost audits and
provide recommendations to the CO.  Any concerns raised by the
auditors will be conveyed to the .appropriate Project Officer.
However, the contract manager, that person most familiar with,
and closest to the work being performed (e.g., RPM, WAM, PO,
etc.), has the ultimate responsibility for determining the
"reasonableness" of the costs being invoiced.  A "reasonable"
cost is one that would seem to be justified and legitimate and
what a prudent person would pay under like circumstances in the
conduct of competitive business.

     In reviewing the reasonableness of charges, contract
monitors are not expected to know the exact market values of
various direct costs; however, past experience arid common sense
can assist in making a determination for each cost element
examined.  If unreasonable charges are approved for payment,  it
is doubtful that anyone reviewing the costs later will possess
the knowledge to disallow those costs.  Therefore, the contract
manager is the most logical person to question, identify and
recommend disallowance of unreasonable charges.

-------
                                                    Attachment E
                                3

Participation on Performance Evaluation Boards

     One of the benefits of an award fee contract is that it
provides a means of periodically involving senior contractor and
government management in the oversight of contractor performance.
To reinforce this position, the Environmental Protection Agency
Acquisition Regulations (EPAAR) require that the Performance
Evaluation Boards (PEB)  be chaired at the division director level
of the program initiating the procurement.  Any changes to the
chairperson appointment must be approved by the Fee Determination
Official.

     The composition cf personnel participating in the
performance evaluation process must represent those employees
most experienced and knowledgeable of contractor performance
issues.  In many cases,  fi-rst and second line supervisors
represent the most experienced managers and, as such, are
expected to take an active role in the performance evaluation
process.  In addition, PEB chairpersonship is occasionally
delegated to positions below the Division Director level, or even
to the branch chief level.  Both of these situations erode some
of the benefits of the award fee process.  The objective of this
directive is to reinforce the -intent—of—the—EPftAR in the area of
roles and responsibilities associated with the performance
evaluation process.                	


IMPLEMENTATION                           _.    . .     .

Independent Goverr.nent Estimates

     Effective February l, 1992, an independent government cost
estimate must be developed by the technical program office  (WAM
or RPM) generating the requirement prior to the issuance of any
work assignment estimated to exceed $25,000 under contracts that
utilize a work assignment/work plan administrative process.  This
requirement is applicable to both new work assignments and to
increases in existing work assignments.  The IGE will be
prepared, at a minimum, at the element of cost level  (e.g.,
direct  labor, subcontracts, equipment, other direct costs, etc.
and by major task, when practicable.  While the responsibility
for IGE development rests with the technical program office,  :t
is expected that the  technical office will work in concert with
the contract specialists  in the management offices in this  effrrt
and that the IGEs must be developed  independently without  ..-.put
from the contractor receiving  the work assignment.  The  IGE w;.:
be used by the RPM/WAM, PO and CC  is a tool in negotiating  the
workplan budget with  the  contractor  and  for documenting  the
resulting agreements  in the contract file.  We recognize that
additional guidance may be required  to develop the best  poss.c.-^
IGEs.   OSWER and PCMD will assess  that need and assist  in  any  -.
they can.  However, in the meantime, it  is  expected  that t.-.e

-------
                                                     Attachment E
 Regions and Headquarters offices will proceed to implement this
 policy.

      In addition to estimating systems already developed in some
 Regions and at Headquarters, you are reminded of two tools that
 have been distributed to assist in preparing Superfund IGEs.  The
 first,  the Superfund Cost Estimating Expert System, is a computer
 model that uses site-specific data to develop independent
 government estimates.  The second, Scoper's Notes, is a guide to
 RI/FS costing and is used to develop ballpark cost estimates.
 You are encouraged to utilize these tools in developing your
 estimating capability.

 Review of Contractor Invoices

      Effective immediately*  those contract managers (WAM or RPM)
 that are most familiar with  the contractor work will be
 responsible for reviewing monthly invoices as directed by the
 Project Officers.   Contract  managers are responsible for
 providing written recommendations on cost reasonableness or
 unreasonableness to the Project"Officers.  When further
 contractor documentation is  required before a determination can
 be made,  payment of invoiced costs,  or any portions thereof-r—may-—
 be suspended by the Project Officer until the documentation is
-submitted—and-a -reasonableness -determination-can-be made.—When	
 charges are determined to be improper or unreasonable,  the
 Contracting Officer has the authority to disallow payment  of
 those  charges.   Contractor charges  or portions of those charges
 that are inadvertently paid and  .later determined to be  improper
 or unreasonable,  should be disallowed on subsequent invoices.

     Guidance on voucher review  can be obtained from the
 Contracting Officer,  Project Officer or any member of the
 Contract Operations Review and Assessment Staff (CORAS).  Consult
 the CORAS Bulletin series on Financial Oversight for additional
 written guidance on the steps associated with the voucher  review
 process.   More specifically, Issue  No. 4, dated May of  1989,
 contains an article on contractor voucher review.  Contract
 managers are encouraged to read  this guidance and to use the
 Invoice Review Checklist in Exhibit 1.  Once the Checklist is
 completed,  it should be attached to the contract manager's copy
 of the invoice to document the review.  Copies of Issue No. 4 can
 be obtained from Superfund Project  Officers or from CORAS  in OERR
 at mail code OS-240.

 Participation on Performance Evaluation Boards (PEBs)

     Effective immediately, all  official PEB chairpersons  shall
 review the membership of their PEBs and make whatever adjustments
 are necessary to involve the most Knowledgeable and experienced
 personnel in the award fee process.

-------
                                                   Attachment E
     Only in unusual circumstances, and when absolutely
necessary, may official chairpersons delegate their
responsibilities.  In the event that delegation becomes
necessary, the official chairperson shall contact the Fee
Determination official, prior to tne convening of the PEB, and
obtain verbal approval to delegate.  In no event will the
chairperson responsibilities be delegated below the Branch Chief
level.

     Many tools have teen provided over the years to address
these issues.  They have taken the form of training, CORAS
Bulletins, guidance documents, Award Fee Guides, computer models,
exit conferences (conducted by GAO, IG and CORAS), program
conferences, and even IG audits and GAO reports.  We feel that
the policy presented in this directive is critical to achieving
improvements to our contracts management activities, and
represents the first steps in implementing meaningful
recommendations presented in review documents.  It is requested
that each region (a single coordinated response from each region)
inform us as to the action taken in regards to implementing this	
Directive.  It is requested that the implementation information
be submitted within 30 days from the date of this Directive to
the Superfund Acquisirion Manager, OS—100,—OSWER;	

     Any questions regarding this policy should 'be-direeted-to—
Ika Joiner, Acting Superfund Acquisition Manager, at FTS
260-0840.
cc:       Regional Deputy Administrators
          Assistant Regional Administrators
          Henry L. Longest II, Director, Office of Emergency and
            Remedial Response
          Bruce M. Diamond, Director, Office of Waste Programs
            Enforcement
          Sylvia K. Lowrence, Director, Office of Solid waste
          David w. Ziegele, Director, Office of Underground
            Storage Tanks
          John C. Chamberlin, Director, Office of Administration
          David J. O'Connor, Director, Procurement and Contracts
            Management Division
          Directors, Waste Management Division
            Regions I, IV, V, and  VII
          Director, Emergency and  Remedial Response Division
            Region II
          Directors, Hazardous waste Management Division
            Regions III, VI, VIII.  IX, and X
          Directors, Environmental Services Division
            Regions I-VIII, and  X
          Chief,  Environmental Services Branch
            Region IX
          Director, Hazardous Site control Division  (HSCD)
          Director, Hazardous Site Evaluation Division  (HSED)

-------
                                          Attachment E
Director, Emergency Response Division
Director, Office of Program Management
Director, CERCLA Enforcement Division (CED)
  Office of Waste Programs Enforcement

-------
         UNITED STATES ENVIRONMENTAL PROTECTION AGENCY

                             REGION VIII                     ATTACHMENT 2
                      999 18th STREET - SUITE 500
                     DENVER, COLORADO 80202-2466
Ref:  8PM-IM

March 26, 1992

MEMORANDUM

TO:       All Supervisors, Contracting Officers, Project
          Officers, Delivery Order Project Officers, Assistant
          Delivery Order Project Officers and Work Assignment
          Managers
                                                     ?x
FROM:     Jack McGraw, Acting Regional Administrator/kvw

SUBJECT:  Contract Management Guidelines

     I am sure that most of you have heard that Region VIII'a and
EPA Headquarter's management of the CSC contract was audited.   In
addition to the audit of Region VIII, a nation-wide audit of the
management of the CSC contract was also made.  The audits were
not very complementary and require that many of our existing
procedures related to the contract be changed.  Probably the most
significant is the way we work with contract staff.  We realize
how important our contract staff have been in allowing us to do
our work and have treated them as part of the team and have
worked very closely with them.  This relationship can be
construed as being a personal service and is prohibited by  the
Federal Acquisition Regulations.  This does not mean that we can
not be cordial to the contract staff, it simply means that  we
must treat them in a business-like manner.

     Region VIII is committed to maintaining the highest
standards of contract management for all contracting activity
within the Region.  We all have a responsibility to understand
and apply proper contract management practices.  In order  to
clarify what is proper, we have developed the attached  document:
REGION VIII CONTRACT MANAGEMENT GUIDELINES.  It contains simple
recommendations, prohibitions, and definitions in  regard to
contracting in Region VIII.   In addition, we have  attached a
series of questions and answers for your guidance.

     Please discuss and provide a copy  of  these guidelines to
your staff members who have  day-to-day  working relationships  with
contract employees.

     Please contact Al Vigil at X7547  if  you have  questions or
comments about  this document.

Attachments
                                                        Prinlfd on Rtcycled

-------

-------
   REGION VIII CONTRACT MANAGEMENT GUIDELINES
Working Relationships

EPA employees are expected to be impartial  and  objective in their dealings
with contractors.  Employees should  be prepared for public scrutiny and
must avoid any situation which gives even the appearance of favoritism or
conflict of interest.  This requires use of common sense in these
situations.  EPA employees should be cordial in their working relationships
with contractors, but the relationship must always be a business-like,
arm's length relationship.

Identification of Contractors

Our Administrative Services Branch will be  obtaining identification badges
for all contract staff working in EPA space.  When received, contractors
shall wear identification badges clearly visible showing that they are
contractors.  Contractor work space  must have signs to identify the company
name.  Contractors must always clearly identify themselves as contractors
in any situation where it might be assumed  that they were representing EPA
(such as when they answer the telephone or  are  involved in meetings).

Contractor Workspace

./e are reviewing the functions that  contractors perform to determine which
functions can only be performed in EPA space.   Every effort will be made to
house all other contractors in separate space from EPA employees.  In chose
cases where we have determined that  work can only be done in EPA space,
contractors will be physically grouped together in their own work area and
be clearly identified as contractors.

EPA Furnished Property

EPA is in the process of making an inventory of the EPA property which is
presently being used by contract staff.  When guidance is received from EFA
headquarters, the property will be transferred  to the property records
maintained in headquarters by the EPA Contract  Property Management Officer.
Actual responsibility for the property will rest with the contractor and
will be included on their property records.

Awards/Recognition

EPA will not present awards or other formal recognition including letters
of appreciation and commendation to  contractor  staff.  EPA  employees may
provide information on individual contractor performance to the Delivery
Order Project Officer or the contractor  site managers.

-------
  :tendance at EPA Functions and Meetings

Contractors are not-allowed to attend EPA meetings, retreats, social
events, and training sessions unless their presence is required to perform
work authorized under the contract.  Contractors may attend  "Brown Bag"
presentations of general interest as long as they do not charge time to the
Government for their attendance time.  Again, contractors are prohibited
from routinely attending EPA staff meetings.  Contractor personnel are
authorized to attend meetings only for specific work authorized under the
contract.  This does not prohibit regular meetings between EPA staff and
contractors to review work products.  Contract staff will not belong to
Quality Action Teams.  If their expertise is needed, they can be invited to
attend specific meetings to present information related to their work.

Training

Contractors are expected to have the skills they require to perform their
jobs.  Therefore, EPA will not provide training which is commercially
available (this would include training such as Total Quality Management and
PC software packages).  EPA can provide training in those instances where
the training is somehow unique to EPA's environment or required for
specific performance under the contract and if there is no direct charge to
the contract.

Supervision/Work Assignment

'  A employees cannot supervise contract employees.  Contract employees are
  pervised by contract supervisors.  EPA employees may share information
with contractors to perform the required work.  Only certain specially
trained Government employees, such as Delivery Order Project Officers or
Work Assignment Managers, may assign work to contractors.  Work assignments
must fall within the scope of the contract as described in the statement of
work.  Even in those cases where EPA personnel are authorized to assign
work under a contract, they cannot supervise the contractor staff.

Personal Services

Personal Services contracts are not allowed.  A personal services
relationship exists when a contractor is treated essentially as another EPA
employee.  The Federal Acquisition Regulations provide guidance as to what
might constitute personal services.  In particular, there are some things
we must not do.  These are:  1.  We must not have EPA and contract staff
doing comparable services or meeting comparable needs; 2. We must not
assign work to the contract staff which by the inherent nature of the
service, or the manner in which it is provided, reasonably requires
directly or indirectly, Government direction or supervision of contractor
employees.  Government supervision must be avoided.  Contractors may not
perform work which is considered inherently Governmental.

-------
Position Descriptions and Performance Standards

EPA employees who are authorized to provide technical direction and accept:
deliverables from contractors must have specific language in their position
descriptions and performance agreements describing these duties.

Required Training for EPA Employees

Every EPA employee in Region VIII who is working with the CSC or other
contracts must be trained in contracts management.  This training will be
offered in July 1992.

Questions/Contract Management Reference Material

Questions on contract management should be directed to the Contracting
Officer, Project Officer,  Delivery Order Project Officer, Alternate
Delivery Order Project Officer, or Work Assignment Manager for the specific
contract.  Contracting information and guidance may also be found in the
following documents:  Federal Acquisition Regulation (FAR),  Environmental
Protection Agency Acquisition Regulation (EPAAR), EPA Contracts Management
Manual, and the Acquisition Handbook.

Audits

Requests by any office for Region VIII contract management information in
association with an audit or inspection should be referred to the Region
VIII Grants and Superfund Contracts Branch.  All Regional audit activity
coordinated through that branch.

-------

-------
                               DEFINITIONS OF
                       CONTRACTING ACRONYMS AND TERMS
CO        Contracting Officer.  Is the agent of the Federal government for
          a specific contract.  Only the CO has the authority to sign a
          contract, obligate funds, issue work assignments*, modify
          contract terms or conditions, terminate a contract and accept
          supplies and services*.
          *(These functions can be delegated to a Project Officer).

PO        Project Officer.  Is the primary technical representative of the
          CO.  The PO monitors overall contract performance, reviews
          technical and financial progress reports, provides technical
          direction to Delivery Order Project Officers, monitors use of
          Government property, certifies vouchers and recommends contract
          modifications to the CO.

DOPO      Delivery Order Project Officer.  Defines work requirements,
          prepares the Statement of Work (SOW), and monitors contract
          performance under indefinite quantity/indefinite delivery
          contracts.  The DOPO performs duties equivalent to a PO for
          specific delivery orders.  All technical direction should be
          provided to designated contractor managers by the DOPO.

ADOPO     Alternate Delivery Order Project Officer.  Performs the duties cf
          the DOPO in conjunction with, or in the absence of, the DOPO.

WAM       Work Assignment Manager.  Serves as the on-site technical and
          administrative representative of the DOPO.  Assists the DOPO in
          preparing the Statement Of Work, provides technical clarification
          when necessary and reviews work products.  Provides
          administrative oversight of performance schedules and task
          completions.

SOW       Statement Of Work.  A precise description of the work that ig  to
          be accomplished and/or  the products that are to be delivered by a
          contractor.  The SOW additionally defines criteria for
          acceptance, lists of deliverables, delivery schedules, reporting
          requirements and other  performance and contractual requirements.
          Total work requirements may be subdivided into discrete  tasks.

-------

-------
              QUESTION

1.  Does EPA train. Contractors?


2.  Does EPA give Contractors
Awards/Recognition?

3.  Can Contractors be QAT team
members?
4.  Can Contractor be invited
to be presenter in QAT?

5.  Do all WAMs & DOPOs need PD
Mods?

6.  Will R8 staff be consulted
before contract staff is
relocated off-site?

7.   How do we communicate
with contract staff?

8.   How do we verify contractor
performance and costs?

9.   What is the difference
between a WAN and an alternate
DOPO?
10.  What training will be
provided for WAMs?
11.  Does EPA cover for contract
staff absences?

12.  When can SOW be changed
and who changes?
13.  Can we provide developmental
assignments for contract staff?
14.  What is the working
relationship between EPA and
contractors?
CONTRACT MANAGEMENT GUIDELINES

                  ANSWER
                  No,  if commercially available
                  Yes, if EPA specific.

                  No,  letters addressing performance
                  sent to DOPO & Site Manager.

                  No,  creates appearance or perception
                  that contractors are making policy
                  or establishing procedures.

                  Yes, if presentation is specific to
                  work assignment.

                  Yes, to show delegation of
                  responsibility.

                  Yes.
                  Through the SOW,  the DOPO and the
                  site manager.

                  WAMs to verify T&A and deliverable
                  to DOPO.

                  WAM verifies as above; only DOPO or
                  Alt. DOPO can approve payment or
                  request changes to SOW from Project
                  Officer.

                  Contract Mgmt & Project Officer
                  training will be offered in July
                  1992.

                  No.
                  As needed WAM requests changes
                  from DOPO (see special tasks form
                  attached)

                  No, contractors must be qualified
                  for the position. Training must be
                  provided by contractor.

                  Impartial, objective and business-
                  like.
15.  Can contractors use the
Fitness Center?

16.-Can contractors belong  to
Special Emphasis  groups or
participate  in Special Emphasis
programs?
                  No.
                  No.

-------

-------
CSC AUDIT ACTION PLAN
 LIST OF ACTION ITEMS
     EPA REGION VIII
ACTION ITEM
Revise Statement of Work to provide speicific tasks and measurable
criteria
Train staff involved in contracts management
Recertify DOFO and ADOPO
Train Work Assignment Managers
Train SES members
Amend Position Descriptions and Performance Agreements
Amend PD's for DOPO and ADOPO
Amend PA's for DOPO and ADOPO
Amend PA's for WAM's
Develop plan for monitoring contractor progress and costs
Discontinue CSC participation in EPA functions
Inform EPA staff of prohibition
Establish policy on training of contractors
Issue policy on training and participation in TQM by contractors
Review contractor positions and determine whether they should be
filled with EPA staff
Gather data to allow decision on Library
Decide on whether to staff Library with all contractors or all EPA
WHO IS
RESPONSIBLE?
Vigil
Headquarters
Headquarters
Headquarters
Vigil
Vigil
Supervisors
Vigil
Vigil
Vigil
Vigil
Vigil/Wagner
McGraw
STATUS OF
ACTION
Submitted
1-29-92
Completed 11-92
Completed 11-92
Unknown
Completed 3-92
Completed 3-92
In process
In draft
In draft
In draft
In process
DUE
DATE
Complete
Complete
Continuing
FY92 EOY
Complete
Complete
3-31-92
4-30-92
3-26-92
3-26-92
3-26-92
3-27-92
4-17-92
                                                       ft
                                                       rt
                                                       ft!
                                                       n
                                                       •y
                                                       D
                                                       n

-------
Provide identification to assure that contractors are properly identified
as contractors
Provide name badges
Provide signs for contractor work spaces
Develop telephone protocol for contract staff
Reissue telephone book to separate contractors from EPA staff
Discontinue supervision of CSC employees
Advise all staff of prohibition
Institute "Special Task Request" form to assign special tasks
Physically separate CSC from EPA staff
Identify current state of contract staff
Identify contract staff that must remain in EPA space
Define criteria for relocating
Impact on productivity
Cost
Source of funds (Regional Support or Building & Facilities)
Select appropriate option (EPA or CSC provided space)
Make decision
Implement decision
Issue guidance to staff
Issue Region VHI Contract Management Guidelines
Issue Questions and Answers (Q&A) to staff
Establish senior level procurement responsibilities
Designate ARA for Policy and Management as the Senior
Procurement Officer
SES members attend special seminar on their roles


C.Martinez
C.Martinez
99
McCottry

Vigil
Vigil

R. McKenry
Program Mgrs

P&M Team
P&M Team
B. Tipton
P&M Team
P. Riederer
Vigil

Vigil
Vigil


McGraw
Headquarters


Ordered
In process

In process

In draft
Completed

Complete









Draft
Draft


Complete
Unknown


4-30-92
4-30-92
4-30-92
4-30-92
'
3-26-92
Completed

Complete
4-30-92

4-30-92
4-30-92
4-30-92
4-30-92
4-30-92


3-26-92
3-26-92


3-15-92
FY92EOY
Data current as of: MARCH 20, 1992

-------
                                                 REGION VIII
                        ARCS  STUDY IMPLEMENTATION PLAN
II.
TASK


ARCS Program Management

A. Implement contract-specific
cost expenditure targets established by Zone

B. Establish TQM Workgroup to develop and
monitor cost control measures

C. Monitor PM cost targets through
monthly reports

D. Utilize award tee process to
to recofjnize contractor's success
in meeting expenditure target goals

ARCS Capacity and Utilization
                        •
A. Notify Super fund management
and RPMs of revised fund-lead remedial •
design/remedial action distribution
policy and ensure implementation in Region 8

B. Monitor and assess contractor capacity
Identify capacity shortfall/excess to OARM
and OSWER for appropriate action

(' fUftjiiti.itf ifttuction in construction
                                                  RESPONSIBLE
                                                  OFFICE/
                                                  GSC/SMB


                                                  GSC/SMB/ZCO


                                                  GSC/SMB/ZCO


                                                  Dep. Dir. HWMD
                                                  Dep. Dir. HWMD
                                                  SMB/ZCO
COMPLETION
PLANNED
Ongoing
1/92
Ongoing
PEB's
(every 6 mos.)
3/1/92
3/30/92
ACTUAL
                          1/92
                                                                                                    Redistributed
                                                                                                    directive 3/2/92.
              r>
              rr
              a
              »
              D
                                                  GSC/SMB
                                                                     9/92

-------
       TASK
RESPONSIBLE
OFFICE/
COMPLETION
PLANNED
ACTUAL
III.    ARCS Contract Controls

      A.  Review and strengthen internal
      control documentation for 'ARCS Contract
      Administration Process* as follows:

       1.  Perform independent government cost
      estimates in sufficient detail to be used
      as a tool for evaluating  workplans
    1
      2.  Require comparison  of workplans to
      independent government cost estimates and
      preparation of negotiation memorandum as
      prescribed in FAR 15.807

      3.  Include RCO in negotiations of workplans
       with technical support provided by the RPM as
      deemed necessary

      B.  Develop and conduct training for
       WAMs, POs. and COs in areas of (develop
      training plan):

              1.  Work assignment development
             and processing

             2.  Invoice review

             3.  Management of work assignment costs
GSC/SMB/SRB
Ongoing
SMB/SRB/GSC
 5/31/92

-------
      TASK

            4.  Work plan negotiation

            5.  Cost estimating

      C.  Utilize cost estimating tools developed
      by OSWER

      D.  Implement Zone procedures for invoice
      reviews in accordance with OERR directive

      £.  Assess and review contract management
      vulnerabilities

IV. j   ARCS Financial Audits and Review

      A.  Request incurred cost and close out
      audits in accordance with contract
      requirements

      B.  Conduct periodic spot checks of
      contractor's financial records and monthly
      voucher supporting documentation

             t.  Develop strategy and implementation
            plan that provides coverage at least
            every six months

            2.  Develop strategy and implementation
            plan that tracks and monitors results of
            spot checks
RESPONSIBLE
OFFICE/
GSC/SMB/SRB


GSC/SMB/SRB


GSC/SMB/SRB
GSC
GSC/SMB
COMPLETION
PLANNED
Ongoing


Ongoing


Ongoing




Ongoing



Ongoing
                          4/30/92
ACTUAL

-------
      TASK
RESPONSIBLE
OFFICE/
COMPLETION
PLANNED
ACTUAL
V.   ARCS Award Fee /Voces*
     A. Develop options to streamline the current
     process

     B. Implement new recommendations made by
     ARCS Award Fee Task Force

     C. Distribute work to contractors for FY92
     work assignments for new sites based on overall
     performance within the constraints of the contract

     D. Involve Zone Management in award fee
     process

VI.   Management Process and Organization

     A. Establish a regional ARCS Council to ensure
     successful contract management

     B. Develop or enhance existing information
     systems to provide needed contract management
     information

     C. Identify improvement of the ACT system
GSC/SMB


GSC/SMB/SRB


ZCO/SMB/SRB

 -\

zco
RA/DRA/Dir.HWMD


GSC/SMB



GSC
2/3/92


Ongoing


Ongoing



Ongoing




03/1/92


05/01/92



3/92
2/3/92
3/18/92
                                                                                                     3/10/92   Region   8
                                                                                                     ACT up and running.
                                                                                                     Some data is entered.
                                                                                                     identified some problems
                                                                                                     with   the  system.
                                                                                                     Reported them to HO.

-------
      TASK

      D.  Utilize TQM concepts to address contract
        management issues
RESPONSIBLE
OFFICE/

GSC/SMB/SRB
COMPLETION
PLANNED

ongoing
ACTUAL

Cost control OAT formed
1/92.
GSC = Grants and Superfund Contracts Branch
8MB = Superfund Management Branch
SRB = Superfund Remedial Branch
ZCO = Zone Contracting Officer

-------

-------

-------

-------

-------
    v

      I      UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
     J                        REGION IX
 "' **"*                     75 Hawthorne Street
                         San Francisco, CA 94105
                           March 26, 1992
                                                          OFFICE OF THE
 MEMORANDUM                                            REGIONAL ADMINISTRATOR

 SUBJECT:   Contract Management Review

 FROM:      Daniel W. McGovern ^J&%~. (A)
           Regional Administrator

.TO:        William K. Reilly .
           Administrator

     Region 9  shares your concerns on the Inspector General ' s
 (IG) criticisms of this Agency's contract management practices.
 We also share  your commitment to instituting the reforms
 necessary  to eliminate vulnerabilities and realize long term
 improvement in our administrative performance.  As a consequence
 of the IG's Draft Audit Findings on Region 9's Administration of
 CSC Delivery Orders (September 1991) ,  Region 9 evaluated contract
 management practices and took immediate action to address and
 correct the issues raised within its purview.

     At the exclusion of national Level of Effort contracts
 administered by EPA Headquarters, Region 9 is directly
 responsible for a total of eighteen contracts.  Six are on-site
 contracts,  including the Computer Sciences Corporation (CSC) ,
 which provide  for 96 contractor positions.  Twelve are off -site
 contracts,  which comprise Alternate Remedial Contracting Strategy
 (ARCS), Emergency Removal Clean-up Services (ERCS) , and several
 site-specific  contracts.  While the IG's draft audit findings
 primarily  address the CSC contract, our Office of Policy and
 Management has identified and addressed contracting issues on a
 broader scale.   Through a survey of regional Project Officers, we
 have examined  control and oversight issues for all on-site Region
 9 contracts and will address the findings in our contract
 management plan.

     As you have underscored, many of our contracting liabilities
 are characteristic of a need to ensure accountability and an
 impartial, "arms length relationship" with our contract
 employees.  The findings of both the IG's CSC audit and Region
 9's internal review reflect two main areas of potential concern.
 pertaining to  on-site contractors:  1.  misconstruing these
 contracts  as a personal services contract;  and 2. inadequately
 qualified  contractors.  For off-site contracts, such as our
 Super-fund-related orders, the Region will ensure  that the  issues
 raised will not become vulnerabilities.

     Aside from the specific remedies referenced  in the attach-
 ment, the  Region has taken the important  step of  appointing our
 Assistant  Regional Administrator as Senior Procurement Officer to
                                                        Primed on Recycled Paper

-------
ensure that all Delivery Order Project Officers  (DOPOS) and
Alternate DOPOS are properly trained in contract administration
to carry out their contracting responsibilities.  Furthermore, we
have appointed a Region 9 employee to assume the role of CSC
contract coordinator.  Toward our long-term objective of assuring
management controls, the Region has initiated the formation of a
Quality Action Team charged with the task of identifying, ad-
dressing, and preventing any vulnerabilities in our contract
management procedures.

     Furthermore, we have observed that Agency resources in the
management program elements (P.E.s) have not kept pace propor-
tionately with the significant growth in programmatic P.E.s.
During the past five years in this Region, program growth has
expanded by an increase of forty-two percent, while management
support has expanded by only nine percent.  In addition,  the
added responsibilities in the areas of contracting, Chief Finan-
cial Officer (CFO), and expansion of information technology and
security needs have placed a premium on sound management practic-
es and oversight.  Because of the growth in both resources and
responsibilities, the Regions must significantly stretch to do
the oversight that these changes demand.   This could be a source
of vulnerability.  For a modest investment in regional management
resources (e.g., finance, contracts) the Agency could reap a
significant assurance of protection.

     We recognize that our commitment to improvement in our con-
tract practices will require resources, and a clear dedication of
effort.  We look forward to your Office's continued guidance and
support as we make the organizational adjustments necessary to
achieve a contracting process worthy of praise.

Attachment

-------
                                                   ATTACHMENT

               CONTRACT MANAGEMENT REVIEW, REGION 9


I.  On-Site Contractor  Issues  and Region  9 Responses


Personal Services

The IG's draft audit cited the following  six indicators of
personal services as a  focus for regional attention.

     1.  Contract employees perform their tasks on site.

*  While the on-site arrangement for our  contractors will be ad-
dressed at the level of EPA Headquarters, we have taken precau-
tions to reduce the appearance of personal services in the
Regional Office.  In an effort to differentiate between EPA and
contractor employees, we have clearly marked Contractor cubicles
with the name of their employer in order to identify them as non-
EPA employees.
*  We have also instructed CSC ) and one other contractor providing
telephone support to identify themselves as contractors when
placing or receiving calls.

*  We have always distinguished contractors from EPA employees in
the telephone directory and will continue this practice.

*  We understand that Headquarters' Security and Property Manage-
ment Branch is pursuing an Agency-wide standard on
badge/ identification of contractors.  We will promptly follow
through on the implementation of this standard, once issued.

     2 .  Tools and equipment are furnished by the Government .

*  Any tools and equipment furnished are property belonging to an
office cubicle.  Upon the contractor's termination,  Region 9
retains the tools and equipment on-site.  This particular issue
will require close oversight for as long as contractors are hired
to work on-site.

     3 .  The contractor is performing critical functions .

*  Our Information Resources Management Branch is the primary ~-
client of CSC services in Region 9.  For the last two years, we
have assigned all critical functions within this Branch, such as
our Local Area Network support functions, exclusively to EPA
employees .

-------
      4.  Contractors  and EPA staff perform  comparable services.
                               J I-/  i-K;-i-.?  ''-'JU-' ..•' r   . '-*. .
 *  Our Information Resources Management Branch  (IRMB), with over-
 sight responsibilities  for  a majority of  CSC contract employees,
 has re-written its Statement of Work  (SOW)  to clearly identify
 the tasks appropriate to the contractors' role.

      5.  The need for the service  will last beyond one year.

 *  The terms of this  contract, negotiated for national use,
 provide for 5 years of  on-gbing support and are not within the
 Region's scope of authority to change.

      6.  Contractor employees are  supervised by EPA staff.

 *  We have discontinued  the practice of including  contractors in
weekly EPA staff meetings, of recommending hirees  to CSC, of
requesting promotions for CSC staff, and of providing CSC Site
Management with individual and personal evaluations of contractor
staff.

*  The revision to the CSC SOW mentioned will obviate the need
for constant interaction between EPA and contractor staffs.


Contract Employee Qualifications

     An additional concern raised in the Draft CSC audit is the
     contractor's lack of qualifications to perform Delivery
     Order assignments.

*  Our Information Resources Management Branch reviewed the
resumes ofvail CSC contract employees according to Delivery Order
requirements",  and approached CSC for reimbursement  of personnel
expenses paid for contractors whose qualifications were misclas-
sified.  CSC has agreed  to credit Region 9  for some of the
discrepancies.  We will  work closely with EPA Headquarters to
resolve any remaining disagreements.


Other Region 9 Draft Audit Issues

The IG's Draft Audit  also cited the following three issues on the
subject of contract monitoring.

     1.  Delivery Order Project Officers did not monitor
     contractor performance adequately.

*  CSC monthly progress  reports will be reviewed against SOWs for
adherence to the Project Plan as well as the SOW.   All Alternate
Delivery Order Project  Officers (DOPOs) have received a copy of
the SOW.

-------
 *   Informal  timesheets  of  contractor  hours  are being  reviewed
 weekly by the Alternate DOPOs  to make sure  that time  charges are
 appropriate.

 *   We have separated the Region's  CSC Delivery Order  into
 smaller, more manageable components to facilitate contract
 oversight.

 *   We submitted a request  for  restitution of charges  billed
 inappropriately to the  Region's Delivery Order.  CSC  is not in
 agreement with the request, however.   We are working  with Head-
 quarters to resolve the disagreement.

     2.  Delivery Order Project Officers hired, promoted, and
     evaluated contractor  employees.

 * We have issued copies  of the draft audit findings and guidance
 on  the subject to DOPOS, instructing them to refrain  from re-
 questing CSC promotions  and evaluating CSC personnel.

     3.  Delivery Order Project Officers approved inappropriate
     travel and training requests.

 *  We have excluded contractors from training in areas which
 correspond to their expected qualifications.

 *  We have disallowed the use of our facility for training that
 is unrelated to tasks in the SOW.

 *  We have ensured that Region 9 will not be billed for training
 or travel that ±s not specifically supported by the SOW.


Additional Contract Management Issues Which Region 9  is Resolving

     In response to the  IG's draft findings, the Assistant
Regional Administrator  initiated a study to identify  the entire
 spectrum of contracting  strengths and  contracting concerns in our
Region.  The results revealed some of  the same issues identified
 in the CSC audit.  In addition, the Region has expanded its
 efforts in the following ways to address the issues which sur-
 faced in our review.

     1.  Region 9 will  re-examine check-out provisions and
         security clearance procedures in the SOWs for contract
         employees.

     2.  We recognize that some on-site contract employees are
         working with confidential or  sensitive information, and
         we will reinforce careful oversight for those assign-
         ments .

-------
      3.  Region  9  employs  contract personnel  in work activities
         that require  frontline interaction with the public.  We
         will ensure that  they continue to be clearly identified
         as contract personnel.

      4.  We will reinforce use of the Delivery Order
         as the  means  of communicating service needs to
         contract  employees.
II.  Off-site Contractor Issues and Region 9 Responses


Superfund Alternate Remedial Contracting Strategy Issues

The Agency's Task Force on Implementation of the Superfund Alter-
nate Remedial Contracting Strategy (ARCS) developed thirty-two
recommendations stemming from related contract management issues.
Of the issues raised for Agency attention, two are specific to
Region 9's contracting performance.  For each of these issues,
Region 9 is actively pursuing the corresponding Task Force
recommendations.

     1.  The workload capacity planned for ARCSWEST (pertaining
     to Regions 9 and 10) coverage appears to exceed the remedial
     workload projected.

*  Regions 9 and 10 responded to the Task Force recommendation
with an analysis of current and projected demand for ARCSWEST
services.  We jointly concluded that the existing projections of
the proportion of capacity to demand do not result in contract
inefficiencies or excess program management costs.  We recommend-
ed continued monitoring of capacity requirements.

     2.  Government-owned equipment used by contractors at
     Superfund sites is inadequately controlled.

*  Region 9 was the first to introduce, and is voluntarily
participating in, the Agency's new equipment warehouse pilot
(Eqiuipment Management Facility, or EMFAC).  This program will
establish an ARCS equipment pool for contractors to share at  a
central warehouse.  The storage facility, located in Emeryville
California, is operational and the pilot will run for an eigh-
teen-month period.  This pooling arrangement should provide for
more efficient use of equipment and elimination of duplicate
purchases of the same equipment by different contractors.

-------

-------

-------
                                  KA/iii'A REO 10   -»-»-» HQ-ADM          ©002/007
United States               Region 10                 Alaska
Environmental Protection         1200 Sixth Avenue            Idaho
Agency                   Seattle WA 98101             Oregon
              _             _^ _ Washington
                              MAR 2 6 1992

 Reply to
 Attn of:  MD-141

 MEMORANDUM

 SUBJECT:  Region  10  Contracts Management Assessment

 FROM:     Dana A. Rasraussen
           Regional

 TO:       William K.  Reilly
           Administrator


      This memorandum responds to your memorandum dated March  10,
 1992, regarding contracts  management in EPA.  Specifically  you
 asked for present and potential problems and a proposed action
 plan for addressing  these  problems.

 Present and Potential Problems:    Most of the problems I have
 identified in Region 10 are similar to those encountered in other
 Agency locations, specifically:

      1. The regional culture sometimes places contractors in  a
      co-worker mode.
      2. Additional training is necessary for Technical Task
      Leaders and  others who interact with contractors daily.
      3. Statements of Work are inconsistently detailed allowing
      for too much leeway in performance.
      4. The lack  of  contracts oversight resources both nationally
      and regionally  has resulted in an untimely decision process.
      5. The uncertain budget approval process has caused "start-
      of-year" problems.
      6. Contractor's Property Management accountability for
      government-furnished  equipment is not consistently adequate.
      7. Contractor conflict of interest issues have been raised
      with some of our Superfund contracts
      8. Audit support has  not been able to handle the Superfund
      Contract workload.

-------
                               -2-


Action Plan:  Considerable work has already been done on the
above problems and upon receipt of Christian Holmes' February 28
memorandum. Jerry Emison and I directed that efforts to correct
the remaining problems be elevated to highest priority.  Our
proposed Action Plan therefore includes the continuation of
existing efforts and a new effort specifically aimed at the
recently raised concerns:

     1. For the onsite Contractors, our ARA has proposed an
     Action Plan to quickly implement necessary changes (this
     plan and my response to it are attached).  The effort
     includes immediately implementing Mr. Holmes directives and
     placing one of our Branch Chiefs on a 90-day detail to
     follow through on the long term items.
     2. The proposed Action Plan is dynamic and open-ended.  We
     will aggressively seek out problem areas and respond quickly
     if the HQ Contracts Task Force raises new issues.
     3. In the Superfund arena, an ARCS Management Team has been
     formed that continuously monitors those contracts and works
     proactively to improve our processes.
     4. Our Contracting Officers and Project officers are
     carrying over some of the improvements made in ARCS
     contracts to the other superfund contract programs.
     5. A team of lawyers and Contracting Officers is actively
     addressing Conflict of Interest cases.
     6. The Property Management systems in Region 10 will be
     examined and updated to complete compliance status during
     the next two months.

     Contractors have performed effectively for EPA and the
public over the years and provided excellent value for the money
we've paid.  I assure you that I will personally oversee the
current concerns to ascertain that we continue to make
appropriate, legitimate use of contractors in the future.


Attachments

cc:  P. Henry Habicht II
     Deputy Administrator

     Christian R.  Holmes
     Acting Assistant Administrator/OARM

-------
                                              1U    ->-r-» Htl'AI>M
  United Slates               Region 10                 Alaska
  Environm:-, iial Prowciion         "200 Sixth Avenue             Idaho
  Agency                  Scanic WA 96101             Oregon
                                              Washington
>EPA
March 13,  1992
   Reply to
   Attn of:  MD-141

   MEMORANDUM

   SUBJECT:  Contract Management in EPA
             Region  10 Action Plan

   FROM:     Barbara McAllister
             Acting  Assistant Regional Administrator
               for Policy  and Management

   TO:       Dana A.  Rasmussen
             Regional Administrator

             Gerald  A.  Emison
             Deputy  Regional  Administrator


        In response  to the February 28,  1992,  memorandum from
   Christian R. Holmes,  it is clear that additional prompt, decisive
   action must be taken in Region 10 to support the overall Agency
   effort to improve Contract Management.   Therefore 1 recommend the
   following actions in response to Mr.  Holmes specific comments:

   l. Management Accountability.  I recommend  that Region 10's ARA
   be appointed the  "Senior Procurement Officer."  As Acting ARA, I
   will personally coordinate with  the Headquarters Standing
   Committee described in  the memo  to schedule training for all
   Region 10 SES staff as  required.

   2. clear Distinction Between Contractors and EPA.  As the memo
   states this issue involves "deeply embedded attitudes" and "will
   require a long term effort" to correct.  We currently have 4
   major contractors in the Region:  Computer  Sciences Corporation
   (CSC)—29 staff;  Labatt-Anderson—15 staff; ESAT (ICP)— 37 staff;
   and Merman Development  Corporation—6 staff.  Because of the
   importance and scope of the necessary effort, I propose to
   appoint Jim Peterson, the  current CSC Delivery order Project
   Officer, to a special detail for 90 days to plan, recommend, and
   implement actions which will address short  term and long term
   change.

-------
03.27/92  09:41  FAX 206 553 1809         RA/EPA REG 10   ---» HQ/ADM          ElOOS 007
                                  -2-

   In response to Mr.  Koines specific  directions  in this area of
   concern:
            We will  immediately direct  the Contractor site managers
            to have  their employees begin wearing identification
            badges within 60 days; to have all Contractor work
            space clearly identified; and to identify themselves as
            Contractors in all  ambiguous  situations.
            Jonell Allamano and Jin Peterson will prepare a Guide
            sheet on proper interaction with contractors.   The
            initial  Guide will  be developed within 2  weeks and will
            address  allowable training  and travel as  well.   I
            recommend that using this Guide you  then  meet with the
            Region 10 managers  to stress  the importance of proper
            contract management.
            When the initial Guide is ready we will send letters to
            the  Contractor site managers  reiterating  the procedures
            described in the Guide.
            Jim  Peterson will begin an  immediate study to determine
            whether  any current contract  assignments  violate the
            ban  on personal services.   It is anticipated that this
            study will suggest  additions/changes to the initial
            Guide.
        -    He will  also lead a study on  the possibilities of
            physically segregating contract workspace from EPA
            employee workspace.
            These longer-term studies will involve cooperative
            efforts  with the EPA groups where Contractors are
            performing work. The goal  will be to continue to
            accomplish the work within  proper Contractor/Agency
            relationships.  Jim will  produce a summary report at
            the  end  of the 90 day detail  describing the study and
            recommending additional actions as necessary.

   3. Contract Policy Review. While this  item will be largely
   addressed at the Headquarters level,  I  will work closely with the
   Office  of Administration to provide Region 10  input.  1 have
   directed  Jim Peterson to evaluate whether a training program is
   necessary to assure that there is a consistent regional posture
   throughout  all of  the regional staff  in working with contractors.

   4. Organizational  Accountability.   This item  speaks to the
   Organizational Accountability of Region 10 as  a whole and will be
   orchestrated at the Headquarters  level.  The  purpose of this item
   is to inform us that if we fail to  follow national  guidelines,
   our  ability to use contractors and  our  procurement  authorization
   will be curtailed.

   5. Elevation of the Agency's  Procurement Functions.  This item
   will be coordinated at the HQ level.  We will continue to work
   closely with our HQ counterparts  to ensure procurement integrity.

-------
te i • t» *.
               iOb  ooJ i»uy         RA/EPA REG 10   -»-»-» HQ/ADM          ®006-'007
                                -3-

     Contractors  have performed effectively for EPA and the
public over the years and provided excellent value for  the money
we've paid.  I assure you that I will personally oversee the
current concerns  to ascertain that we continue to make
appropriate, legitimate use of contractors in the future.

-------
                                          10
                                              •»-»-» HQ/ADM
                                                                ® 007 -'007
Unitad States
Environmental Protection
Agency
                     Region 10
                     1 200 &*tn Avonue
                     Seattle WA9S101
                                            Alaska
                                            Idario
                                            Oregon
                                            Washington
                             MAR 1 8 1992
Reply to
Attn of:  MD-141
MEMORANDUM

SUBJECT:
FROM:
TO:
          Contracts Management in Region 10 ,
          Action  Plan
                                /s/Dana A. Rasmussen
          Dana A. Rasmussen
          Regional  Administrator

              , „  »   «„ •           /s/Qerald A. Emison
          Gerald .A.  Emison                «-»iw»wu
          Deputy  Regional  Administrator

          Barbara McAllister
          Acting  Assistant Regional Administrator
            for Policy and Management
     Thank you for  your  suggested Region 10 Contracts Management
Action Plan dated March  13,  1992 which responds to Christian R.
Holmes' February 28,  1992, memorandum.  We whole-heartedly agree
that prompt, decisive action must be taken in Region 10  to
support the overall Agency effort.

     Without detracting  from the many fine contractor work
products delivered  to EPA, we believe that as a Federal  Agency we
have a special trust  to  safeguard the public's money and to
follow all laws and regulations.  We concur with the
recommendations you have made in the Action Plan including:

          .Detailing  Jim Peterson to implement the plan
          .Developing a  Region 10 Contracts policy
          .Requiring  contractors to properly identify themselves
          .Preparing  a Contracts Management Guide
          .Eliminating any  situations which appear to be
            "Personal Services"
          .Studying space reorganizations to segregate
            contractors
          .Studying and  implementing any additional training
            needs

     Furthermore we invite  you to involve us personally  to effect
any necessary changes.  Please keep us informed on a regular
basis of your efforts to implement the Action Plan.

-------

-------

-------
              UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                         WASHINGTON, D.C. 20460
                             MAR 27 1992
                                                       OFFICE OF
                                              SOLID WASTE AND EMERGENCY RESPONSE
                           ent
MEMORANDUM

SUBJECT:  Contract Man

FROM:     Don R. C
          Assistant AdmThist

TO:       William K. Reilly
          Administrator
     As requested in your memo of March 10, I am submitting an
assessment of all present or potential contract management
problems in OSWER, as well as our proposed plan to address them.
Because the programs in OSWER are so highly leveraged with extra-
mural dollars, and have been subject to such intense scrutiny, we
have undertaken a number of internal reviews and established
significant internal controls for contracts management across all
programs.  We will continue to need mission support type of
contracts, and are committed to continuous improvement in the
management of these contracts.

     Many aspects of the Superfund program have been declared as
Agency material weaknesses under FMFIA.  Implementation plans for
corrective actions have been developed, and are being implemented
and routinely monitored  (Attachment 1).  The ARCS review resulted
in very comprehensive recommendations, and we have developed an
implementation plan for these (Attachment 2).  The 30-day review
also generated some recommendations for improving certain aspects
of SF contracts management, and these  recommendations are also
being implemented (Attachment 3).  The Office of Solid Waste
(OSW), in response to an OIG investigation in 1988, has also
instituted a number of internal controls  (Attachment 4) to ensure
proper management and evaluation of contracts.  The Office of
Underground Storage Tanks  (OUST) was the subject of an in-depth
"Blue Team" review by PCMD in January  1991, and a follow-up
review in January 1992.  As a result of these reviews, a number
of internal controls were established  or upgraded  (Attachment 5).

     I have been meeting with my office directors to discuss a
comprehensive approach to your call for re-examination of
existing contracts and management practices.  Although our
programs have made significant improements in contracts
management over the past few years, I  share your concern that
the EPA culture may be fostering certain attitudes that need to

-------
                              - 3 -


     In preparing this response, and establishing the QAT and
internal review schedule, I have compiled extensive information
on all of the contracts and internal controls in place in OSWER.
Contract management procedures, manuals and guidance currently in
use in OSWER will be reviewed and updated as part of the internal
review.  In addition to the Senior Procurement Official, I intend
to establish a high level position to oversee contract management
activities across all of OSWER.

     There are several other issues that I have identified as
agency-wide issues (Attachment 7).  These are issues that are
critical to improving the both the way we manage contracts and
some of the public perceptions of the agency.  These issues may
be best handled by the Standing Committee on Contracts
Management.

     We are continuing to provide information on OSWER partici-
pation in a number of contracts that have been identified as
the subject of upcoming hearings or investigations.   We have
identified the amount of our investment in these contracts,  and,
as appropriate, provided information on the impact of terminating
these contract vehicles.

     In summary,  there is a high level of commitment across OSWER
to continuous improvement in pur management of contracts.  We are
highly leveraged with extramural dollars, and recognize the
additional responsibility that comes with these resources.  Many
internal controls are already in place, and we are working to
empower our workforce, both here and in the Regions, to get the
best possible value for each dollar spent.  I will keep you
informed of our progress.

     Attachments

-------
                                                                          eg-
                                                         Attachment 1
                                                          Attachment 0
          PART TWO;   DESCRIPTION OF UNCORRJCTZD MATIRIAL W1AKNISS1S
 CATS  Track j nf vnaiH^r1 ;   Not Assigned

 Assessable Unit/AU f;   OERR/HSED/1901

 Title of Material  Weakness:    Contract  Lab Program;    Improvements of CLP Audi
 Corrective Action  Follow-up Tracking Procedures

 Description of Material Weakness  and its  Impact on Aqancv Operations:   As part
 of the CLP's Quality Assurance/Evidentiary Audit (QA/EA)  program,  the
 Analytical Operations  Branch in coi'mev,Lit-m with EMSL-LV,  NEIC,  the CLP
 Technical  Project  Officer  and CMD monitors and evaluates  the  performance  of  CLi
 laboratories'  performance  on their contracts.   Key components of the QA/EA
 program are:   Performance  Evaluations Sample Program,  Data Package Audit
 Program, Quality Assurance On-Site Program, and the  Evidentiary Audit Program.
 Each  of these  components generate an audit report  which documents the
 deficiencies  in performance  which the contractor will  need to address.  This
 workplan documents  a timetable to be met  to evaluate the  effectiveness of the
 CLP audit  corrective action  follow-up tracking procedures.

Work Plan  »;   01392

Functional Category  in  Statistical Summary;  Program Management

Appropriation/Program Element: Superfund;  68/20X8145/TFAY9A

f  ;.nistrative Activity /Program Activity:   Program Activity

Year Identified;   1991

Source of Discovery:  DIG  Audit:  FMFIA  Audit of the  CLP  (Willis Greenstreet
Report)

Original Target Correction Date:   In progress

Targeted Correction  Date in  Last  Year's Report: N/A

Current Target Date;   In progress

Reason for Change  in Date(s):  N/A

Critical Milestones  in  Planned Corrective Action:

A.   Completed Act ions /Events :

  M/S  # MILESTONE  TITLE                ORIG       FLAN     ACTUAL   DOLLAR/FTE

  M OCI INITIATE EFFECTIVENESS REVIEW   09/01/91  09/01/91  09/01/91
                                       D-7

-------
                                                            HttacnmenCi
                                                         Attachment D
         PART TWO;  DESCRIPTION OF UNCORRECTBP MATERIAL WEAKNESSES

B.   Planned Actions/Events  (Short-Tann - Next 12 Months):

 M/S I  MILESTONE TITLE                ORIG      PLAN      ACTUAL   DOLLAR/FTE

 M 002  COMPLETE EFFECTIVENESS REVIEW  09/01/92  09/01/92     /   /

C.   Planned Actions/Events  (Longer Term);

 M/S I  MILESTONE TITLE                ORIG      PLAN     ACTUAL  DOLLAR/FTE

 M 003  BRIEF MANAGEMENT OF FINDING    10/01/92  10/01 92     /   /

 M 004  REVISE PROCEDURES              02/01/93  02/01/93     /   /

 M 005  IMPLEMENT REVISED PROCEDURES   03/01/93  03/01/93     /   /

 M 006  MONITOR EFFECT OF MOD.  PROC.   03/01/94  03/01/94     /   /

 M 007  VERIFICATION OF COMPLETION     06/01/93  06/01/93     /   /

Validation Process to be Used:   To be determined.

Corrective Action Plan Status Updates:

o    September 30, 1991 Status Update:  Report is still confidential as  u^
     09/30/91 and will not be released until mid-October.  At that time, a nv <
     definite workplan will be prepared and will be outlined  in  Ql CATS  updc.

o    December 31, 1991 Status Update:  Effectiveness review in progress
     scheduled for completion in September 1992.

o    March 31. 1992 Status Update:

o    June 30, 1992  Status Update:

o    September 30, 1992 Status Update:
                                       D-8

-------
                                                             Attachment 1
                                             •^           Attachment D
          PART TWO;   DBSCRIPTION OF UNCORRECTED MATERIAL WSAlQgESSISS
 CATS Track 3 nij u
-------
                                                               Attachment 1



                                                         Attachment D
         PART TWO;  DESCRIPTION OF UNCORRECTED MATERIAL WEAKNESSES


 M/S #  MILESTONE TITLE               ORIG      PLAN       ACTUAL  DOLLARS/FTE

 M 005  START CORRECTIVE ACTION       10/30/92  10/30/92      /   /
        IMPLEMENT

 M 006  COMPLETE CORRECTIVE ACTION    12/30/92  12/30/92      /   /
        IMPLEMENT

 M 007  VERIFICATION OF COMPLETION    12/30/92  12/30/92      /  /


C.   Planned Actions/Events   (Longer Term);


Validation Process to be Used:  To be determined.

Corrective Action Plan Status Updates:

o    September 30, 1991 Status Update:  Report is still confidential as  of
     09/30/91 and will not be released until mid-October.  At that time, a mor<
     definite worlcplan will be prepared and will be outlined  in  Ql CATS  update

o    December 31, 1991 Status Update:  No activity occurred during this
     quarter.  Work will commence in February.

o    March 31. 1992 Status Update:

o    June 30, 1992  Status Update:

o    September 30, 1992 Status Update:
                                      D-10

-------
                                                                         r o •

                                                                 attachment 1
                                                         Attachment  O
          PART TWO:   DESCRIPTION OF UNCORRECTED MATERIAL WEAKNESSES

 cATS  Tracking Number;   Not  Assigned

 Assessable  Dnit/AO  f:   OERR/HSED/1901

 Title of  Material Weakness:   Contract  Lab  Program:    Development  of  National
 Guidance  on Use  of  Minimum  Required Performance Evaluation  Samples in SF

 Description of Material Weakness and its Impact on Agency Operations;   The
 Analytical  Operations  Branch  through it's  Quality Assurance Technical Support
 Lab.   (QATS)  has developed  a  variety of multimedia, multi-concentration
 Performance Evaluation Samples  (PES),  which can be used by  the  regions  as
 single or double-blind PES.   They are  in the process  of developing indicator
 compounds to prevent cheating on ampule PE samples, a wide-spread problem in
 EPA programs.  They are working with the regions to develop real  world  matrix
 double blind solid  PE  samples.   While  praised  for these efforts,  both the OIG
 and the FMFIA audits noted  lack of uniformity  in these  efforts  among the
 Regions.  It  was recommended  that  national guidance was needed  to ensure
 uniformity  in  a  minimum required use of these  materials.

Work Plan f:   01391

Functional  Category  in  Statistical Summary:  Program Management

 ippropriation/Program  Element:  Superfund;  68/20X8145/TFAY9A

Administrative Activity/Program Activity;  Program Activity

X    Identified;  1991

Source of Discovery;   OIG Audit:  FMFIA Audit of the CLP (Willis Greenstreet
Report)

Original  Target  Correction  Date:   06/01/94

Targeted  Correction  Date in Last Year's Report;  N/A

Current Target Date;   06/01/94

Reason for  Change in Date(s):   N/A

Critical  Milestones  in Planned  Corrective  Action;

A.   Completed Actions/Events:

 M/S  #  MILESTONE TITLE               PLAN      ORIG      ACTUAL DOLLARS/FTE

 M 002  QATS  LAB SET UP TO  PRODUCE    C2/01/89 02/01/89   02/01/89
        PES


                                      D-ll "

-------
                                                                attachment!
                                                         Attachment D
         PART TWO;  DESCRIPTION OF ONCORRECTED MATERIAL WEAKNESSES

 M/S #  MILESTONE TITLE                PLAN      ORIG     ACTUAL   DOLLARS/FTE

 M 003  PEACTOOLS DEV., ASSISTS PE     01/01/91  01/01/91    01/01/91
        SCORING

B.   Planned Actions/Events  (Short-Term - Next 12 Months):

 M/S I  MILESTONE TITLE                PLAN      ORIG     ACTUAL   DOLLARS/FTE

 M 004  WORKGROUP SET  UP DEVEL. PE     10/01/91  10/01/91      /   /
        GUIDANCE

 M 005  FINAL REPORT ON INDICATOR      10/03/91  10/03/91      /   /
        COMPOUNDS

 M 006  WORKSHOP ON SITE-SPECIFIC      04/01/92  04/01/92      /   /
        QA MATERIAL

 M 007  REGIONAL PE REPOSITORIES       06/01/92  06/01/92      /   /
        SET UP

 M 008  MULTI-LAB STUDY OF INDICATOR   06/01/92  06/01/92      /   /
        COMPOUNDS

 M 009  QATS REGION 10 WORK ON SPIKED  09/01/92  09/01/92      /   /
        DOUBLE BLINDS

C.    Planned Actions/Events   (Longer Term):

 M/S #  MILESTONE TITLE                PLAN      ORIG     ACTUAL   DOLLARS/FTE

 M 010  REGION 10 AND  EMSL-LV WORK     10/01/92  10/01/92      /   / •
        ON DOUBLE BLINDS

 M Oil  DRAFT GUIDANCE ON UNIFORM      10/01/92  10/01/92      /   /
        PE USE

 M 012  FINAL GUIDANCE DOCUMENT        10/01/92  10/01/92      /   /
        ON PES USE

 M 013  QATS DEVEL. SITE CATEGORY      02/01/94  02/01/94      /   /
        PES

 M 014  VERIFICATION OF COMPLETION     06/01/94  06/01/94       /   /

Validation Process to  be Used:  To be determined.

Corrective Action Plan Status Updates:


                                      D-12

-------
                                                                   pg- 1
                                                          attachment 1
                                                          Attachment D
         PART TKO;  DBSCRIPTION OF UNCORMCTTO MATERIAL KEAKNISSKS

o    September 30,  1991  Status  Update:   Report is  still confidential as of
     09/30/91 and will not be released  until  mid-October.   At that time,  a mor<
     definite workplan will be  prepared and will be outlined in Ql CATS update

o    December 31, 1991 Status Update:   Final  report on indicator compounds
     was reported.

  M/S #  MILESTONE  TITLE            ORIG       PLAN      ACTUAL    DOLLARS/FTE

  M 004  WORKGROUP  SET UP            10/01/91   10/01/91  10/01/91
         DEVEL. PE  GUIDANCE

  M 005  FINAL REPORT ON INDICATOR  10/03/91   10/03/91  10/03/91
         COMPOUNDS

o    March 31.  1992 Status Update:

o    June 30. 1992  Status Update:

o    September 30.  1992  Status  Update:
                                      D-13

-------
                                                                       Pg-  8

                                                             attachment  1
                                                         Atttciaent D
         PART TWO:  DESCRIPTION OF UNCORRECTED MATERIAL WEAKNESSES

CATS Tracking Number:  Not Assigned

Assessable Unit/AU i;  OERR/HSED/1901

Title of Material Weakness;  Contract Lab Program:    Laboratory Self-Screenir
for Contract Compliance

Description of Material Weakness and its Impact on Agency Operations:  One of
the recommendations of the CLP FMFIA audit was to "shift greater responsibilit
for data accuracy and timeliness to contract laboratories."  This workplan is
for turning over the responsibility of "Contract Compliance Screening" to the
contractor labs, instead of being performed by EPA/SMO.  In addition, a QA
plan/audit process must be established for EPA to assure the integrity of the
lab self-CCS.

Work Plan •; 01383

Functional Category in Statistical Summary:  Program Management

Appropriation/Program Element: Superfund; 68/20X8145/TFAY9A

Administrative Activity/Program Activity:  Program Activity

Year Identified:  1991

Source of Discovery:  DIG Audit: FMFIA Audit of the CLP  (Willis Greenstreet
Report)

Original Target Correction Date:  01/01/94

Targeted Correction Date in Laat Year's Report:  N/A

Current Target Date;  01/01/94

Reason for Change in Date(s):  N/A

Critical Milestones in Planned Corrective Action:

A.   Completed Actions/Events: None

B.   Planned Actions/Events  (Short-Term - Next 12 Months):

  M/S  #  MILESTONE TITLE              ORIG      PLAN      ACTUAL     DOLLARS/F'

  M 001  DIST. OF SOFTWARE FOR CCNT.  06/15/S2  06/15/92     /   /
        • COM. SC.
                                      D-14

-------
                                                                           PS-

                                                                  attachment 1
                                                         Attachaaat  0
         PART TWO:  DESCRIPTION OF UNCORRECTED MATERIAL WEAKNESSES

C.   Planned Actions/Events   (Longer Term):

  M/S #  MILESTONE TITLE               ORIG      PLAN      ACTUAL  DOLLARS/FTE

  M 002  IMPL. OF AG. STND. FOR DATA   10/01/92  10/01/92     /.  /
         DELIV.

  M 003  MOD. CONTRACTS FOR SELF-CCS   10/01/92  10/01/92     /   /

  M 0(M  IMPL. LAB SELF CCS/EPA        10/01/93  10/01/93     /   /
         OVERSIGHT

  M 005  VERIFICATION OF COMPLETION    01/01/94  01/01/94      /  /

Validation Process to be Used;  To be  determined.

Corrective Action Plan Status Updates:

o    September 30. 1991 Status Update;  Report is still confidential as of
     09/30/91 and will not be released until mid-October.  At that time, a more
     definite workplan will be prepared and will be outlined  in Ql CATS update.

o    December 31. 1991 Status Update:  No activity occurred during this
     quarter.  Work due to commence in June.

o    March 31.  1992 Status Update:

c    June 30, 1992  Status Update;

o    September 30, 1992 Status Update:
                                      D-15

-------
                                                                attachment  1



                                                          Attachment D
         PART TWO;  DESCRIPTION OF  UNCORRECTZD MAT»RIAL WEAKKISS1S

 CATS  Tracking Number:  Not Assigned

 Assessable Onit/AU f;  OERR/HSED/1901

 Title of Material Weakness:   Contract  Lab  Program:     Ensure Top  Management
 .Support for SAS Workgroup

 Description of Material Weakness and its Impact on Agency Operations;   The goal
 of  this project is to  improve Special  Analytical Services to address AOB
'concerns regarding laboratory performance  and  payment  to laboratories for non-
 compliant data.

 Work  Plan »:  01390

 Functional Category in Statistical  Summary:  Program Management

 Appropriation/Program Element:  Superfund;  68/20X8145/TFAY9A

 Administrative Activity/Program Activity:  Program Activity

 Year  Identified:  1991

 Source of Discovery;  DIG Audit:  FMFIA Audit of the  CLP (Willis Greenstree1"
 Repcrt)

 Original Target Correction Date:  12/15/92 -

 Targeted Correction Date in Last Year's Report;   N/A

 Current Target Date:   12/15/92

 Reason for Change in Date(s):  N/A

 Critical Milestones in Planned Corrective  Action:

 A.    Completed Actions/Events:  None

 B.  '  Planned Actions/Events  (Short-Term  -  Next 12 Months):

 M/S  # MILESTONE TITLE              ORIG       PLAN       ACTUAL    DOLLARS/FTE

 M  001 CONFERENCE CALL               01/22/92   Cl/22/92    /  /

 M  002 WG REPORT ON  STAGE  I           02/15/92   02/15/92    /  /
       ACTIVITIES

 M  003 FIRST STAGE  II  MEETING        03/31/92   03/31/92    /  /

 M.OC4 STAGE II MEETING  REPORT       04/30/92   04/30/92    /  /

                                       D-16

-------
                                                             attachment 1



                                                          Attachment D
          PART TWO;   DESCRIPTION OF OKCORRECTED MATERIAL WEAKNESSES

   /S  #  MILESTONE  TITLE                ORIG      PLAN      ACTUAL  DOLLARS/FTE

 M 005  CONFERENCE CALL                06/15/92   06/15/92    /  /

 M 006  SECOND STAGE  II MEETING        07/30/92   07/30/92    /  /

 M 007  WG REPORT  ON  STAGE  II          09/15/92   09/15/92    /  /
        ACTIVITIES

C.    Planned  Actions/Svert;   (Longer  Term);

   M/S # MILESTONE TITLE               ORIG      PLAN        ACTUAL  DOLLARS/FTE

   M 008 BRIEF HSED DIRECTOR           10/30/92  10/30/92     /   /

   M 009 VERIFICATION OF COMPLETION    12/15/92  12/15/92     /   /

Validation Procasa to be Used;   To be determined.

Corrective Action Plan Status Updates:

o    September 30, 1991 Status Update;  Report  is still confidential  as  of
     09/30/91 and will not be released until mid-October.   At  that  time, a mor
     definite workplan will be prepared and will be outlined in Ql  CATS  update

o    December 31,  1991 Status Update:  No activity  occurred during  this
     quarter.  Work due to commence in January  1992.

o    March 31. 1992 Status Update:

o    June 30, 1992  Status Update:

o    September 30, 1992 Status Update:
                                      D-17

-------
                                                         Attachment 0
         PART TWO:  DESCRIPTION OF UNCORRECTED MATERIAL WEAKNESSES
CATS Track.1* nij utmi*>er ;  Not Assingned

Assessable Onit/AU i:  OERR/HSED/1901

Title of Material Weakness;  Contract Lab Program;   Implement Non-CLP Tracking
System for Fund-Lead activities

Description of Material Weakness and its Impact on Agency Operations:  The non-
CLP Tracking System is to track and monitor non-CLP  analytical service
activities as required in CSWER Directive 9240.0-2.

Work Plan I:  01385

Functional Category in Statistical Summary:  Program Management

Appropriation/Program Element : Superfund; 68/20X8145/TFAY9A

Administrative Activity/Program Activity:  Program Activity

Year Identified:  1991

Source of Discovery:  OIG Audit: FMFIA Audit of the  CLP  (Willis Greenstreet
Report)

Original Target Correction Date:  02/15/93

Targeted Correction Date in Last Year's Report;  N/A

Current Target Date;  02/15/93

Reason for Change in Date(s):  N/A

Critical Milestones in Planned Corrective Action:

A.   Completed Act ions /Events: None


B.   Planned Actions/Events  (Short-Term - Next 12 Months) :

  M/S # MILESTONE TITLE                 ORIG      PLAN     ACTUAL    DOLLARS/FTE

  M 001 INITIATE SYSTEM IMPLEMENTATION  10/01/91  10/01/91    /   /

  M 002 COMPLETE SYSTEM IMPLEMENTATION  09/30/92  09/30/92     /   /

C.   Planned Actions/Events   (Longer Term)-;"

  M/S # MILESTONE TITLE                  ORIG     PLAN       ACTUAL  DOLLARS/FTE


                                      D-18

-------
                                                                        Ffe-  J.-I

                                                           attachment 1
                                                         Attachment  D
         PART THO:  DESCRIPTION OF  ONCORR1CTED MATERIAL WEAKNESSES

  M/S I MILESTONE TITLE                   ORIG      PLAN     ACTUAL  DOLLARS/FTE

  M 003 DRAFT AICR REPORT  ON  SYSTEM      11/30/92   11/30/92    /  /

  M 004 FINALIZE AICR REPORT  ON SYSTEM    01/15/93   01/15/93    /  /

  M 005 VERIFICATION OF COMPLETION        02/15/93   02/15/93     /  /

Validation Proce»« to be Used:   To  be determined.

Correctiv* Action Plan Status Updates:

o    September 30, 1991 Status  Dpdate:  Report is  still confidential  as  of
     09/30/91 and will not be released until mid-October.  At  that time,  a mor<
     definite workplan will be  prepared and will be outlined in Ql CATS  update

o    December 31. 1991 Status Update:  Implementation of the non-CLP
     tracking system, developed to  track  and monitor non-CLP analytical
     service activities has been initiated in nine  regions.

  M/S #  MILESTONE TITLE             ORIG      PLAN      ACTUAL    DOLLARS/FTE

  M 001  INITIATE SYSTEM             10/01/91  10/01/91  10/01/91

o    March 31,  1992 Status Update:

     June 30, 1992  Status Update:

o    September 30, 1992 Status  Update:
                                      D-19

-------
                                                              attachment  1
                                                         Attachment D
         PART TWO:  DESCRIPTION OF  ONCORRECTED MATERIAL WEAKNESSES

 CATS  Trackj nij MumH^r;  Not Assigned

 Assessable Unit/AU f:  OERR/HSED/1901

 Title of Material Weakness   Contract  Lab  Program;    Consider  Usefulness  of
 GOCO's  to Provide Analytical Services

 Description of Material Weakness  and its Impact  on Agency  Operations:  A
 National Task Force was established in April  1991 to  develop a long-term
 strategy for the delivery of analytical services.  The  task force determined
 that  three workgroups were necessary for the  initial  stages of the strategy
 development.  These workgroups were established  to provide assistance  to  the
 task  force in issue definition, data gathering,  analysis on collected  data; anc
 presentation of the findings on topic  areas.  The task  force will then identify
 options or alternative delivery systems for analytical  services.  The
 alternatives will be evaluated utilizing criteria that  will include pros  and
 cons  of each of the alternatives.   It  is anticipated  that  the  usefulness  of
 GOCOs will be evaluated in this process.

 Work  Plan »:  01394

 Functional Category in Statistical  Summary:   Program  Management

 Appropriation/Proaram Element: Superfund;  68/20X8145/TFAY9A

.Administrative Activity/Program Activity:  Program Activity

 Year  Identified:  1991

 Source  of Discovery:  DIG Audit:  FMFIA Audit  of  the CLP (Willis Greenstreet
 Report)

 Original Target Correction Date:  03/30/93

 Targeted Correction Date in Last  Year's Report:  N/A

 Current Target Date:  03/30/93

 Reason  for Change in Date(s);  N/A

 Critical Milestones  in Planned Corrective  Action:

 A.    Completed Actions/Events: None


 B.    Planned Actions/Events  (Short-Term  -  Hext  12 Months):
                                      D-20

-------
                                                                      Pg.  15
                                                        attachment 1
                                                       Attachment D
       PART TWO;  DESCRIPTION OF UNCORRECTED MATERIAL WEAKNESSES
   M/S  I   MILESTONE  TITLE

   M  001   TASK  FORCE SCOPE
          ALTERNATIVE

   M  002   TASK  FORCE EVALUATE
          ALTERNATIVES

   M  003   TASK  FORCE RECOMMEND
          ALTERNATIVE
ORIG

04/15/92


06/30/92


07/30/92
M 004  STEERING COMMITTEE REVIEW  08/15/92
       ALTERNATIVE

M 005  CONCURRENCE ON ALTERNATIVE 08/30/92

M 006  DELIVERY OF ANALY.SERV     09/30/92
       STRAG COMPL
PLAN      ACTUAL

04/15/92    /  /


06/30/92    /  /


07/30/92    /  /


08/15/92    /  /


08/30/92    /  /

09/30/92    /  /
                                                                  DOLLARS/FTE
                                                                 DOLLARS/FTE
  C.   Planned Actions/Events   (Longer Term):

  M/S I  MILESTONE TITLE             ORIG      PLAN      ACTUAL

  M 007  VERIFICATION OF COMPLETION  03/30/93  03/30/93     /   /

Validation Process to be Used:  To be determined

Corrective Action Plan Status Updates:

o    September 30, 1991 Status Update;  Report is still  confidential  as  of
     09/30/91 and will not be released until mid-October.   At  that time,  a more
     definite workplan will be prepared and  will be  outlined in  Ql CATS  update.

o    December 31, 1991 Status Update:  No activity occurred during this
     quarter.  Work scheduled to  commence in April 1992.

o    March 31. 1992 Status Update:

o    June 30, 1992  Status Update:

o    September 30, 1992 Status Update:
                                    D-21

-------
                                                                      pg.  ID

                                                              attachment 1


                                                         Attachment D
         PART TWO;  DESCRIPTION OF UNCORRECTED MATERIAL WEAKNESSES

CATS Tracking Number;  Not Assigned

Assessable Dnit/AU i:  OERR/HSED/1901

Title of Material Weakness:  Contract  Lab  Program:   Study Potential Conflict o
Interest issues in Delivery of Analytical  Services Contract

Description of Material Weakness and its Impact on Agency Operations;  A
National Task Force was established in April  1991 to develop a  long-term
strategy for the delivery of analytical services.  The  task foiue ueLerruined
that three workgroups were necessary for the  initial stages of  the strategy
development.  These workgroups were established to provide assistance to  the
task force in issue .definition, data gathering, analysis on collected data/ an
presentation of the findings on topic  areas.  The task  force will then  identif
options or alternative delivery systems for analytical  services.  The
alternatives will be evaluated utilizing criteria that  will include pros  and
cons of each of the alternatives.  It  is anticipated that conflict-of-interest
issues will be part of the evaluation  criteria.

Work Plan »:  01395

Functional Category in Statistical Summary:   Program Management

Appropriation/Program Element: Superfund;  68/20X8145/TFAY9A

Administrative Activity/Program Activity:  -Program Activity

Year Identified:  1991

Source of Discovery:  DIG Audit: FMFIA Audit  of the  CLP  (Willis Greenstreet
Report)

Original Target Correction Date:  12/30/92

Targeted Correction Date in Last Year's Report:  N/A

Current Target Date:  12/30/92

Reason for Change in Date(s):  N/A

Critical Milestones in Planned Corrective  Action:

A.   Completed Actions/Events: None


B.   Planned Actions/Events  (Short-Term - -Wext 12 Months):

  M/S # MILESTONE TITLE                  ORI3    FLAN     ACTUAL   DOLL'   'FT:


                                      D-22

-------
                                                                         Pfe-  A'

                                                           attachment 1


                                                          Attachment O
          PART TWO:   DESCRIPTION OF UNCORRECTED MATERIAL WEAKNESSES

   M/S  #  MILESTONE  TITLE                 ORIG      PLAN      ACTUAL  DOLLARS/FT

   M 001  TASK  FORCE  SCOPE  ALTERNATIVE     04/15/92  04/15/92     /   /

   M 002  TASK  FORCE  EVALUATE               06/30/92  06/30/92     /   /
         ALTERNATIVES

   M 003  TASK  FORCE  RECOMMEND              07/30/92  07/30/92     /   /
         ALTERNATIVE

   M 004  STEERING COMMITTEE REVIEW         08/15/92  08/15/92     /   /
         ALTERNATIVE

   M 005  CONCURRENCE ON  ALTERNATIVE        08/30/92  08/30/92     /   /

   M 006  DELIVERY OF ANALYT SERV           09/30/92  09/30/92     /   /
         STRAG COMP

C.   Planned Actions/Events   (Longer Term):

  M/S #  MILESTONE TITLE                   ORIG       PLAN      ACTUAL DOLLARS/FT:

  M  007  VERIFICTAION OF COMPLETION        12/30/92  12/30/92     /   /

Validation Process  to be Used:   To be determined

r  'rective Action Plan Status Updates:

o    September 30.   1991 Status Update:  Report  is still  confidential  as of
     09/30/91 and will not be released until mid-October.  At that  time, a mor<
     definite workplan will be prepared and  will  be outlined in Ql  CATS update

o    December 31, 1991 Status Update:  No activity occurred  during  this
     period.  Work  scheduled to  commence  in  April 1992.

o    March 31. 1992  Status Update:
      i
o    June 30, 1992   Status Update:

o    September 30,   1992 Status Update:
                                      D-23

-------
                                                               attachment 1
                                                         Attachment D
         PART TWO;  DESCRIPTION OF DNCORRECTED MATERIAL WEAKNESSES
CATS Tracking N*""^a3r:  Not Assigned

Assessable Onit/AU •;  OERR/HSED/1901

Title of Material Weakness;  Contract Lab Program:  Review Paperwork Burden in
the CLP to Eliminate Duplicate and Unnecessary Paperwork

Description of Material Weakness and its Impact on Agency Operations;   In
October 1991, AOB tasked Sample Management Office to reduce duplicate and
unnecessary paperwork related to the CLP.  This task has resulted in a  50%
reduction in paper at the WIC related to the CLP.  In  1990, AOB initiated a
similar request to NEIC, which resulted in reducing the CLP data package
paperwork.  In October 1991, AOB requested NEIC to reassess the documentation
needed for evidentiary purposes.  AOB has also begun to implement a new
analytical service, which uses electronic data largely in place of hardcopy
data.  AOB will review other sources of paperwork burden related to accessing
analytical services, quality assurance, and data review.

Work Plan »:  01414

Functional Category in Statistical Summary;  Program Management

Appropriation /Program Element ; Superfund; 68/20X8145/TFAY9A

Administrative Activity/Program Activity;  Program Activity

Year Identified:  1991

Source of Discovery:  OIG Audit: FMFIA Audit of the CLP  (Willis Greenstreet
Report)

Original Target Correction Date:  In progress

Targeted Correction Date in Last Year's Report:  N/A

Current Target Date:  In progress

Reason for Change in Date(s):  N/A

Critical Milestones in Planned Corrective Action:

A.   Completed Act ions /Events : None


B,   Planned Actions/Events  (Short-Term - Next 12 Months) :

  M/S *  MILESTONE  TITLE                ORIG     PLAN      ACTUAL   DCLLARS/FTE
                                      D-24

-------
                                                        attachment 1
                                    ,           Attachment D
PART TWO:  DESCRIPTION OF ONCORRECTED MATERIAL WEAKNESSES
                                                  ACTUAL  DOLLARS/FTE
                                                          DOLLARS/FTE
  M/S #  MILESTONE TITLE                 ORIG     PLAN

  M 001  EVALUATE PAPERWORK REDUCTION      /   /      /   /       /   ,
         OPPORTUNITIES

  M 002  IMPLEMENT RECOMMENDATIONS         /   /      /  /      /   ,

  M 003  COMPLETE CORRECTIVE ACTION        /   /      /  /      /   ,
         IMPLEMENTATION

C.   Planned Actions/Events   (Longer Term);

 M/S #  MILESTONE TITLE                ORIG      PLAN     ACTUAL

 M 004  COMPLETE TQM PILOT             10/30/92     /   /      /   /

Validation Process to be Used:  To be determined.

Corrective Action Plan Status Updates:

o    September 30. 1991 Status Update:  Report is still confidential as of
     09/30/91 and will not be released until mid-October.  At that time, a more
     definite workplan will be prepared and will be outlined  in  Ql CATS update.

o    December 31.  1991 Status Update:  Completion of this workplan
     requires additional resources.  We are committed  to completion of the
     workplans and expect to have resources available  in the  near future.
     Specific milestone dates will be provided by October 15, 1992.

o    March 31, 1992 Status Update;

o    June 30, 1992  Status Update:

o    September 30. 1992 Status Update:
                             D-25

-------
                                                                          pg-
                                                                 attachment 1
                                                          Attachment D
         PART TWO:  DESCRIPTION OF  UNCORRECTED MATERIAL WEAKNESSES

CATS Tracking N\*T"**er:  Not Assigned

Assessable Unit/AU f:  OERR/HSED/1901

Title of Material Weakness:  Contract  Lab  Program:   Consider  Use  of a Regional
Analytical Budget to Act as an  Incentive to  Collect  only Needed Data

Description of Matarial Weakness and its Impact on Aoancv Operations:   in  1986,
the Agency instituted the DQO process  to plan  for the  collection  of
environmental data, and which results  in an  optimized  sampling  and analysis
plan. The current use of the DQO process already ensures that only needed  data
is collected, regardless of where the  analytical services budget  is located.
AOB can currently provide the Regions  with information on what  they are
spending, on a site-specific basis, since  all  CLP invoice processing is on a
site-specific basis as needed for cost  recovery purposes.  AOB  will evaluate
the pros and cons of Regional analytical services budgets.

Work Plan »:  01410

Functional Category in Statistical  Summary:  Program Management

Appropriation/Program Element:  Superfund;  68/20X8145/TFAY9A

Administrative Activity/Program Activity:  Program Activity

Year Identified:  1991

Source of Discovery:  OIG Audit: FMFIA  Audit of the CLP  (Willis Greenstreet
Report)

Original Target Correction Date:  In progress

Targeted Correction Date in Last Year's Report:  N/A

Current Target Date;  In progress

Reason for Change in Date(s):   N/A

Critical Milestones in Planned  Corrective  Action:

A.   Completed Actions/Events;  None


B.   Planned Actions/Events (Short-Term -  Next 12 Months):

  M/S # MILESTONE TITLE                 ORIG      PLAN     ACTUAL   DOLLARS/FTE

  M 001 INITIATE EVALUATION STUDY        /  /       /   /      /   /


                                      D-26

-------
                                                                attachment 1



                                                         Attachment O
          PART TWO:   DESCRIPTION OF UKCORRZCTZD MATERIAL WKAKMISSES

   M/S  I  MILESTONE TITLE                 ORIG       PLAN     ACTUAL  DOLLARS/FTE

   M  002  DETERMINE OPTIONS                  /   /     /  /      /   /

   M  003  MAKE  RECOMMENDATIONS               /   /     /  /    .  /   /

   M  004  CONSULT WITH ASAC                  /   /     /  /      /   /

   M  005  DRAFT EVALUATION REPORT           /   /     /  /      /   /

   M  006  FINAL EVALUATION REPORT           /   /     /  /      /   /

   M  007  IMPLEMENT RECOMMENDATIONS          /   /     /  /      /   /

   M  008  COMPLETE CORRECTIVE ACTION         /   /     /  /      /   /
         IMPLEMENTATION

  M  009 VERIFICATION OF COMPLETION         /   /      /  /      /   /

C.   Planned Actions/Events   {Longer Term):


Validation Process to be Used:  To be determined.

Corrective Action Plan Status Updates:

     September 30,  1991 Status  Update:  Report  is still confidential as of
     09/30/91 and will not be released until mid-October.   At  that time, a more
     definite workplan will be  prepared and will be outlined in Ql CATS update.

o    December 31,  1991 Status Update:  Completion of this workplan
     requires additional resources.  We are committed to completion of the
     workplans and expect to have resources available in the near future.
     Specific milestone dates will be provided  by October 15,  1992.

o    March 31. 1992 Status Update;

o    June 30. 1992  Status Update:

o    September 30,  1992 Status  Update:
                                      D-27

-------
                                                             attachment 1
                                                         Attachment D
         PART TWO;  DESCRIPTION OF ONCORRECTED MATERIAL WEAKNESSES
CATS Track?"'! MmnK^r;  Not Assigned

    ssable Unit/AU t:  OERR/HSED/1901
Title of Material Weakness ;  Contract Lab Program: Develop Process to  Insure
Laboratories are not Paid  for Unusable Data or Data  in Error

Description of Material Weakness and its Impact on Aoencv Operations;   In 1988,
AOB incorporated liquidated damages provisions into  CLP contracts which ensure
that full payment is not made for non-compliant data.  In addition, AOB has
instituted a process by which further deductions can be made than allowed by
liquidated damages  (called the "Reduced Value" process) .  AOB will review its
present systems for effectiveness and revise  if necessary.

Work Plan *;  01409

Functional Category in Statistical Summary:   Program Management

Appropriation/Program Element : Superfund; 68/20X8145/TFAY9A

Administrative Activity/Program Activity:  Program Activity

Year Identified:  1991

Source of Discovery:  OIG Audit: FMFIA Audit  of the  CLP  (Willis Greenstre^
Report)

Original Target Correction Date:  In progress

Targeted Correction Date in Last Year' a Report :  N/A

Current Target Date:  In progress

Reason for Change in Date(s):  N/A

Critical Milestones in Planned Corrective Action:

A. -  Completed Act ions /Events : None


B.   Planned Act ions /Events  (Short-Term  - Next 12 Months) :

 M/S #  MILESTONE TITLE               ORIG      PLAN    ACTUAL    DOLLARS /FTE

 M 001  EVALUATE CURRENT SYSTEM          /   /       /   /      /   /

 M 002  OBTAIN DATA ON NON-COMPLIANCE    /   /       /   /      /   /

 M 003  IMPLEMENT CHANGES                /  _i       II      ;   /

                                      D-28

-------
                                                                   attachment 1
                                                         Attachment 0
         PART TWO:  DESCRIPTION OF UNCORRECTED MATERIAL WEAKNESSES

  M/S #  MILESTONE TITLE               ORIG    "  PLAN     ACTUAL    DOLLARS/Fl

  M 004  COMPLETE CORRECTIVE ACTION       /   /       /   /      /   /
         IMPLEMENTATION

  M 005  VERIFICATION OF COMPLETION       /   /       /   /      /   /

C.   Planned Actions/Events  (Longer Tern);


Validation Process to be Used:  To be determined.

Corrective Action Plan Status Updates:

o    September 30. 1991 Status Update:  Report is still confidential as of
     09/30/91 and will not be released until mid-October.  At that time, a mor
     definite workplan will be prepared and will be outlined in Ql CATS update

o    December 31. 1991 Status Update;  Completion of this workplan
     requires additional resources.  We are committed to completion of the
     workplans and expect to have resources available in the near future.
     Specific milestone dates will be provided by October 15, 1992.

o    March 31,  1992 Status Update:

o    June 30, 1992  Status Update:

     September 30, 1992 Status Update:
                                      D-29

-------
                                                                 atttachment 1
                                                         Attachment  D
         PART TWO;  DESCRIPTION OF UNCORRECTEP MATERIAL WEAKNESSES
CATS Tracking Nitw|*^r :  Not Assigned

Assessable Unit/AU t;  OERR/HSED/1901

Title of Material Weakness:   Contract  Lab  Program;   Investigate  Use  of
Performance Bonds to Increase Laboratory Accountability

Description of Material Weakness and its Impact  on Agency  Operations:  CLP
contracts are IFB contracts.  IFBs were determined to be the  most appropriate
contracts for acquiring labOiaLwry services on an "as needed" basis.   In  mid-
1990, AOB was informed by CMD that performance bonds  are for  construction
contracts and not appropriate for IFB contracts.  AOB will again  seek an
interpretation from CMD and evaluate the pros and cons requiring  laboratories
to post performance bonds.

Work Plan »:  01408

Functional Category in Statistical Summary;  Program  Management

Appropriation/Program Element ; Superfund; 68/20X8145/TFAY9A

j^rftn^ nistr at ivc Activity/Proof*"* Activity;   Program Activity

Year Identified;  1991

Source of Discovery:  DIG Audit: FMFIA  Audit of  the CLP  (Willis Greenstreet
Report)

Original Target Correction Date :  In progress

Targeted Correction Date in Last Year's Report:  N/A

Current Target Date:  In progress

Reason for Change in Date(s);  N/A

Critical Milestones in Planned Corrective Action:

A.   Completed Actions/Events: None


B.   Planned Actions/Events  (Short -Term - Next 12 Months) :

  M/S #  MILESTONE TITLE                ORIG      PLAN     ACTUAL    DOLLARS /FT!

  M 001  OBTAIN CMD POSITION ON           /' /       /   /       /  /
         APPLICABILITY

  M 002  EVALUATE PROS AND  CONS           /_ /       /   /       /  /

                                      D-30 "

-------
                                                             attachment 1


                                                          Attachment D
          PART TWO;   DESCRIPTION OF UNCORRECTED MATERIAL WEAKNESSES

   M/S  I   MILESTONE  TITLE               ORIG      PLAN    ACTUAL    DOLLARS/FT!

   M 003   DRAFT AICR                     /   /       /   /      /  /

   M 004   FINAL AICR                     /   /       /   /      /  /

   M 005   COMPLETE CORRECTIVE ACTION     /   /       /   /      /  /
          IMPLEMENTATION

   M 006   VERIFICATION OF COMPLETION     /   /       /   /      /  /

C.   Planned Actions/Events   (Longer Term);


Validation Process  to be Used:   To  be determined.

Corrective Action Plan Status Updates:

o    September 30,  1991  Status Update:  Report  is  still  confidential  as of
     09/30/91 and will not be released until mid-October.  At that time, a mon
     definite workplan will be prepared and will be outlined in Ql CATS update

o    December 31,  1991 Status Update:  Completion  of this workplan
     requires additional resources.  We are committed to completion of the
     workplans and  expect to have the resources available in the near
     future.  Specific milestone dates will be provided by October 15,
     1992.


o    March 31. 1992 Status Update:

o    June 30,  1992  Status Update:

o    September 30,  1992  Status Update;
                                      D-31

-------
                                                                          ffa • -

                                                              attachment 1
                                                         Attachment D
         PART TWO;  DESCRIPTION OF ONCORRECTED MATERIAL WEAKNESSES
T    an
                       Not Assigned
Assessable Unit/AU i:  OERR/HSED/1901

Title of Material Weakness:  Contract  Lab Program;   Improve Communications  wit!
Regions on Non-Compliance with CCS Requirements

Description of Material Weakness and its Impact on Agency Operations;  AOB  has
been providing the CCS reports to the  Regional CLP TPO three times  a week
immediately after the screening is completed  foi  the past several years.  AOB
will evaluate its present procedures for effectiveness and implement any needec
changes.

Work Plan f ;  01407

Functional Category in Statistical Summary:   Program Management

Appropriation/Program Element ; Superfund; 68/20X8145/TFAY9A

Administrative Activity/Program Activity;  Program Activity

Year Identified;  1991

Source of Discovery:  OIG Audit: FMFIA Audit  of the CLP  (Willis  Greenstr'
Report)

Original Target Correction Date:  In progress

Targeted Correction Date in Last Year's Report:   N/A

Current Target Date:  In progress

Reason for Change in Date (a):  N/A

Critical Milestones in Planned Corrective Action;

A.   Completed Actions/Events : None


B.   Planned Actions/Events  (Short-Term - Next 12 Months) :

 M/S #  MILESTONE TITLE                ORIG-      PLAN     ACTUAL   DOLLARS /FTE

 M 001  INITIATE EFFECTIVENESS STUDY      /   /     /   /       /   /

 M 002  COMPLETE SURVEY  INSTRUMENT        /'  /     /   /       /   /

 M 003  SEND SURVEY  INSTRUMENT            /   /     /   /       /   /
        TO REGIONS

                                       D-32

-------
                                                                      Pg- 27
                                                         Attachment D
         PART TWO;  DESCRIPTION OF UNCORRECTED MATERIAL WEAKNESSES

 M/S  I  MILESTONE TITLE                ORIG      PLAN     ACTUAL   DOLLARS/FT:

 M 004  EVALUATE SURVEY FINDINGS         /  /        /   /      /   /

 M 005  FINAL REPORT                     /  /        /   /      /   /

 M 006  IMPLEMENT FINDINGS               /  /        /   /      /   /

 M 007  COMPLETE CORRECTIVE ACTION       /  /        /   /      /   /
        IMPLEMENTATION

 M 008  VERIFICATION OF COMPLETION       /  /        /   /      /   /

C.  Planned Actions/Events   (Longer Term):


Validation Process to be Used:  To be determined.

Corrective Action Plan Status Updates:

o    September 30,  1991 Status Update:  Report is still confidential as of
     09/30/91 and will not be released until mid-October.  At that time, a mon
     definite workplan will be prepared and will be outlined in Ql CATS update

o    December 31.  1991 Status Update:  Completion of this workplan
     requires additional resources.  We are committed to completion of the
     workplans and expect to have the resources available in the near
     future.  Specific milestone dates will be provided by October 15,
     1992.

o    March 31,  1992 Status Update:

o    June 30, 1992  Status Update:

o    September 30,  1992 Status Update:
                                      D-33

-------
attachment 1
u a
§ *
u
1±

at a
O
a
3
|
-
«- 2
2|
2s-
I.KAI>
OFFICE






C/3
z
RECOMMENDATIO


|i

SSSRS
«K C* 2  Complete effecliveness review
Brief niaiiagciiu-nl of findings
1 Kfvisc procedures
' Implttiirnl ri-visi-d priKedures


n

S««ss8
«5 w S ? s\ ®



s
& -1

N

}|Jt
at < O as

^2
^j
3»
*
•c
e-
.3
.valualr usefulness of unannounced/'
Cey Milestones:
Prepare audit plan
Initiate audits
Complete audits
Complete draft AICR report
Complete final AICR report
Implement findings


« e

~85 2S!^
^ o o S £5 ^




S ll
< o a
§
«
IL
»> g «
li!
< O flQ
"" <^ i
s "c 0.
J£ 2-0
.2 &.E
1 |s
M U —
fe ^
e * 5 u S V3
Expand use of Performance Evaluati
onsider using double-blind samples.
Cey Milestones:
» Cwnplete validation study of indie
» Complete feasihilily of preparing (
samples
» Pn-pare draft guidance on PES us
» ('iini|»lftf final guidance on PES u
» Dcvflnp silc-tiilegory PES
» Implement IIM- ol' silc-cali-gory PE


-------

RECOMMENDATIONS
4. Improve communications with Regions on non-
compliance with Contract Compliance Screen
(CCS)requiremenls.
Key Milestones:
Initiate effectiveness study
Complete survey instrument
Evaluate survey findings
Complete final report
Implement recommendations
5. Support EMSL-LV to develop trend analyses which
can he used to identify problem laboratories.

Key Milestones:
Initiate dataha.sc construction
Identify laboratory performance parameters
Develop prototype system
Test prototype laboratory performance data base
system
Issue status reports
Issue annual report
Participate in Hazardous Waste Research
Committee Meeting
6a. Shift greater responsibility for data accuracy and
timeliness to contract laboratories.

Key Milestones:
Begin implementation of Agency Standard
Distribute CCS software
Complete implementation of Agency Standard
Incorporate sdf-CCS requirements in contracts
Coinptfle M'lT CCS rci|iiiriiiifnls
I.KAI>
01- KICK
Analytical
Operations
Branch






EMSL-LV/
Analytical
Operations
Branch









Analytical
Operations
Branch






CONTACT
PKKSON









Iliatt
Fisk











risk









IHCUVKKABIJL
AICR






SOP

AICR












AICR



Modify
contract

Modify
contract
ORIGINAL
DATE


























4/92
6/92
9/92
1/93
10/93
CURRENT
DATE


























4/92
6/92
9/92


ACTUAL
DATE































              0)
              o
              ID
              a
                  •o
                  Oc
Page 2

-------
                                           attachment 1
Is
52
 *-
*
            £
            a
                                        ac
i
    Of
    u
                  £
                  !»
5s
U
                                  .1
                                  J
    Iflli
    c 5. 2 o 5
    < O aa u u
                  u
C/5


O

H

^
COM
    f
    i
            j

            o


              SE
              ' <
               i
                 i

                 i
                K £
                ^ E
                  -

                  1
                                        §  O. s i
      s
                  S£  fi I ?
                  " S  s i L. >•

                  "*  I i -g -   «

                  It  Illl? ll
                  5:2
                  T .i
                  a £
                                           .
                                   1  IMfls;
                                   a-l  2*|-^:
                                   tl  lllllj
                                          8 5 » £•
                                        •  • • •

-------
         f t> •
attachment 1
3 t[]
ll
ORIGINAL
DATE
5
K
I
i
us
58
C £
w
« M
< £
i!




RECOMMENDATIONS









at
<




•i-L
111
< O a
hi
i
v C
paperwork burden in CLP to eliminat
e and unnecessary paperwork.
eslones:
plete QTM pilot
nate CLP and evidentiary paperwork
ction opportunities
plete Sample Management Office pape
ction initiative
E J Sf2|||
5^ g V
it ^ >c • • •
^



g
TB  *>
U tt




3.1^
fll
< O es
•o "8
1 =
a -0
process to insure laboratories are not
in error or is otherwise unusable.
eslones:
i.ilf i-dcxliveiiev. of existing system
in data on non uimpliame, defects, re
, ;ind non-payment
iimiil changes to present system
S-3 S •= 5 3 "5.
1-8 *£|2j
£ k *J
O




M> 41
• >
f 'f
So

s
flV
z
•is
0 g _ 0
u — o u
e« o a. v*
X U U S
^§
i 5 s

O process to restrict data collection to
i needed to support decision. Elimina
collection, analytical and data validati
lestones:
ite devdopment of questionnaires
5? t »* 5 '•=
a-31a 7,'J
^ _2 S S ,*j
^ -


















Iuct interviews
plete first draft DQO guidance
ulate to workgroup for comment
ibute second draft DQO guidance
final OSWER DQO guidance
e § .S .2 1
UUUQ S




-------
          Pg- 32
attachment 1
u a
i*
1=
u
IP
•J <

3
I
§!
ll
= S
— i



z
RECOMMENDATIO








e
.2
ll
ExJ tf


3.1
111
3
e o
•5 |
•o 1

Consider use of a Regional analytical
n incentive to collect only needed da
Cey Milestones:
Initiate evaluation study
Delermine options and make recon
Consults with ASAC
Draft evaluation report
Final evaluation report
Implement recommendations





„,„„

r^i *r> \o
3 -
•E.S-
^5 H
a.
U
.iL


L.
O
1
il
e
issign national program leadership 1
Manager in OERR.
Cey Milestones:
» IVcpare orgaiiiuition plan
> Approve organi/^ilion plan
» Implement organization plan


ss?s? »
« S S 2

^^^ g.

f> ve ao S

i!
t
ll
ijL
< O eo

« fa
S H
J i I I g
•- E s * R
Istahlish a national reporting system
IA/OSWER and OD/OERR.
Cey Milestones:
» Identify reporting elements and fo
» Develop draft senior level managa
» Obtain approval for senior level m
reports
• Implement national reporting sysl<
2

-------
attachment I
n
i*
M
U
J
~ <
Is
1
2
>
•*
s
< ?
ii

'J

5 ±
± i



RECOMMENDATIONS






S S 5 ^

s'l
'£ •«•
li
B.


U
"3 2

•s |§
< o »
e -
J5 l£
^. «M
kn:ily/« AOB's workload and develop a stalling
fhich provides adequate slalT.
Cey Milestones:
> Determine staffing levds and organizational
structure
> Submit draft staffing •ssessment to OC/Budge
review
> Seek approval for organization plan
» Implement staffing/organizational
recomniendal ions


IS
^ ^ ?
?J
^ ««
^ ^^
S
|
e t
s ~
u a
3 a
I -

f- U

U

1

iC
up|M»rl KMMC elfort regarding feasibility of an
;i'A National Accreditation Pnigram.
^vy MiU-sloiu-s:
• r.iiluipaU on Ihrtr workgniup meeliligs
• ( oiiiplele dial! roiiiinillee report on allernaliv
scope, elemeiils and cost
> Complete final committee report
\fl ^ d. « « V







***
ffi w 9i b£
J|l|

•g

£

U

1
- a.'
IH
)evdop a process for standardizing the devdopir
nd validation of analytical methods used in the <
Ley Milestones:
» Participate in EMMC workgroup and steering
committee meetings
Develop five pilot standardized methods
Issue five final standardized methods
Sdect new group of candidate methods
Develop new standardized methods
Issue new standardized methods
t-°

-------
attachment 1
ACTUAL
I>AI>:
S"
ii
u
le
'•i <

2 ""
**
X
1
I
Si

•w —

-b
^ *
« A
^



RECOMMENDATIONS




^ 5 f

^ ^.

* ve t-


*f
fi &
,
2
s
S3


!/l
<

|
»•>
nsider usefulness of COCO's to provide ana
vices.
y Milestones:
Develop scope of alternatives for delivery of
analytical services
Evaluate pros and cons of alternatives
|> 	 	 J .. I i. ....... fl!..n«

ae

4 r* r^ w
5«i s;s
•* QO OO 9*

,„ ^^

-90 00 9*













« 1
.S S, K^
Review of recommended alternatives by steei
committee
Obtain concurrence on alternative delivery s
Complete Delivery of Analytical Service (DA
strategy











tfl f
o £
I
z
a
S


C/5
<
—
L.
n
idy potenliul conllicl-of -interest issues in deli
analytical services contracting.
y Milestones:
Same as above

^


?5

s«« ^

"T *^ OS

Ss ^
v? 1
Z H cS"

•ui
g
u
ij
^ S £

5. S
< O as


piemen! the non-CLP tracking system.
y Milestones:
Initiate non-CLP tracking system
Conduct Non-CLP Coordinator meeting
Brief ASAC
Incorporate PRP data
Complete Regional implementation

d

-------
                                                                         pg. 1

                                                                   attachment 1
                                                          Attactuaaat.  D
         PART TWO:   DESCRIPTION OF DNCORRKCTED MATERIAL MKAKMESSES


 CATS  Tracking Mm«H*»--   92-6

 Assessable Unit/AU  f:     OERR/HSCD/1902

 Title of Material Weakness;  Accelerating  Remedial  Cleanups:  Expand  Flexibilit;
 of Design/Construction  contracts

 Description of Material Weakness and  Its Impact on  Agency Operations;    Expand
 flexibility of design/construction contracts.   This project will  develop and
 pilot methods to accelerate  the pace  of remedial actions by proceeding  directl;
 with  on-site cleanup activities following  the  ROD.  Methods to  limit  the desig^
 effort and cost reimbursement  remedial action  contracting will  be examined.

 Workplan »;    1343

 Functional Category  in  Statistical  Summary:  Environmental Impact

Appropriation/Program Element:  Superfund;  68/20X8145/TFAY9A

Administrative Activity/Program Activity:  Program  Activity

Year Identified:  1991

Source of Discovery:  The Superfund 30 Day Study Task Force

0 'qinal Target Correction Date:   09/30/93'

Targeted Correction  Date in  Last Year's Report:   N/A

Current Target Date:  09/30/93

Reason for Change in Date(s):   N/A

Critical Milestones  in  Planned  Corrective Action:

A.   Completed Actions/Events;  None


B.   Planned Actions/Events  (Short-Term -  Next 12 Months):


   M/S I MILESTONE  TITLE         GRIG       PLAN      ACTUAL     DOLLARS/FTE

   M OC1 ESTABLISH  WORKGROUP    11/30/91   11/30/91     / /

   M 002 SCREEN RD  CANDIDATES    01/31/92   01/31/92     / /
                                      D-40

-------
                                                                  attachment 1
                                                         Attachment D
         PART TWO;  DESCRIPTION OF UNCORRZCTED MATERIAL WZAKNTSSES
   M/S #  MILESTONE TITLE

   M 003  DEVELOP
          DESIGN/CONSTRUCTION
          OPTIONS

   M 004  INITIATE WORK AT
          SITES
ORIG      PLAN       ACTUAL

03/31/92  03/31/92     /  /



04/30/92  04/30/92     /  /
                                DOLLARS/FTE
C.   Planned Actions/Events  (Longer Term):
   M/S #  MILESTONE  TITLE

   M 005  EVALUATE EFFECTS CF
          PILOTS

   M 006  VERIFICATION OF
          COMPLETION
ORIG      PLAN       ACTUAL     DOLLARS/FTE

C9/01/93  09/01/93     /  /
09/30/93  09/30/93     /  /
Validation Process to be Used:  To be determined.
Corrective Action Plan Status Updates:
                                $50k/2.0
                                                            TOTAL $50k/2.0
     September 30, 1991 Status Update:  Report was just published October 1,
     1991.

     December 31, 1991 Status Update:  Workgroups were formed  and composed
     of OERR  (HSCD and ERD), PCMD, Regional representatives, and COE.   The
     workgroup developed criteria, screened candidate sites, and selected
     several projects to pilot the new procedures.  The workgroup made
     final recommendations  based upon an evaluation of the  pilot projects.
  M/S #  MILESTONE TITLE

  M 001  ESTABLISH WORKGROUP
     ORIG      PLAN      ACTUAL    DOLLARS/FTE

     11/30/91  11/30/91  12/17/91
o    March 31, 1992 Status Update:

o    June 30. 1992  Status Update:

o    September 30, 1992 Status Update:
                                      D-41

-------
                                                                  attachment 1



                                                         Attachment D
         PART TWO;  DESCRIPTION OF  ONCORRECTED MATERIAL WEAKNESSES

 cATS Tracking Number:  Not Assigned

 Assessable Onit/AU i:     OERR/HSCD/1902

 Title of Material Weakness;   ARCS  Contract Management:  Facilitate
 implementation of revised policy

 Description of Material Weakness and Its Impact on Agency Operations:      To
 facilitate implementation of this revised policy, within 90 days EPA should
 issue guidance to the regions to help them make assignments LO ARCS contractor
 and the Corps.  This guidance should include:
 - Site specific technical, quality, and performance criteria;
 - Emphasis on the Corps'  ability to review the design and construction
 activities of ARCS contractors; and
 - Requirements to ensure  substantive Corps role in remedial designs conducted
 by ARCS contractors where the Corps will carry out the clean-up phase.

Worfcplan »:   01365

Functional Category in Statistical Summary:  Environmental Impact

Appropriation/Program Element: Superfund; 68/20X8145/TFAY9A

Administrative Activity/Program Activity:  Program Activity

Year Identified;  1991

^  .-co of Discovery:  Superfund Management Task Force

Original Target Correction Date; 09/30/92

Targeted Correction Date  in Last Year's Report:  N/A

Current Target Date:  12/31/92

Reason for Change in Date(s);  N/A

 Critical Milestones in Planned Corrective Action:

A.   Completed Actions/Events:  None

   M/S #  MILESTONE TITLE         ORIG         PLAN      ACTUAL    DOLLARS/FTE

   M 001  PREPARE FIRST DRAFT     11/30/91     11/30/91     /   /
          OF GUIDANCE

   M CC2  INCORPORATE COMMENTS    12/21/91     12/31/91     /   /
          ON CRAFT


                                      D-44 "

-------
                                                                   attachment 1
                                                         Attachment D
         PART TWO;  DESCRIPTION OF UNCORRECTED MATERIAL WEAKNESSES
B.   Planned Actions/Events  (Short Tarn  - Next  12 Months!:
   M/S #  MILESTONE TITLE

   M 003  ISSUE REGIONAL
          GUIDANCE
   M 004  HSCD WILL MONITOR
          REMEDIAL DESIGN

   M 005  VERIFICATION OF
          COMPLETION
                             ORIG

                             01/02/92
          PLAN      ACTUAL

          01/02/92    /  7
C.
                             01/30/92     01/30/92    /  /


                             09/30/92    09/30/92     /  /


Planned Actions/Eventa (Longer Term):  None
DOLLARS/FTE
Validation Process to be Used; HSCD staff will conduct onsite  review  of
Regional ARCS project management process.

Corrective Action Plan Status Updates:

o    September 30. 1991, Status Update:  The Superfund Task Force  (Dunne
     Workgroup) has reviewed the ARCS program and will issue a  report  on
     10/02/91.  This report will include a discussion of ARCS  areas of
     vulnerability.  Because of the recent issuance of this report, a  mo^
     specific workplan of corrective action is not available at this  time.
     The first quarter CATS report will contain more detailed  information.

o    December 31, 1991, Status Update:  First draft of guidance has been
     prepared.
  M/S #  MILESTONE TITLE

  M 001  PREPARE FIRST DRAFT
         OF GUIDANCE

  M 002  INCORPORATE COMMENTS
         ON DRAFT
ORIG      PLAN      ACTUAL

11/30/91  11/30/91  11/30/91


12/31/91  01/15/92    /  /
                                                              DOLLARS/FTE
o    March 31, 1992. Status Update:

o    June 30, 1992, Status Update:

o    September 30, 1992, Status  Update:
                                      D-45

-------
                                                                   attachment  1
                                                         Attachment D
          PART TWO:   DESCRIPTION OF ONCORRECTED MATERIAL H1AKMESSES

      Tracking Number;   Not  Assigned

Assessable  Unit/AU  I:     OERR/HSCD/1902

Title of  Material Weakness;  ARCS  Contract Management:  Establish  a National
Target of 15  Percent or Less as Ratio  of ARCS Program Management $ to  total
ARCS  $

Description of Material Weakness and Its Impact on Agency Operations:   EPA
should establish a  national target  of  15 percent or less as the ratio  of
program management  expenditures to  total contract expenditures under ARCS
contracts.  To accomplish this,  contract-specific cost  expenditure targets and
contractor-specific  targets should  be  developed by the  regions with OSWER/OARM
help.

Workplan  t:   01357

Functional  Category  in  Statistical  Summary;  Environmental Impact

Appropriation/Program Element:  Superfund; 68/20X8145/TFAY9A

Administrative Activity/Program Activity:  Program Activity

fear Identified;  1991

Source of Discovery;  Superfund Management Task Force

C.   .inal Target Correction Date: 09/30/92

Targeted Correction  Date in Last Year's Report:  N/A

Current Target Date:  09/30/92

Reason for  Change in Date(s):   N/A

Critical Milestones  in  Planned  Corrective Action:

A.   Completed Actions/Events:  None

B.   Planned Actions/Events (Short  Term - Next 12 Months):
  M/S  #  MILESTONE TITLE         ORIG       PLAN        ACTUAL      DOLLARS/FTE

  M 001  PREPARE POLICY LETTER   12/31/91  ' 01/31/92      /   /

  M 002  CONTRACT AND            01/30/92   02/28/92      /   /
         CONTRACTOR  TARGETS

  M C03  DEVELOP PROGRAM         01/30/92   C3/27/92      /   /
         MANAGEMENT  REPORT

                                      D-46

-------
                                                                 attachment 1
         PART TWO;  DESCRIPTION OF ONCORRECTgP MATERIAL WBAKNBSSES


  M/S I  MILESTONE TITLE         ORIG       PLAN        ACTUAL     DOLLARS/FTE

  M 004  EVALUATE COSTS VERSUS   04/30/92   04/30/92       /   /
         TARGETS

  M 005  VERIFICATION OF         12/31/92  12/31/92        /   /
         COMPLETION

C.   Planned Actions/Events  (Longer Tarn): None


Validation Process to be Used; HSCD staff will conduct onsite review of
Regional ARCS project management process.

Corrective Action Plan Status Updates:

o    September 30. 1991, Status Update:  The Superfund Task Force  (Dunne
     Workgroup)  has reviewed the ARCS program and will issue a report on
     10/02/91.  This report will include a discussion of ARCS areas of
     vulnerability.  Because of the recent issuance of this report, a more
     specific workplan of corrective action is not available at this time.
     The first quarter CATS report will contain more detailed information

o    December 31, 1991,  Status Update;  A policy letter will be prepared
     and sent to regions establishing national target and directing
     development of regional targets.

  M/S #  MILESTONE TITLE             ORIG      PLAN      ACTUAL    DOLLARS/FTE

  M 001  PREPARE POLICY LETTER       12/31/91  01/31/92    /'  /

o    March 31. 1992, Status Update:

o    June 30, 1992, Status Update:

o    September 30, 1992, Status Update:
                                      D-47

-------
                                                                  attachment 1
                                                         Attachment D
         PART TWO:  DESCRIPTION OF UNCORRJBCTED MATERIAL WEAKNESSES

     Tracking Number:  Not Assigned

     sable Unit/AU f ;    OERR/HSCD/1902
Title of Material Weakness:  ARCS Contract Management:  Revise the Program
Management Concept

Description of Material Weakness and Its Impact on Agency Operations:   EPA
should revise the program management concept so that start-up costs,
administrative costs, and other clean-up support costs are classified
separately in future Superfund contracts.

Worfcplan »;    01362

Functional Category in Statistical Summary:  Environmental Impact

Appropriation/Program Element: Superfund/ 68/20X8145/TFAY9A

Administrative Activity/Program Activity:  Program Activity

Year Identified;  1991

Source of Discovery;  Superfund Management Task Force

Original Target Correction Date: 09/30/92

T^-qeted Correction Date in Last Year's Report:  N/A

Current Target Date:  09/30/92

Reason for Change in Date(s):  N/A

Critical Milestones in Planned Corrective Action:

A.   Completed Actions/Events: None

B.   Planned Actions/Events  (Short Term - Next 12 Months):

  M/S #  MILESTONE TITLE       ORIG        PLAN      ACTUAL     DOLLARS/FTE

  M 001  PROGRAM MANAGEMENT    01/30/92    01/30/92    /  /
         STRUCTURE

  M 002  PREPARE OPTION PAPER  02/01/92    02/01/92    /  /
         FOR REVIEW

  M 003  DEVELOP POSITION      C3/3C/92    C3/30/92    /  /
         PAPER


                                      D-48

-------
                                                                    attachment 1
                                                         Attachment D
         PART TWO;  DESCRIPTION OF DNCORRgCTBD MATERIAL WEAKNESSES
\
  M/S I  MILESTONE TITLE       ORIG        PLAN      ACTUAL      DOLLARS/FTE

  M 004  BRIEF LTCS COMMITTEE  04/30/92    04/30/92     /   /

  M 005  VERIFICATION OF       09/30/92    09/30/92     /   /
         COMPLETION

C.   Planned Actions/Events  (Longer Term): None


Validation Process to be Usad: HSCD staff will conduct  onsite  review  of
Regional ARCS project management process.

Corrective Action Plan Status Updates:

o    September 30. 1991. Status Update;  The Superfund  Task  Force  (Dunne
     Workgroup)  has reviewed the ARCS program and will  issue a report on
     10/02/91.  This report will include a discussion of ARCS  areas of
     vulnerability.  Because of the recent issuance of  this  report, a more
     specific workplan of corrective action is not available at this time.
     The first quarter CATS report will contain more detailed  information.

o    December 31.  1991,  Status Update:  No activity occurred during this
     quarter.  Work due to commence in January 1992.

o    March 31. 1992. Status Update:

o    June 30, 1992, Status Update:

o    September 30. 1992, Status Update:
                                      D-49

-------
                                                                        pg. 43

                                                                   attachment 1
                                                         Attachment D
          PART TWO;   DESCRIPTION OF DNCORRECTED MATERIAL WEAKNESSES

 cATS  Tracking Number:   Not Assigned

 Assessable  Dnit/AO  f;     OERR/HSCD/1902

 Title of  Material Weakness:  ARCS  Contract Management:   Encourage  effective
 of ARCS resources

 Description of Material Weakness and  Its  Impact on Agency Operations:    To
 encourage more effective  use of available ARCS  resources, within 60 days EPA
 should leviae Supeifund policy  to  allow regions to select ARCS  or  U.S. Army
 Corps of  Engineers  (Corps) contractors to do design work at  any site and to
 select ARCS or Corps to perform remedial  actions with a  value up to $15
 million.  Under current policy  ARCS cannot be  selected to carry out remedial
 actions with  a value over $5 million.

 Worfcplan  »:    01363

 Functional  Category  in Statistical Summary:  Environmental Impact

Appropriation/Program Element:  Superfund; 68/20X8145/TFAY9A

Administrative Activity/Program Activity:  Program Activity

 fear  Identified:  1991

 Source of Discovery:  Superfund Management Task Force

(^  .final Target Correction Date: 09/30/92

Targeted Correction Date in Last Year's Report:  N/A

Current Target Date;  12/31/92

Reason for  Change in Date(s):   N/A

Critical Milestones  in Planned  Corrective Action;

A.    Completed Actions/Events:   None

 B.    Planned  Actions/Events  (Short  Term - Next  12 Months):

  M/S #  MILESTONE  TITLE         ORIG       PLAN      ACTUAL    DCLLARS/FTE

  M 001  MEET WITH  HEADQUARTERS 12/02/91   12/02/91      /  /
          OFFICE

  M 002   ISSUE POLICY MEMO TO    12/31/91   12/31/91
          REGIONS


                                      D-50 "

-------
                                                                      attachment
         PART TWO:  DESCRIPTION OF UNCORREC

   M/S #  MILESTONE TITLE       ORIG
                                                         Attachment D
                                                              ESSES
   M 003  VERIFICATION OF
          COMPLETION
                                09/30/92


C.   Planned Actions/Events (Longer Term): None
PLAN      ACTUAL

09/30/92    /  /
                                                                 DOLLARS/FTE
Validation Process to be Used: HSCD staff will conduct onsite review of
Regional ARCS project management process.
Corrective Action Plan Status Updates:

o
     September 30.  1991. Status Update:  The Superfund Task Force  (Dunne
     Workgroup)  has reviewed the ARCS program and will issue a report on
     10/02/91.   This report will include a discussion of ARCS areas of
     vulnerability.  Because of the recent issuance of this report, a more
     specific workplan of corrective action is not available at this time.
     The first  quarter CATS report will contain more detailed information.
     December 31. 1991, Status Update:
  M/S #  MILESTONE TITLE

  M 001  MEET WITH HEADQUARTERS
         OFFICE

  M 002  ISSUE POLICY MEMO TO
         REGIONS
                                     ORIG
   PLAN
ACTUAL
DOLLARS
                                     12/02/91  12/02/91  12/02/91


                                     12/31/91  12/31/91  12/10/91
o    March 31. 1992. Status Update:

o    June 30. 1992. Status Update:

o    September 30, 1992, Status Update;
                                      D-51

-------
                                                                 attachment 1



                                                         Attachment  D
          PART TWO;  DESCRIPTION OF ONCORRECTED  MATERIAL WEAKNESSES

 CATS Tracking Number;   Not  Assigned

 Assessable Unit/AU f;     OERR/HSCD/1902

 Title of  Material Weakness; ARCS Contract  Management;   Ensure, a  Balanced
 Construction Management System

 Description of Material Weakness and  Its Impact on Agency Operations;    To
 ensure a  balanced construction  management  system, EPA  should  work with the
 regions and Corps to imprcvc Ccrpc  responsiveness to regional  needs  during
 project design, maintain effective  communications between EPA and the Corps,
 and ensure a substantial and predictable workload for  the Corps  to facilitate
 workload  planning.

Workplan  »;    01366

Functional Category in  Statistical  Summary;  Environmental  Impact

Appropriation/Program Element:  Superfund;  68/20X8145/TFAY9A

Administrative Activity/Program Activity:  Program Activity

Year Identified:  1991

Source of Discovery:  Superfund Management Task Force

'  ?inal Target Correction Date:  09/30/92

Targeted Correction Date  in Last  Year's Report:  N/A

Current Target Date:  12/31/92

Reason for Change in Date(s):   N/A

Critical Milestones in  Planned  Corrective Action:

A.  . Completed Actions/Events;  None

B.   Planned Actions/Events  (Short  Term -  Next  12 Months):

   M/S #  MILESTONE TITLE          ORIG      PLAN      ACTUAL  DOLLARS/FTE

   M 001  ESTABLISH AN  INTERAGENCY  01/31/9-2  01/31/92     /   /
          WORK GROUP

   M 002  DEVELOP IMPLEMENTATION   04/30/92  04/30/92
          PLAN
                                      D-52

-------
                                                                      r o •

                                                              attachment  1
                                                         Attachment D
         PART TWO;  DESCRIPTION OF UNCORRECTED MATERIAL WEAKNESSES

   M/S #  MILESTONE TITLE          ORIG      PLAN       ACTUAL   DOLLARS/FTE

   M 003  VERIFICATION OF          12/31/92  12/31/92      /   /
          COMPLETION

C.   Planned Actions/Events  (Longer Tarn);  None


Validation Process to be Used: HSCD staff will conduct onsite review of
Regional ARCS project management process.

Corrective Action Plan Status Updates;

o    September 30, 1991, Status Update:  The Superfund Task Force  (Dunne
     Workgroup) has reviewed the ARCS program and will issue  a  report on
     10/02/91.  This report will include a discussion of ARCS areas of
     vulnerability.  Because of the recent issuance of this report, a more
     specific workplan of corrective action is not available  at this time.
     The first quarter CATS report will contain more detailed information.

o    December 31,  1991, Status Update:  Activities will begin in January
     1992.  No activity occurred during this quarter.

o    March 31. 1992. Status Update:

o    June 30. 1992, Status Update:

o    September 30, 1992. Status Update:
                                      D-53

-------
                                                                           pg-
                                                                    attachment 1
                                                         Attachment  D
         PART TWO:  DESCRIPTION OF UNCORRECTBD MATERIAL WEAKNESSES
Trackin  Nu
                        Not Assigned
Assessable Pnit/AU f;     OERR/HSCD/1902

Title of Material Weakness:  ARCS  Contract Management:  Assess the Accuracy of
Current Workload Assumption

Description of Material Weakness and  Its  Impact on Agency Operations;   In ordei
to assess the accuracy of current  workload assumptions, EPA  should continue to
monitor the extent to which ARCS contractor capacity  is utilized annually.  If
actual utilization differs substantially  from the projections, EPA should take
action to correct under-  or over-  capacity problems.

Workplan f:    01367

Functional Category in Statistical Summary:  Environmental Impact

Appropriation/Program Element : Superfund; 68/20X8145/TFAY9A

Administrative Activity/Program Activity:  Program Activity

Year Identified:  1991

Source of Discovery;  Superfund Management Task Force

Original Target Correction Date: 09/30/92

T   ated Correction Date  in Last Year7 s Report ;  N/A

Current Target Date:  11/30/92

Reason for Change in Date(s):  N/A

Critical Milestones in Planned Corrective Action:

A.   Completed Act ions /Events:  None

B.   Planned Actions/Events  (Short Term - Next 12 Months) :

  M/S #  MILESTONE TITLE         ORIG      PLAN      ACTUAL    DOLLARS/FTE

  M 001  VERIFY FY91 ARCS       12/31/91   01/24/92    /  /
         CAPACITY

  M 002  REVISE FY92 ARCS       01/31/92   01/31/92    /  /
         PROJECTION MOCE1

  M CC3  EXPAND ARCS PROJECT: ON  C3/21/22   C 3/31/92    /  /
         MCDE1

                                      D-54

-------
                                                         Attachment D     \
         PART TWO;  DESCRIPTION OF ONCORR1CTED MATERIAL WEAKNESSES         v

  M/S I  MILESTONE TITLE         ORIG       PLAN      ACTUAL     DOLLARS/FTi.

  M 004  MONITOR ARCS PROJECTION 04/30/92   04/30/92    /   /
         ACCURACY

•  M 005  VERIFICATION OF         11/30/92   11/30/92    /   /
         COMPLETION

C.   Planned Actions/Events  (Longer Tarn):  None


Validation Process to be Used: HSCD staff will -conduct onsite review of
Regional ARCS project management process.

Corrective Action Plan Status Updates:

o    September 30, 1991. Status Update:  The Superfund Task Force  (Dunne
     Workgroup)  has reviewed the ARCS program and will issue a report on
     10/02/91.   This report will include a discussion of ARCS areas of
     vulnerability.  Because of the recent issuance of this report, a more
     specific workplan of corrective action is not available at this time.
     The first  quarter CATS report will contain more detailed information.

o    December 31.  1991,  Status Update:  In process of verifying FY 1991
     ARCS utilization.  Difficulty in gathering actual workload data frv
     the Regions.

  M/S #  MILESTONE TITLE             ORIG      PLAN      ACTUAL    DOLLARS,

  M 001  VERIFY FY91 ARCS CAPACITY  12/31/91   01/24/92     /  /

o    March 31.  1992. Status Update;

o    June 30, 1992, Status Update:

o    September 30, 1992, Status Update:
                                      D-55

-------
                                                              attachment  1



                                                         Attachment  D
         PART TWO:   DESCRIPTION OF UNCORRBCTED MATERIAL WEAKNESSES

 wATS Tracking N'Tmber:   Not  Assigned

 Assessable Onit/AD  f:     OERR/HSCD/1902

 Title of Material Weakness:  ARCS  Contract Management:  Assess  the Apparent
 Excess  "LOE" Capacity

 Description of Material Weakness and  Ita  Impact on Agency Operations:   EPA
 should  assess the apparent  excess  "level  of effort"  capacity of ARCS
 contractors in the  Region 9/10  western zone.  The Agency shuulu consider
 selective terminations  and  assess  the feasibility of making excess capacity
 available to other  regions  that may have  a shortfall.

 Workplan f:    01368

 Functional Category in Statistical  Summary;  Environmental Impact

Appropriation/Program Element:  Superfund; 68/20X8145/TFAY9A

Administrative Activity/Program Activity:  Program Activity

Year Identified:  1991

 Source of Discovery:  Superfund Management Task Force

Original Target Correction Date: 09/30/92

   jeted Correction Date  in Last Year's Report:  N/A

Current Target Date:  09/30/92

Reason for Change in Date(s):   N/A

Critical Milestones in Planned  Corrective Action:

A.   Completed Actions/Events;  None


E.   Planned Actions/Events  (Short  Term - Next 12 Months);

  M/S #  MILESTONE  TITLE        ORIG       PLAN      ACTUAL     DOLLARS/FTE

  M 001  INTERVIEW  WITH REGION   01/31/92  01/31/92      /  /
         9/10

  M 002  HEADQUARTERS PREPARE    Cl/31/92  --01/31/92     /  /
         POSITION PAPER
                                      D-56

-------
                                                                 attachment 1
                                                         Attachment D
         PART TWO:  DESCRIPTION OF UNCORRECTED MATERIAL MIAKNISSES

  M/S #  MILESTONE TITLE        ORIG       PLAN      ACTUAL     DOLLARS/FTE

  M 003  COMPLETE REGION 9/10   02/29/92   02/31/92    /   /
         ANALYSIS

  M 004  EXPLORE FEASIBILITY OF 03/31/92   03/31/92    /   /
         ADJUSTMENT

  M 005  VERIFICATION OF        08/31/92   08/31/92    /   /
         COMPLETION

C.   Planned Actions/Events (Longer Term):  None


Validation Process to be Used: HSCD staff will conduct onsite  review of
Regional ARCS project management process.

Corrective Action Plan Status Updates:

o    September 30. 1991. Status Update:  The Superfund Task Force  (Dunne
     Workgroup)  has reviewed the ARCS program and will issue a report on
     10/02/91.  This report will include a discussion of ARCS  areas of
     vulnerability.  Because of the recent issuance of this report, a more
     specific workplan of corrective action is not available at this time
     The first quarter CATS report will contain more detailed  information

o    December 31.  1991, Status Update;  Interview with Region  9/10 during
     regional visit.  Assess the apparent excess "level of effort"
     capacity of ARCS contractors in the Region 9/10 western zone.

 M/S #  MILESTONE TITLE              ORIG      PLAN      ACTUAL    DOLLARS/FTE

 M 001  INTERVIEW WITH REGION        01/31/92  01/31/92  12/18/91

o    March 31, 1992. Status Update:

o    June 30, 1992, Status Update:

o    September 30, 1992, Status Update:
                                      D-57

-------
                                                               attachment  1



                                                         Attacbvaat I)
          PART TWO;   DESCRIPTION OF DKCORREC

  .*TS  Tracking Number;   Not  Assigned

  ssesaable  Unit/AO  f;     OERR/HSCD/1902
Title of Material Weakness;  ARCS  Contract  Management;   Report  ARCS  Contract
Management  as  a Weakness

Description of Material Weakness and  Its  Impact  on Agency Operations;    OSWER
should report  ARCS  contract management  as a material  weakness in  its FY  1991
Federal Managers' Financial Integrity Act (FMFIA) submission.   In addition. r*<
EPA office  responsible for this report  should:
 - Implement corrective actions;
 - Establish a format tracking system that  projects action  dates  and monitors
whether actions are taken as scheduled;
 - Report quarterly to EPA Senior  Council on Management  Controls  on  the  status
of implementation;  and
 - Convene  a work group to evaluate regional issues,  vulnerability assessments
and previous reviews.  Work group  efforts will meet the  FMFIA corrective  actioj
and follow-up  requirements.

Workplan »:    01369

Functional  Category in Statistical Summary;  Environmental  Impact

Appropriation/Program Element; Superfund; 68/20X8145/TFAY9A

Administrative Activity/Program Activity;   Program Activity

^.*r Identified:  1991

Source of Discovery;  Superfund Management  Task  Force

Original Target Correction Date; 09/30/92

Targeted Correction Date in Last Year's Report;  N/A

Current Target Date:  09/30/92

Reason for  Change in Date(s):  N/A

Critical Milestones in Planned Corrective Action;

A.   Completed Actions/Events:   None

B.   Planned Actions/Events  (Short Term - Next 12 Months):

  M/S #  MILESTONE  TITLE           CRIG      PLAN       ACTUAL     DOLLARS/FT!

  M OC1  OSWER IDENTIFIES PROCESS  12/31/91  12/31/91     /  /

                                      D-58 "

-------
                                                                 attachment 1
                                                         Attachment D
         PART TWO;  DESCRIPTION OF UNCORRBCTBD MATERIAL KEAKNBSSES

  M/S #  MILESTONE TITLE           ORIG       PLAN       ACTUAL     DOLLARS/FTE

  M 002  ARCS COUNCIL TO EVALUATE  01/31/92   01/31/92      /   /
         ISSUES

  M 003  TRACKING SYSTEM           01/31/92   01/31/92      /   /
         ON ACTIONS

  M 004  TARGET DATES FOR ACTIONS  04/30/92   04/30/92      /   /

  M 005  REPORTS DOCUMENTING       04/30/92   04/30/92      /   /
         STATUS

  M 006  VERIFICATION OF           09/30/92   09/30/92      /   /
         COMPLETION

C.   Planned Actions/Eventa (Longer Term): None


Validation Process to be Used; HSCD staff will conduct onsite  review of
Regional ARCS project management process.

Corrective Action Plan Status Updates:

o    September 30, 1991, Status Update:  The Superfund Task Force  (Dunne
     Workgroup)  has reviewed the ARCS program and will issue a report  on
     10/02/91.  This report will include a discussion of ARCS  areas of        '""*"
     vulnerability.  Because of the recent issuance of this report, a more
     specific workplan of corrective action is not available at this time.
     The first quarter CATS report will contain more detailed  information.

o    December 31, 1991, Status Update;  Workplan slightly behind schedule.
     No activity occurred during this period.

  M/S #  MILESTONE TITLE             ORIG      PLAN      ACTUAL    DOLLARS/FTE

  M 001  OSWER IDENTIFIES PROCESS    12/31/91  12/31/91     /   /

o    March 31. 1992, Status Update:

o    June 30, 1992. Status Update:

o    September 30. 1992, Status Update:
                                      D-59

-------
                                                                         Pg-

                                                                  attachment 1
                                                          Attachment D
          PART TWO:   DESCRIPTION OF UNCORRECTED MXTERIAL WEAKNESSES

 CATS  Tracking M«»>^T"   Not  Assigned

 Assessable Unit/AD  f;     OERR/HSCD/1902

 Title of  Material Weakness:   ARCS  Contract  Management:   Regional  Administrator
 Establish a Capacity

 Description of Material Weakness and  Its  Impact OB Aaencv Operations;
 Regional  Administrators should  act immediately to establish  a  regional  capacit
 for providing independe/iL y^vej.nment  cost estimates  to  ARCS  contract managers.

 Worfcplan  #:    01370

 Functional Category  in  Statistical Summary:  Environmental Impact

Appropriation/Program Element:  Superfund; 68/20X8145/TFAY9A

Administrative Activity/Program Activity:   Program Activity

Year  Identified;  1991

Source of Discovery;  Superfund Management  Task Force

Original Target Correction Date: 09/30/92

Targeted Correction  Date in Last Year'a Report;  N/A

i  .rent Target Date:  06/30/93

Reason for Change in Date(s):   N/A

Critical Milestones  in  Planned  Corrective Action:

A.   Completed Actions/Events:   None

B.   Planned Actions/Events  (Short Term - Next  12 Months):

  M/S # MILESTONE TITLE           ORIG      PLAN       ACTUAL       DOLLARS/FTE

  M 001 TEAMS MONITOR PLAN         05/31/92  04/31/92     /  /
        TO COMPLIANCE

  M 002 ISSUE OERR DIRECTIVE       12/31/91  02/14/92     /  /

  M 003 REGIONS IMPLEMENT          Cl/31/92  02/14/92     /  /
        REQUIREMENTS

  M CC4 OERR ASSESS  COST ESTIMATE  Cl/31/92  02/14/92     /  /
        TCC1S

                                      D-60

-------
                                                                  attachment 1



                                                         Attachment D      ^
         PART TWO:  DESCRIPTION OF UNCORRECTED MATERIAL WEAKNESSES

  M/S # MILESTONE TITLE           ORIG      PLAN        ACTUAL      DOLLARS/FT!

  M 005 OERR ISSUES DESIGN        08/31/92  08/31/92       /   /
        GUIDANCE

  M 006 IMPLEMENTATION OF REVISED 09/30/92  09/30/92       /   /
        COST


C.   Planned Actions/Events  (Longer Term):

  M/S I MILESTONE TITLE           ORIG      PLAN       ACTUAL     DOLLARS/FTE

  M 007 VERIFICATION OF           06/30/93  06/30/93       /   /
        COMPLETION

Validation Process to be Used: HSCD staff will conduct onsite review of
Regional ARCS project management process.

Corrective Action Plan Status Updates;

o    September 30. 1991.  Status Update;  The Superfund Task Force  (Dunne
     Workgroup)  has reviewed the ARCS program and will issue  a report on
     10/02/91.   This report will include a discussion of ARCS areas of
     vulnerability.  Because of the recent issuance of this report, a more
     specific workplan of corrective action is not available  at this time.
     The first quarter CATS report will contain more detailed information.

o    December 31. 1991. Status Update; OERR directive expected to be
     issued in February 1992.

M/S #  MILESTONE TITLE             ORIG      PLAN      ACTUAL   DOLLARS/FTE

M 002  ISSUE OERR DIRECTIVE        12/31/91  02/14/92    /  /

o    March 31.  1992. Status Update;

o    June 30. 1992. Status Update:

o    September 30. 1992,  Status Update:
                                      D-61

-------
                                                                         pg-  3
                                                                   attachment  1
                                                         Attachment D
         PART TWO;  DESCRIPTION OF UNCORRECTED MATERIAL WEAKNESSES

CATS Tracking Kumher;  Not Assigned

Assessable Unit/AU #:    OERR/HSCD/1902

Title of Material Weakness;  ARCS Contract Management:  Evaluation of the
Quality of Program Management and Reinforce its Policy on the use of Award Fees

Description of Material Weakness and Its Impact on Agency Operations;
Contractors should be evaluated on the quality of both their program management
and remedial work.  The ability of contractors to reduce program management
costs and meet national targets should receive significant consideration in the
award fee process.  EPA should reinforce its policy on the use of award fees to
influence contractor performance by:
 - Suspending the issuance of new site assignments to contractors with
unresolved unsatisfactory performance on prior work assignments;
 - Imposing appropiate sanctions, including termination, on contractors who
persist in their failure to correct deficiencies; and
 - Assigning new site work in FY 1992 to contractors in relation to their
overall performance.

Workplan #'.    01372

Functional Category in Statistical summary-  Environmental Impact

Appropriation/Program Element; Superfund; 68/20X8145/TFAY9A

7   inistrative Activity/Program Activity;  Program Activity

Year Identified;  1991

Source of Discovery;  Superfund Management Task Force

Original Target Correction Date; 09/30/92

Targeted correction Date in Last Year's Report;  N/A

current Target Date;  09/30/92

Reason for Change in Date(s);  N/A

Critical Milestones in Planned Corrective Action;

A.   Completed Actions/Events;    None

B.   Planned Actions/Events  (Short Term - Next 12 Months);

  M/S #  MILESTONE TITLE                ORIG       PLAN     ACTUAL  DOLLARS/FTE

  M 001  TEAM DEVELOP MONITORED PLAN    05/31/92   05/31/92     /  /

                                      D-62

-------
                                                                 attachment 1
         PART TWO;  DESCRIPTION OF UNCORRECTED MATERIAL WEAKNESSES

  M/S I  MILESTONE TITLE                ORIG       PLAN     ACTUAL  DOLLARS/FT

  M 002  GUIDANCE TO MAKE FEE           05/31/92   05/31/92     /  /
         CONSISTENT

  M 003  GUIDANCE TO REMEDIAL MANAGERS  06/30/92   06/30/92     /  /

  M 004  VERIFICATION OF COMPLETION     09/30/92  09/30/92      /  /

C.   Planned Actiona/Events  (Longer Term); None


Validation Process to be Used; HSCD staff will conduct onsite review  of
Regional ARCS project management process.

Corrective Action Plan Status Updates:

o    September 30, 1991, Status Update;  The Superfund Task Force (Dunne
     Workgroup)  has reviewed the ARCS program and will issue a  report on
     10/02/91.  This report will include a discussion of ARCS areas of
     vulnerability.  Because of the recent issuance of this report,  a more
     specific workplan of corrective action is not available at this time.
     The first quarter CATS report will contain more detailed information

o    December 31, 1991, Status Update; No activity occurred during this
     period.  Work due to commence in May 1992.

o    March 31. 1992, Status Update;

o    June 30, 1992. Status Update:

o    September 30, 1992, Status Update:
                                      D-63

-------
                                                                      Pg- 57

                                                                  attachment 1
                                                         Attachment D
         PART TWO:  DESCRIPTION OF  UNCORRECTED MATERIAL WEAKNESSES

 CATS  Tracking Number;  Not Assigned

 Assessable Onit/AU f :    OERR/HSCD/1902

 Title of Material Weakness:  ARCS Contract Management:  Examine  the Division o
 Headquarters and Regional Management Responsibilities

 Description of Material Weakness and Its Impact on Agency Operations:  EPA
 should examine the division of headquarters and regional management
 responsibilities to identify steps  needed to create an  effective central
 mechanism for monitoring, evaluating, and formulation ARCS policy.  An
 implementation plan based on the results of this examination should be
 submitted to the Administrator within the next 120 days.

Workplan »;    01375

Functional Category in Statistical  Summary:  Environmental Impact

Appropriation/Program Element: Superfund; 68/20X8145/TFAY9A

Administrative Activity/Program Activity;  Program Activity

Year  Identified:  1991

Source of Discovery:  Superfund Management Task Force

  'qinal Target Correction Date: 09/30/92

Targeted Correction Date in Last Year's Report:  N/A

Current Target Date:  09/30/92

Reason for Change in Date(s):  N/A

Critical Milestones in Planned Corrective Action:

A. .   Completed Actions/Events: None


B.    Planned Actions/Events  (Short  Term - Next 12 Months):

  M/S #  MILESTONE TITLE            ORIG      PLAN       ACTUAL     DOLLARS/FTE

  M 001  FLOW CHART OF ARCS         01/13/92  01/13/92     /   /
         RESPONSIBILITY PROCESS

  M 002  EXAMINE RESPONSIBILITIES   12/31/91  12/31/91     /   /
                                      D-64

-------
                                                                  attachment 1


                                                         Attachment D
         PART TWO;  DESCRIPTION OF UNCORRECTED MATERIAL WEAKNESSES

  M/S #  MILESTONE TITLE           ORIG      PLAN      ACTUAL      DOLLARS/FT*.

  M 003  IDENTIFY WEAKNESS AND     12/31/91  12/31/91    /   /
         STRENGTH

  M 004  DRAFT RECOMMENDATION      01/31/92  03/30/92    /   /

  M 005  FINAL IMPLEMENTATION PLAN 02/03/92  03/30/92    /   /

  M 006  VERIFICATION OF           09/30/92  09/30/92     /  /
         COMPLETION

C.   Planned Actions/Events  (Longer Term):  None


Validation Process to be Used; HSCD staff will conduct onsite review of
Regional ARCS project management process.

Corrective Action Plan Status Updates;

o    September 30. 1991. Status Update;  The Superfund Task Force (Dunne
     Workgroup)  has reviewed the ARCS program and will issue a report on
     10/02/91.  This report will include a discussion of ARCS areas of
     vulnerability.  Because of the recent issuance of this report, a mor'
     specific workplan of corrective action is not available at this time.
     The first quarter CATS report will contain more detailed information.

o    December 31. 1991. status Update;  Workplan slightly behind schedule
     due to staffing change.  Work Assignment issued to develop a flow
     chart of ARCS process.

  M/S #  MILESTONE TITLE             ORIG      PLAN      ACTUAL    DOLLARS/FTE

  M 002  EXAMINE RESPONSIBILITIES    12/31/91  02/28/92    /  /

  M 003  IDENTIFY WEAKNESS AND       12/31/91  03/30/92    /  /

o  -  March 31. 1992. status Update;

o    June 30. 1992, Status Update;

o    September 30, 1992. Status Update;
                                      D-65

-------
                                                                   attachment  1
                                                         Attachment D
          PART TWO;   DESCRIPTION OF ONCORRgCTED MATERIAL WEAKNESSES

      Tracking Number:   Not Assigned

Assessable Unit/AU  f:     OERR/HSCD/1902

Title of  Material Weakness:  ARCS  Contract Management:   Employ  TQM Concept to
Establish an  ARCS Council

Description of Material Weakness and  Its  Impact on Aqancv Qparatioos:   Total
Quality Management  (TQM)  concepts  should  be employed to establish an ARCS
Council consisting  of headquarters  and regional personnel.  This council,
chaired by the Superfund  Acquisition  Program Manager, should meet regularly to
identify  and  implement  improvement  in ARCS contract management.

Workplan  f:    01376

Functional Category  in  Statistical  Summary:  Environmental Impact

Appropriation/Program Element:  Superfund; 68/20X8145/TFAY9A

Administrative Activity/Program Activity:  Program Activity

Year  Identified:  1991

Source of Discovery:  Superfund Management Task Force

Original Target Correction Date: 09/30/92

   jeted Correction Data  in Last Year's Report:  N/A

Current Target Date:  10/31/92

Reason for Change in Date (a):   N/A

Critical Milestones  in  Planned  Corrective Action:

A.    Completed Actions/Events:  None

B.    Planned Actions/Events  (Short  Term - Next 12 Months):

  M/S # MILESTONE TITLE              ORIG      PLAN     ACTUAL     DOLLARS/FT!

  M 001 ESTABLISH ARCS  COUNCIL        12/31/91  12/31/91   /   /

  M 002 ARCS  COUNCIL FORMULATE        01/31/92  01/31/92   /   /
        OBJECTIVES

  M 003 ESTABLISH TQM MILESTONES      01/31/92
                                      D-66

-------
                                                               attachment 1
                                                         Attachment D   \
         PART TWO:  DESCRIPTION OF UNCORRECTED MATERIAL WEAKNESSES        >t

  M 004 ESTABLISH ARCS COUNCIL        12/31/92  01/31/92    /   /

  M 005 ARCS COUNCIL FORMULATE        01/31/92  02/19/92    /   /
        OBJECTIVES

 • M 006  FIRST ARCS COUNCIL MEETING   02/20/92  02/20/92    /   /

  M 007 EXECUTE RECOMMENDATIONS       07/31/92  07/31/92    /   /

  M 005 VERIFICATION OF COMPLETION    10/31/92  10/31/92     /  /

C.   Planned Actions/Events (Longer Term):  None


Validation Process to be Used: HSCD staff will conduct onsite review of
Regional ARCS project management process.

Corrective Action Plan Status Updates;

o    September 30, 1991.  Status Update;  The Superfund Task Force  (Dunne
     Workgroup)  has reviewed the ARCS program and will issue a  report on
     10/02/91.  This report will include a discussion of ARCS areas of
     vulnerability.  Because of the recent issuance of this report, a more
     specific workplan of corrective action is not available at this tiir
     The first quarter CATS report will contain more detailed informatio

o    December 31. 1991, Status Update:  An acting acquisition program
     manager has been nominated.

  M/S #  MILESTONE TITLE             ORIG      PLAN      ACTUAL    DOLLARS/FTE

  M 001  NOMINATE ACTING AQUIS.      12/31/91  12/13/91  12/13/91
         PRO. MANAGER

  M 004  ESTABLISH ARCS COUNCIL      12/31/91  01/31/92     /  /

o    March 31. 1992. Status Update:

o    June 30, 1992, Status Update:

o    September 30, 1992, Status Update:
                                      D-67

-------
                                                                   attachment  1
                                                            Attachment D
          PART THREK:   DESCRIPTION OF  CORRECTED MATERIAL WEAKNESSES
  ATS Trackin
                     92-3
                       OERR/HSCD/1902
                          ARCS  Contract  Management
Assessable Unit/AU f ;
Title of Material Weakness
Description of Material Weakness and  Its Impact on Agency Operation*:
Weaknesses identified through the Administrator' s Task Force  on ARCS Contract
Management.  EPA has been subjected to  serious and public criticism for  its
management of the Super fui'icl program.  EPA has been accused of allowing certain
Superfund contractors to spend public funds on activities other than the direc
site cleanup of Superfund sites.
Workplan »:    01222
Functional Category in Statistical Summary;  Environmental Impact
Appropriation/Program Element : Superfund; 68/20X8145/TFAY9A
Administrative Activity/Program Activity:  Program Activity
Year Identified:  1991
Source of Discovery:   Superfund Management Task Force
Original Target Correction Date: 09/30/92
   qetcd Correction Date in Last Year's Report;  N/A
Current Target Date:   09/30/92
Reason for Change in Date(s):  N/A
Critical Milestones in Planned Corrective Action:
A.   Completed Actions /Events:
   M/S f  MILESTONE TITLE       ORIG       PLAN
   M 001  PARTICIPATE IN TASK
          FORCE
                              09/20/91   09/20/91
ACTUAL
09/20/91
B.
  Planned Actions/Events  (Short-Term  - Next  12 Months):
M/S #  MILESTONE TITLE       ORIG       PLAN       ACTUAL
M 002  TASK FORCE ISSUES     10/C2/91   10/02/91     /   /
       REPORT
DOLLARS/FTE
Unknown


DOLLARS/FTE
                                      D-72

-------
          MILESTONE TITLE
ORIG
PLAN
ACTUAL
                                                                attachment 1
DOLLARS/FTT
   M/S #
   M 003  DRAFT HSCD
          IMPLEMENTATION PLAN

   M 001  VERIFICATION OF
          COMPLETION
11/15/91   11/15/91


09/30/92   09/30/92
            /  /     Unknown


            /  /     $100k/3.0


                 TOTAL $100k/3.0
C.   Planned Act ions /Events  (Longer Term) ;

     None.

Validation Process to be Used; HSCD staff will conduct onsite review of
Regional ARCS project management process.
Corrective Action Plan Status Updates;

o    September 30. 1991. Status Update;  The Super fund Task Force (Dunne
     Workgroup) has reviewed the ARCS program on and issued a report.
     This report included a discussion of ARCS areas of vulnerability.
     Because of the recent issuance of this report, a more specific
     workplan of corrective action is not available at this time.  The
     first quarter CATS report will contain more detailed information.

o    December 31. 1991, Status Update;  Task force report was issued
     10/02/91.  Implementation plan was issued 11/27/91.  This completed
     all work under this workplan.  Additional activities will be covered
     under specific ARCS workplans.
  M/S #  MILESTONE TITLE

  M 002  TASK FORCE ISSUES
         REPORT

  M 003  DRAFT HSCD
         IMPLEMENTATION PLAN
     ORIG
    PLAN
    ACTUAL
   DOLLARS/FTE
     10/02/91  10/02/91  10/02/91


     11/15/91  11/15/91  11/27/91
o    March 31. 1992. Status Update;

o    June 30. 1992. Status Update;

o    September 30. 1992. Status Update;
                                      D-«73

-------
                                                                  attachment 1
 AT  Tr
Assessable Unit/AU » :
       ESSES/IMC

90-5

OERR/ERD/1900
                                                          Attachment X
                                                         ACTIONS
Title of Aoenev-level Weakness and Description:  Develop Tasking Assignment
Records  (TARs) Guidance.  Use of TARs not supported by program guidance.

Work Plan f:  743

Year Identified:  1989

Source of Discovery:  Regional TAT management reviews and DIG audit of
Region III TAT management.
Critical Milestones in Corrective Action:
M/S # MILESTONE TITLE
M 004 DEVELOP TARS GUIDANCE
M 006 TEST TDD GENERATOR SYSTEM
M 007 INITIATE REGION 4 AND 6 PILOTS
M' 008 LIFE CYCLE/CONFIG. MGMT . APPROVAL
M 010 COMPLETE TAR GUIDANCE
M Oil VERIFICATION OF COMPLETION
Validation Process to be Used Regions will

ORIG
03/31/90
05/09/90
08/02/90
09/30/90
03/31/90
08/15/91

PLAN
06/22/91
05/09/90
08/02/90
09/30/90
07/31/91
01/31/92
be contacted to veri

ACTUAL
06/24/91
05/09/90
08/02/90
10/15/90
12 /oi /T|
/ /
fy their
receipt of completed User's Manual which explains the TAR procedures.

Corrective Action Plan Status Updates:

o    September 30, 1991 Status Update:  This has been incorporated into the
     TAT User's Manual.

o    December 31, 1991 Status Update:  The guidance, which is part of
     the TAT User's Manual, is dated  December 1991.  Completion of the
     workplan is now estimated for 1/31/92.

o    March 31, 1992 Status Update:

o    June 30, 1992 Status Update:

o    September 30, 1992 Status Update:
                                    E-l

-------
                                                            attachment 1
                                                          Attachment E
           AGENCY-LEVEL WEAKNESSES/INCOMPLETE CORRECTIVE ACTIONS

CATS Tracking Number:  Not yet assigned

Assessable Onit/AU t:  OERR/HSED/1901

Title of Agency-level Weakness and Description:   OI6 Audit:  Superfund
QA/QC of the Contact Lab Program:  Retrieval of CLP Documentation per OIG
Recommendation in. Audit Report:  OIG Audit Report # E1SKE9-0047-1100411 was
concerned that all "Case File Purposes" had not been delivered from CLP
labs and that they might be needed for legal purposes.  In addition, they
were concerned with lack of consistency ir. Regional handling of the planned
retrieval.

Work Plan I:  01402

Year Identified  1991
Source of Discovery:
Program
                      OIG Audit: Superfund QA/QC of the Contract lab
Critical Milestones in Corrective Action:
M/S I  MILESTONE TITLE

M 001  DESIG. MANAG. OFFIC. TO GET
       DOCUMENT

M 002  ESTIMATE DATES FOR MILESTONE
       IMPLEMENTATION

M 003  PLANNING MEETING OE/NEIC/AOB

M 004  DELIVERY OF LIST OF MISSING
       FILES

M 005  DESIGNATION OF RESOURCES FOR
       PLAN

M 006  DRAFT GUIDANCE FOR DOCUMENT
       RETRIEVAL

M 007  FINAL GUIDANCE INCLUDING
       NEEDED DOCUMENTATION.

M 008  DELIVERY OF FILE RETRIEVAL
       LISTS

M CC9  ASSIS REGIONS  IMPL. CF  GUIDANDC
ORIG
                                                  PLAN
                                                            ACTUAL
                                        08/21/91  08/21/91  08/21/91


                                        10/31/91  10/31/91    /  /


                                        11/11/91  11/11/91    /  /

                                        11/30/91  11/30/91    /  /


                                        12/05/91  12/05/91    /  /


                                        06/30/92  06/30/92    /  /


                                        09/30/92  09/30/92    /  /


                                        09/30/92  09/30/92    /  /


                                        12/30/92  12/30/92    /  /
                                    E-19

-------
                                                                     pg. 65

                                                                 attachment  1
                                                          Attachment E
           AGENCY-LEVEL WEAKNESSES/INCOMPLETE CORRECTIVE ACTIONS

M/S #  MILESTONE TITLE                  ORIG      PLAN      ACTUAL

M 009.1 PROVIDE LIST OF UNDELIVERED     12/30/92  12/30/92     /   /
        DOCUMENT

M 010  COMPLETE RETRIEVAL OF FILES      09/30/93  09/30/93     /   /

M Oil  VERIFICATION OF COMPLETION       12/30/93  12/30/93     /   /

Validation Process to be Used:  This report was just recently  published.
The validation process will be determined after completed workplan has been
prepared.

Corrective Action Plan Status Updates:

o    September 30.  1991 Status Update:  Workplan is being prepared.

o    December 31,  1991 Status Update:  Plan for retrieval of CLP
     documentation has begun and draft guidance for implementation is
     expected in 6 months.

  M/S I  MILESTONE TITLE           ORIG      PLAN      ACTUAL

  M 002  EST. DATES FOR MILESTONE  10/31/91  10/31/91  10/29/31
         IMPLEM.

  M 003  PLANNING MEETING          11/11/91  11/11/91  11/11/91
         OE/NEIC/AOB

  M 004  DELIVERY OF LIST OF       11/30/91  11/30/91  11/30/91
         MISSING FILES

  M 005  DESIGNATION OF RESOURCE   12/05/91  12/C5/91  12/05/91


o    March 31. 1992 Status Update:

o    June 30, 1992 Status Update:

o    September 30, 1992 Status Update:
                                    E-20

-------
                                                                  attachment 1
           AGENCY~T-1gVEL

CATS Tracking Number;  Not yet  assigned

Assessable Unit/AU »:  OERR/HSED/1901

Title of Agency-level Weakness  and Description;  OIG Audit:   Superfund
QA/QC of the Contract Lab Program:  National Guidane on the Uniform Use
of Performance Evaluations (PE) Samples in Superfund

Work Plan #:  01403

Year Identified  1991

Source of Discovery:  OIG Audit: Superfund QA/QC of the Contract lab
Program

Critical Milestones in Corrective Action:

  M/S #  MILESTONE TITLE           ORIG      PLAN      ACTUAL

  M 001  WORKGROUP MEETING ON PE   01/27/92  01/27/92    /  /
         GUIDANCE

  M 002  WORKSHOP ON SITE CHARAC.  04/17/92  04/17/92    /  /
         PE SAMPLES

  M 003  2ND WORKGROUP MEETING  ON  04/18/92  04/18/92    /  /
         PE GUID.

  M 004  DRAFT GUIDANE OF UNIFORM  06/30/92  06/30/92    /  /
         PE USE

  M 005  FINAL GUIDANCE ON UNIFORM 11/01/92  11/01/92    /  /

Validation Process to be Used:  This report was just recently  published.
The validation process will be  determined after completed workplan has been
prepared.

Corrective Action Plan Status Updates:

o    September 30, 1991 Status  Update:  Workplan is being prepared.

o    December 31. 1991 Status Update:  No activity occurred during
     this quarter.  Meeting of  workgoup to discuss performance
     evaluation guidance is planned for January 1992.

o    March 31. 1992 Status Update:

o    June 30, 1992 Status Update:
o    September 30, 1992 Status  Update:

                                    E-21  *

-------
                                                               • attachment 1


                                                           Attachment E
            AGENCY-LEVEL WEAKNESSES/INCOMPLETE-CORRECTIVE ACTIONS

 CATS Tracking Number;   92-13

 Assessable Unit/AU »:   OERR/HSED/1901

 Title of Aqencv-level  Weakness and Description;   OI6 Audit:  Superfund QA/QC
 of the Contract Lab Program:   All  Superfund analytical  data  generated
 through the Contrat Lab Program undergoes  a review process in  the  regions.
 This includes both the routine and special analytical services managed for
 AOB by the Sample  Management  Office.   While the  regions provide training
 for the contractors, oversight of  the contractors work  varies  fvnm r-egion
 to region.   A task has been  initiated to collect regional guidances,
 directives and SOPs in this  area to produce a national  guidance for uniform
 oversight of Data  Validation  Contractors.

 Wor* Plan *:   01404

 Year Identified 1991

 Source  of Discovery;   OIG Audit: Superfund QA/QC of  the Contract lab
 Program

 Critical  Milestones in  Corrective Action:

 M/S  #   MILESTONE TITLE                ORIG      PLAN       ACTUAL

 M  001   SURVEY  OF EXISTING PRACTICES   04/01/92  04/01/92    /   /

   002   REVIEW  OF EFFECT. OF GUID.     06/01/92  06/01/92    /   /
        BY ASAC

 M  003   DRAFT GUID.  MINIMUM OVERSIGHT  09/01/92  09/01/92    /   /

 M  004   FINAL GUID.  MIN.  OVERSIGHT     06/01/93  06/01/93    /   /

Validation Process  to be Used:   This  report  was  just  recently  published.
 The  validation  process  will be  determined  after  completed workplan has been
prepared.

 Corrective Action Plan  Status  Updates:

 o    September 30,  1991  Status  Update:  Workplan is  being prepared.

 o    December  31,  1991  Status  Update:  An  initial  meeting was  held
     with the  contractor to outline the project.   A  letter was sent
     out  to Regional QAOs asking them  to cooperate with data Review
     Oversight  Contractor, by  providing .any  available regional
     directives, guidances, and SCPs  for oversight cf the regional
     data review ccr.tractcrs.


                                    E-22  -

-------
                                                               attachment 1
           AGENCY-LEVEL

o    March 31. 1992 Status Update:

o    June 30. 1992 Status Update;

o    September 30. 1992 Status Update:
                          Attachment E
ES/INCOMPLETE CORRECTIVE ACTIONS
                                    E-23

-------
                                                                 attachment 1



                                                           Attachment E
           AGENCY-LEVEL WEAKNESSES/INCOMPLETE CORRECTIVE ACTIONS

 CATS  Traclcinq N""|*">er:   Not  yet  assigned

 Assessable Unit/AU  «:   OERR/HSED/1901

 Title of Agency-level Weakness  and Description:   DIG Audit:  Superfund QA/QC
 of the Contract  lab Program:  SAS  OIG  Audit  Follow-Up

 Work  Plan i:  01416

 Year  Identified   1991

 Source of Discovery;  OIG Audit: Superfund QA/QC  of  the  Contract lab
 Program

 Critical Milestones in  Corrective  Action:

 M/S #  MILESTONE  TITLE                 ORIG      PLAN     ACTUAL

 M 001  REVISE SAS SUBCONTRACT          10/30/91  10/30/91   /   /

 M 002  PERFORMANCE  EVALUATION REVIEW   11/21/91  11/21/91   /   /

 M 003  CONDUCT BOA  CONFERENCE          12/11/91  12/11/91   /   /

 M 004  LETTER ON ELIGIBILITY FOR SAS   12/30/91  12/30/91   /   /

 •' 005  PUBLISH GUIDANCE  ON  DATA        12/30/91  12/30/91   /   /
       REVIEW

 M 006  VERIFICATION OF  COMPLETION      06/30/92  06/30/92   /   /

Validation Process  to be Used:  Contact the  regions  to assess  usefulness of
 data  review guidance.

 Corrective Action Plan  Status Updates:

 o     September 30,  1991  Status Update:  Workplan  is  being prepared.

 o     December 31, 1991  Status Update:   Guidance for  data review  was
      published 12/30/91.

 M/S #  MILESTONE  TITLE                 ORIG      PLAN      ACTUAL

 M 001  REVISE SAS SUBCONTRACT          10/30/91  10/30/91  10/15/91

 M 002  PERFORMANCE  EVALUATION REVIEW   11/21/91  11/21/91  11/21/91

 M CC3  CONDUCT BOA  CONFERENCE          12/11/91  12/11/91  12/11/91


                                    E-24 -

-------
                                                             attachment  1


                                                          Attachment 2
           AGENCY-LEVEL WEAKNESSES/INCOMPLETE CORRECTIVE ACTIONS

M/S #  MILESTONE TITLE                ORIG      PLAN      ACTUAL

M 004  LETTER ON ELIGIBILITY FOR SAS  12/30/91  12/30/91  12/30/91

M 005  PUBLISH GUIDANCE ON DATA       12/30/91  12/30/91 12/30/91
       REVIEW

o    March 31. 1992 Status Update;

o    June 30, 1992 Status Update;

o    September 30, 1992 Status Update;
                                    E-25

-------
           Pg-  71

       attachment 1
Attachment X
  CONS
             BNCY-1

 CATS  Tracking Number;  91-20

 Assessable Unit/AU  f:  OERR/OPM/1911

 Title of Aaancv-Level  Weakness  and Description:   Contract Financial
 Oversight

 Work  Plan •;    00890

 Ysar  Identified:  1989

 Source of Discovery;   Internal  Assessment

 Critical Milestones in Corrective  Action;

 M/S  #   MILESTONE TITLE                    ORIG  '     PLAN       ACTUAL

 M 001   REV.  INVOICE  WRKSHP.  DEV.  STATUS   11/02/90   11/02/91    /   /

 M 005   TARGET  4  REGIONS FOR FIN.  ASSESS.   11/05/90   11/05/91    /   /

 M 010   ID.  NAT'L MTG. FOR WRKSHP. PILOT   01/07/91   01/07/92    /   /

 M 002   ID.  WRKSHP.DELIVERY  STRATEGY       02/15/91   02/15/92    /   /

 M 017   ID SCOPE  OF REG. FINANCIAL ASSESS   02/18/91   02/18/92    /   /

 .1 019   CONDUCT ASSESS.  IN WEST.  ZONE      03/15/91   03/15/92    /   /

 M 012   COMPLETE  DRAFT WRKSHP.  COURSE      04/12/91   04/12/92    /   /

 M 024   PRELIM.FEEDBACK TO W. ZONE REGS.   04/26/91   04/26/92    /   /

 M 020   CONDUCT ASSESS.  IN EAST.  ZONE      05/17/91   05/17/92    /   /

 M 026   PRELIM.FEEDBACK TO W. ZONE REGS.   06/22/91   06/22/92    /   /

 M 028   BRIEF  DD  ON REG. FIN. ASSESSMENTS   07/12/91   07/12/92    /   /

 M 029   FINAL  RPT.  TO REGS.  ON ASSESSMENTS 08/02/91   08/02/92    /   /

 M 014   COMPLETE  WRKSHP. PILOT             08/30/91   08/30/92    /   /

 M 015   FINALIZE  WKSHP COURSE & DELIVERY   09/30/91   09/30/92    /   /

 M 016   VERIFICATION  OF COMPLETION      .-   10/30/92   10/30/92    /   /

Validation Process to  be Used:  Assessment  of  GAO/IG  comments regarding
 vulnerabilities in  financial  oversight  are  significantly reduced.

                                    E-37 -

-------
                                                                 attachment- 1
                                                           Attachment  E
          AGENCY-LEVEL WEAKNESSES/INCOMPLETE  CORRECTIVE ACTIONS


Corrective Action Plan Status Updates;

o    September 30, 1991 Status Update;  Work  has been  significantly
     delayed.  Milestones revised to reflect  new course of action.

o    December 31. 1991 Status Update;  The ARCS workgroups and  the
     Superfund revitalization team will be conducting  work which  makes
     this workplan redundant.  This workplan  will close this  quarter,
     
-------
                                                         OSWER Directive 9201.0-01
                                                         ARCS Study- lapleneitalio!
                                                             Status as of 2/19/92
Task Force Recommendation
1. Proeram Manaeeneat

1. EPA should establish a national
target of 15% or less for program
management expenditures.
a. Policy to regions establishing
target and directions
b. Review contract/contractor
targets established by Regions
c. Develop standard program
management tracking reports
d. Evaluate actual cost targets
2. Regions pursue cost reductions and
strengthen cost controls per guidance
developed by PCMD. Contractor
effectiveness in controlling costs
considered significant factor in
award fee evaluation process.
a. Guidance provided to Regions
b. Regional Plan to implement
control measures
WANo.

01357




01437


Lead
Organization
HSCD




HQ/Region
Region
PCMD
Region
Contact
Person
S. Chang






D. Stutz
S. Alvi
Type of
Delivery


Directive




Memo

I
Original
••••••••••i

12/91
1/30/92
1/30/92
4/30/92

2/3/92'
4/92
Completion Da
Cnrrent
••••»••••••

1/31/92
2/28/92
3/27/92
4/92 A
quarterly
thereafter

2/28/92

ites
Actnal
•*»•»•»•»••»»»








                                                                                                                                       rt
                                                                                                                                       0>
                                                                                                                                       r>

                                                                                                                                       I
' Denotes mandated data in the study.

-------
                                                                      Attachment 2  (p.2)
1
Ti
£
<
8
5
J I
1 1
•
cS
"3
6
"S j4
&•-
>> j
H
li
jl

g
•2
•sa
•2 a
M
1
|


|
B
at
1
a
H










>»





<
M



B
"Si
a


^a £
c. Regions issue report on awar
fee. Establish implementath
dates.







«s
Os
-
"^


2

e
E
s
«
e
a




H
oe



d. ARCS Council formed.











§| a|
uyi




B
^
3




y5
H

= £
» —
e. HQ/Regions develop plan to
monitor program cost reduct
and cost controls during rout
regional visits and formal
interviews.

















N
a
fi






o
E * S

Develop guidance to support cost
management activities, i.e., Progi
Management activities mandated
contract; clarify contract
requirements related to staffing;
factors that promote efficiency w
cleanup activities slow down;
indicators of administrative cost
control; EPA requirements for
exercising program options.



S!
^
-

fS
r-
^.
^*

o




M
a
O



0
5
*



js
1
n
O







Os
f»

™"

^»

e
E













w
•9
M
O







gj
00
IS
^
***
Os
1 —
IS

e
E
Of












u
e
M
Ti
Wl
W)
u














*



3
O



O
5
U
e
0


Develop guidance for dividing
program into administrative and
technical support costs.



SI
r-
-

IS
Os
»v.
*™

Os
IS
















a. Data collection







IS
Os
S
-x.


IS
Os
















IB
e
~
&







Os
IS
»v.
(S
fS
Os
^
IS
















U
c
N
^a
"a
M
"3
n
a

-------
                                                                              Attachment  2 (p.3)
•S
S

I


•s
5
£
1 I
1 3
I
•a
MB
1

U
li" 5



II

,1
•1 "•
1
e
Z
*



B
'•g

S
§
at
u
k
fc
a
H


















O
S
5^
O
b

7
0

.£ "5 •

— 
4» £ W
u E .
s &J
1 £•-
52 S
iu E i
u E u

C M ^
u II

in



—

1
o\
B
o\
e«

e
E
w
S

M
1
U


0
1






V
w
^s
M
01
"a.
E
e
u

£

«•





• —
^.

o\
••

2"
§

e
E

Z
m
X
i
*

a
u




e
«
e
V
V
Ck

S "
II
el

£..!

JS


a B B
^ M M e

I 1 S2 §1 fill

Os
in



§ §

U 1
2 «= B


us 25
B -o f ta -e
Illlllllll
if H b i fib co < Z H fi






M
8 8
<— e
0 «
2i
•*
— 's — rM", -»ir. scr-OOOv —
E 2 BEBEEEEEBB
e cooooooooo
MS MUMMMBCMMMM


W


















e
^

O
1

IN
O
&•£
I i
u & "5
e v> w
III
4* C 5
f s 8
S * "°

S o
a. w g


« S.S

NO





V)
^


o






1
^

a




M
8 I
e^ T?
e 4* «
i. W C **•
V j^ *• 9
X B g V3
N &« |
^•r C ^ ***
"iT £ 2 •; £
52-22
•5e- £B
u 2 S S 2

«







ts
o\
e
»»>

e\
ee
V
a.
a.
^;
e.
O

I
*

O







*
_«*
V
o

1
e>
E
e
o.
O

^







»N
V)



o"
u
e.




I
*

O







1
B
••
V)
e
a

c


-------
                                                                        Attachment 2 (p.4)
S
<
C
£
M ^i
O '
«s ?,





IN
O\
^5 •" "**
s <3fe J
J '
W I
_
f| 1
C B
*5br ^>
*c o
ft at ^
r ^
h
*S *•
4! *• L c

a
[
IP
W


S
s|

J!
0
^
^



i Force Recommendation
a
H

™
e
.
^

*

a
u
C/3
z



B
e _
V B
d. Brief Long Term Contract
Strategy Advisory Committt
optional program managenu
structure

























.0
r5
.
^



a
u
en






t
i
*I
i
a
<































«»>
in
o



Encourage more effective use of
ARCS


ON
e
«

**
ON

e
*M
-


ON
^J
m
•s^
IN
* ee
« 0
j» i
W f^J
S3












u
.2 ^
•S —
s e
51
IJ
« i.
*• o
o ^
^ < 'i
eg


—
e
IN


••
O\
>^
IN
—


„.
9s
IN

IN


M
^5
1















b. Meet with HQ Corps of
Engineers to discuss
redistribution of workload
























B
"5
.c

f-



a
1
tr>
m
0


^
Issue guidance to regions to hel|
make assignments to ARCS and
Corps


ON
®
=

VH
9s
"Xfc
o
Q.
=


ON
O

**^
=



e
s















a. Prepare draft guidance


M
Sc
-

^m
9s

•w
^.
—


as
^2"
r»)

IN




















b. Incorporate comments








IN
ON
IN
IN



IN
1 — .
IN





















V
fa
5
t
1
k
C
«
d





^
•8 >• 5

'N £ ^*
9\ £ g
fi H 4^
^ §•£

* », 5
IN JS
SIS 8
O k- £
fj <• ^
^§•5




















d. Monitor design/action
assignment distribution

























N
"a

a



a
1
IN
^
0



Reduce $2 Billion in
construction capacity of ARCS
sub-pool










OS
w




IN

—

^
£J
« !g
3"!
ec
I
i
. u

B
*M
at
a
1






a. Regions complete capacity
analysis


1
i


-------
AR    'tudy Implementation
Task Force Recommendation
b. Complete draft guidance
c. Final guidance and sample
modification
d. Regional Contracting Officers
issue modifications
4. To ensure balanced construction
management system to improve
Corps responsiveness to regional
needs during project design,
maintain effective communication
and ensure substantial/ predictable
work load for Corps to facilitate
workload planning.
a. Establish interagency work
group
b. Develop implementation plan
and schedule
5. Monitor ARCS "LOE" and correct
underover capacity utilization
a. Verify FY9I LOE capacity
projections
b. Revise/refine FY92 capacity
projection model
WANo.



01366


01367


Lead
Organization
PCMD
PCMD
RCOs
HSCD


HSCD


Contact
Person
D. Stutz
D. Stulz
D. Stutz
H. Snyder
H. Snyder

B.
McDonough
N.
Livingstone


Type of
Delivery
•nnnMnmninM
Memo
Memo
Mods

Workgroup
next mtg.
Plan

Briefing
Tables

<
Original
nmvBBBBnBBBi
5/92
6/92
9/92

1/31/92
4/30/92

12/31/91
1/31/92
Completion Da
Cnrrent
nmnnnMnnBH
5/92
6/92
9/92

1/31/92
4/30/92

3/15/92
3/15/92
tes
Actnal
nmmBBBBBBMBi



1/10/92




                                                                               to
                                                                               o
                                                                               I
                                                                               ft

-------
ARCS-Stndy Implementation
Task Force Recommendation
c. Expand/refine ARCS capacity
projection to include remedial
LOE dollars, program
management dollars & sub-pool
dollars
d. Monitor/confirm accuracy of
project.
6. Assess Region 9/10 capacity and
consider terminations or provide
excess to other regions
a. Interview
Region 9 & 10
b. Complete 9/10 capacity analysis
c. Explore capacity adjustment A
capacity availability to other
regions
III. ARCS Contract Controls
1 . OSWER report ARCS as material
weakness in FY 91 FMFIA
a. OSWER and OARM identify
Senior Manager responsible for
ARCS (Process owners)
b. Process owners report to Senior
Council on Mgmt Controls
quarterly
WANo.


01368




01369


Lead
Organization
•i

HSCD




HSCD
OERR

Contact
Person


S. Chang





U. Joiner

Type of
Delivery
••mmmmmmi


Visit to
Region 9 &
10
Analysis
Analysis


Memo

<
Original
•nmmmmmmi
3/31/92
4/30/92 A
quarterly
thereafter

12/31/91
2/29/92
3/31/92


12/31/91
1/31/92
Completion Di
Current
mmmmmmmmi
3/31/92
4/30/92

12/18/91
2/29/92
3/31/92


2/19/92
2/14/92
ites
Actual
•mmmmmmmmi


12/18/91

/<




                                                                              fa
                                                                              o
                                                                              N>


                                                                             ^-N

                                                                             •O

-------
ARC*"  'turfy Implementation
Task F«!!"- Recommendation
c. Develop tracking system to
follow up
d. Establish target dales for
implementing actions
e. Prepare report documenting
implementation status
2. Regional administrator establish
regional capacity for independent
government cost estimates
a. Issue OSWER Directive
b. Regions implementation
c. OERR assess existing cost
estimating tools for regional
usability
d. OERR issues des. scoping
guidance & revised tools
e. Regional implementation of
revised tools
f. ARCS Council, Regional
Managment Term & Acquistion
Manager develop monitoring
plan to ensure compliance
WANo.



01370





SRT
Lead
Organization



Region/
CORAS/
HSCD
CORAS
Region
OERR


1. Joiner
1
Contact
Person




J. Comstock
HWDD
K.Skahn



Type of
Delivery




Directive #
9242-2-06
IGEs

Guidance
Tools


(
Original
nnnnmmmmmi
1/31/92
4/30/92
4/30/92 &
quarterly
thereafter

12/31/92
1/31/92
1/31/92
8/31/92
9/30/92
Within
90 days of
ARCS
Council
formation
rompletion Da
Current
nnnnnBnmmmi
1/31/92
4/30/92
4/30/92

1/31/92
2/29/92
3/15/92
8/31/92
9/30/92

tes
Actnnl
nmmmnmmmmB:
1/28/92



1/31/92





                                                                                    W
                                                                                    O
                                                                                    9
                                                                                    0
                                                                                    ft)
                                                                                    9
                                                                                   K5

                                                                                   /~\
                                                                                   •d

-------
                                                                           Attachment  2  (p.8)
"5
£
1 I
* 5
i

5
*&
5

0 w
••a
CM* J^

w a
5 %i
u *•

B
^ a
^"g
0
e
Z.
*


k Force Recommendation
a
H




















C
K

s
o


Strengthen ARCS Administrative
process in vulnerability assessmen
i.e., optional scope of work and
invoice review



ON
ON
m
-

ON

§
*<*
> t
•*• f4
u rs
£ 5
So!
mstock
o
U
••

t/1
«
8





a. OERR directive on invoice
reviews




Ol
ON
fi
—

f^
ON
*•>











B
V
at





b. Regions review vulnerability
assessment








f^
^
§











J
w
et




f
c. Regional Management Teams
review existing guidance on 1
administrative process




S
m
«

fS
ON
«*>











B
K




e
d. Region Management Teams
ensure management controls
place and used





e
w
0 B
ON O
•S *5 Cfl "~ •
^ M tj B B
11? !J
















C/5
U e
e. Acquisition Management, AR
Council & Region Manageme
Teams develop plan to ensure
compliance
















"Z
e
e
^
^
U


O
5
k!

<*»
Tf
O
ta

Implement recommendations
resulting from study of controls o
government owned equipment usec
by contractors al sites.




fS
^

«

rm



M
c
01
CO













a. Complete analysis




fS
ON
e
NO

(S

o
»»)
NO


« u
a a.
£&













b. Complete recommendations
concerning organizational &
resource issues




ON
O
ON

ft^
ON
e
ON


« *"
a &
*> m
z£











Ov

c. Incorporate finding of Region
pilot in final recommendation


_o

5
«

v
"L
••
>>
m
to

2
K

-------
                                                                         Attachment 2 (p.9)
3
1

S
i
1 i
TL o
!
•a

•»



ta. £>

U •
3§
J*

£
UB
^*i
e
Z
*


rce Recommendation
£
—
S3
H
















01
B
B
3
U
Os
ll
ft. at

%
o
M
B
_f" yj
luate feasibility of establis
onal equipment warehouse
« *M
U £

iri

—
0


Os
•^
O


Os
^3*
*»^
e

*
"3
B
B
3
U
Os
B
ft)
ee





15
'5.
E

N







(S
Os

so


Os
^
f*l
«












e
B
Complete interim evaluati
pilot

.0







Os
m
Os


Os
e

Os













B
B
E
E
|
3
VI
e
£

o





























w
aancial Aadits aad Review
E
M
a:


















&
«
u


O

n
e


I OIG develops strategy to
plete financial audits
Q. ^
U S






«*
1 11
^j. 5 *

6

*** 2 *5
*** ~" Ta S
^N. ^ 5 ^
2m e£
|
a












Field divisions prepare
contractor status reports

«


Os-
^"
O
*"

Os
•v^
e

•M
Os
_
^
e












•B ^
r** ^
r^ 0
Field implement Chapter
new audit request and rep
distribution procedures

.0







»
„
^,

Os

— ,
--,
—












B
J»
"5.
Field develop FY 92 audit
for cognizant contractor

u







Os
O
Os


Os
O
fl
Os












JS |
E '5 5
AOS and field identify fii
audit; inform DCAA & be
transition of audit respon:

•d







^^

9s


^^
o

~»»













«
AOS and field determine
contractors which require
resident office

*







tt
w
a
8 t
,

M
g

tfl U
N S














Field conduct monitoring
reviews

•-


S

I
V
X
T)
tt
<

-------
                                                                             Attachment  2  (p.10)
I
I
±
.55
i
•3

w
^
>
5
8 8
v t
i i
,3

_
2
1

!|
^
s s
S &
w ^

8
•8S
i •
1
I
^

k Force Recommemdation
8
H















e
S
41
e
st
a


a
k!
n
o
M
EPA strengthen financial monitorin
reviews

«s

ON
"•

-

ON
"X.
IS


ON
e
"•






f






&
a
M
i.
JB
a
1



§^
*•*
^.


5J
•v.
IS


fS|
oe
>*.
IS
||












b. Prepare issue paper on review
process alternatative



ON
JJ"
^


0\

IS


IS
e>
v













c. Consider alternatives and begii
implementation






















B
*M
41
ee
a
u
06
0
*•> in
Regional Administrators periodical
spot check contractor's records,
vouchers, and supporting document



^.
\e
•^


5;
*•>»
IS


O\
IS

e
e
VI
2
e
ee
a


a
5



e
*3
M
•o
s
If:
If!
«



fS
0\

IS
-

IS
OX
rs


IS
0>
^»














b. Receive comments








IS
OX



•S
ON
f*>













"S
a
o










41
1

o e
^^ O

f -o < U «.












- S
d. Acquisition, ARCS Council am
RMT develop monitoring plan
ensure compliance



-------
                                                      AR    Itady Implementation
Task Force Recommendation
V. Award Fee Process
1. Establish teams to
evaluate/streamline fee system,
reduce paperwork and resolve issues
of national consistency.
a. Establish Regional Managment
Team
b. Evaluate fee system to include
performance rating scoring
c. Submit recommendations to lead
region
d. Lead region presents
consolidated recommendations
to Fee Determination Official,
Council and Acquisition
Manager
2. EPA reinforce policy to use award
fee to influence contractor
performance
a. Contractor performance
guidance
b. Revisions/modifications made to
award fee process
c. Acquisition Manager, RMT &
ARCS Council devolpment plan
WANo.

01449




01371



Lead
Organization

Region
Region
Region
Region
Region 2
HSCD/PCMD
HSCD/PCMD

SRT
Contact
Person





S. Alvi
J. Comstock
W. Topping


U. Joiner
Type of
Delivery
naanananaMBBi




Issue
Paper



Plan
(
Original
•••••••••••

12/31/91
1/31/92
1/31/92
2/3/92*

5/31/92
6/30/92
Within
90 days of
ARCS
Council
formation
Completion Di
Carreat
•••••••••

1/31/92
3/31/92
4/30/92
5/31/92

5/31/92
6/30/92
Same
ites
Actual
IMBMMMBBBBiH









Denotes mandated data in the study.
II

-------
ARCS-StHdy Implementation
Task Force Recommendation
3. Contractor evaluated on quality of
both program management and
remedial work
a. Draft guidance to make award
fee consistent
b. Issue guidance
c. Acquisition, Council It RMT
develop monitoring plan to
ensure compliance
4. Supervisors held accountable and
fully participating in the
implementation/oversight of award
fee process
a. Issue guidance to regions on
PEB responsibilities
b. Acquisition Manager, Council
and RMT develop monitoring
plan to ensure compliance
VI. E3*A Manaeemenl Processes and
Organization
1. EPA establish Superfund Acquisition
Program Manager to oversee
acquisition activities & decisions
a. Name Acquisition Manager
WANo.
01372



01373



01450

Lead
Organization
HSCD/PCMD
PCMD


CORAS
CORAS


OSWER
OSWER
Contact
Person
J. Comslock
W. Topping
W. Topping


J. Comslock
J. Comslock


S. Lufling
S. Luffing
Type of
Delivery
nBBBBMMMBBl
Guidance



Directive #
9242.2-06
Plan


Apptrat.
i™^— ^•••i
.
OrigiiaJ
••••••••••
5/31/92
6/30/92
Within 90
days of
ARCS
Council
formation

12/31/91
Within 90
days of
ARCS
Council
formation


12/13/91
Completion Di
Cnrrent
•«••••••••
5/31/92
6/30/92
Same
. 	
12/31/91
Same


12/31/91
ites
Aetna!
••••••••B




1/7/92



12/13/91

-------
                                                      ARC*    dy Implementation
Task Force Recommendation
2. EPA examine division of
responsibilities of HQ and regions
management responsibilities to
identify steps needed to create
effective mechanisms for
monitoring, evaluating and
formulating ARCS policy
a. Examine current HQ/Regional
managment responsibilities
b. Identify strengths/weakness
c. r»-afl recommendations
d. Final implementation plan
3. TQM employed lo establish ARCS
Council consisting of HQ and
Regional personnel
a. Establish ARCS Council
b. Convene Council to form
objectives
c. Establish TQM milestones
d. Execute recommendations
4. Create Regional Managment Teams
a. OSWER/OARM issue directive
b. Regions establish teams
WANo.
01375




01376




01451


Lead
Organization
HSCD
HSCD/PCMD
/ SRT/Region



HSCD/SET
SET
SET


Regions
HSCD
Region
Contact
Person
N.
Livingstone
S. Anders
U. Joiner
S. Alvi
N. Barmaki
N.
Livingstone



N.
Livingstone
U. Joiner
U. Joiner
U. Joiner



W. Zobel

Type of
Delivery
mmmtm^mm





Memo




Memo

<
Original
••••••••••
12/31/91
12/31/91
12/31/91
1/31/92
2/3/92*

12/31/91
1/31/92
1/31/92
7/31/92

11/30/91
12/31/91
:ompletion Da
Cnrrent
••••••••••
1/31/92
2/20/92
2/20/92
3/14/92
4/30/92

1/31/92
2/19/92
2/19/92


12/30/91
1/31/92
tes
Actnal
••••••••••••





1/31/92
2/19/92
2/19/92


1/10/92

                                                                                                                                   13

                                                                                                                                   h-*
                                                                                                                                   LO
Denotes mandated data in the study.
13

-------
ARCS-Stndy Implementation
Task Force Recommendation
c. RMT routinely report to ARCS
Council
5. EPA establish coordinated ARCS
management information system to
serve Regions & HQ
a. ACT Steering Committee
establishment
b. PO identify data needs at Dallas
meeting
c. Memo on minimum acceptable
invoice data requirement signed
by PCMD/OERR
d. ACT HQ lest model developed
and implemented
6. Acquisition Manager designs/delivers
to each region a tailored employee
developmental/training program for
ARCS personnel
a. Establish work group to develop
training program
b. Present proposal to Waste
Management Division Directors
7. Regional Administrators form TQM
teams using Region 5 model
a. Distribute Region 5 model
b. Regional teams established
WANo.

01452




01453


01454


Lead
Organization

PCMD




OSWER
STR

Region
Region 2

Contact
Person

D. Boyd




U. Joiner
L. Garczyn


N. DiForte

Type of
Delivery
••HiiHMMM
' ' - i •
' ' -!•
Memo







— — — — _ _ — _
<
Orieinal
•••••••••••
Frequency
to be
established
by Council

11/30/91
12/12/91
3/31/92
9/30/92
'
1/31/92
2/28/92

1/31/92
6/30/92
••
Completion Dt
Cnrrent
•••••••••i
Same

12/31/91
Cancelled
1/13/92
— — — ^— — —
9/30/92

2/28/92
3/31/92

1/31/92
6/30/92

ites
Actual
••HMMBHBM
"^^— — «— — — ^— .— „
1/2/92
• — - - __
1/13/92







                                                                             rr
                                                                             (a
                                                                             O

                                                                             g"
                                                                             (D
                                                                             a

-------
AR    Study Implementation
Task Force Recommendation
c. Regional teams report progress
to RMT
8. Evaluate feasibility of establishing
Office of Acquisition Management
to include: Policy leadership related
to procurement financial assistant.,
and interagency agreements; and
policy leadership on major system
acquisition for EPA
a. Review of Contract Management
Program, with study of
Acquisition Management
Organization structure.
WANo.

014SS

Lead
Organization
M
OARM/M&O

Contact
Person
*
R. Rizzo

Type of
Delivery



<
Original
To be
determined
by RMT

12/3/91
:om»letion Da
Cnncnt


Waiting
for Contr.
support
tes
Actual



                                                                                    01
                                                                                    o

                                                                                    I"
                                                                                    ID
                                                                                    3
                                                                                    rr
                                                                                   •a

                                                                                   »--
                                                                                   ui
            15

-------

-------
                              30-DAY STUDY IMPLEMENTATION

                                 Status  as of  2/11/92
RECOMMENDATION
 LEAD
 CONTACT
                                                                  STATUS
A. Site Completion Targets


B. Streamline the Superfund Process

   1. Standardized Remedies

   2. Expand Flexibility of Design
      and Construction Contracts

C. Elevate Site-Specific Issues


D. Accelerate Private Party Cleanups

   1. Limit Midstream Takeovers

   2. Begin Design Before Consent
      Decree Entry

E. Refocus Superfund Debate

   1. Expand Measures of Success
   2. Distinguish Federal Facilities
      on the NPL
OERR
Ross
OERR

OERR
OERR
OWPE
OHPE


OWPE
OERR
OERR
Smith

Zobel
Nadeau
Connor
Connor

Connor
Matthews
Reed
Completion targets revised
Revising completion definition
Workgroup has met twice

Workgroup established
Met with DOJ and State/EPA Forum
  to review issues
Policy issued 11/14/91

Draft memo circulated to Regions
Implementation underway
Released Environmental Indicators
  Report on 11/25/91
Communications team formed and
  drafting strategy

Draft Fed Reg notice and strategy
  submitted to OMB
                                                                                            (U
                                                                                            n
                                                                                            a
                                                                                            3
                                                                                            U)

-------
RECOMMENDATION
F. Review Risk Policies
1. Review Superfund Risk
Assessment Guidance
2. Develop Risk Management Guidance
LEAD
ORG.

OERR
OERR
CONTACT
PERSON

Reed
Reed
STATUS

Briefed SAB on 11/8/91
Initiated review of all FY91
Superfund risk assessments
Developed communication plans
for risk assessment guidances
Planning Hill briefings
 rt
 rt
 pi
 O


 r
•d

 to

-------
                                                    Attachment 4
            AGENCY-LEVEL WEAKNESSES/CORRECTIVE ACTIONS


CATS Tracking Number:

     91 - 30

Assessable Unit/AU *;

     1903 - PSPD; 1904 - WMD; 1905 - CAD;1913 - MISWD;1914 - CABD

Title of Ag£ncv-level Weakness and Description:

     CONTRACT   MANAGEMENT:   OSW   will  develop   and  implement
     standardized  recordkeeping procedures  for  Work Assignment
     Managers.

Year Identified and Source of Discovery;

     OIG Audit: Management of Contracts Supporting the Office of
     Solid Waste; E1XM*8-11-047-9100209; 03/89

Critical Milestones in Corrective Action;
                                   PROJECTED
I
1
2
3
4
MILESTONE
Evaluate current practices
Develop standardized record-
keeping procedures
Train OSW staff
Implement new procedures
5 Review implementation to
assess effectiveness
Budcret Implications. If Anv:
COMPLETION
12/90
4/91
8/91
9/91
4/92
                                                  STATUS

                                                  COMPLETED

                                                  COMPLETED


                                                  COMPLETED

                                                  COMPLETED

                                                  ON SCHEDULE
     N/A

Corrective Action Plan Status Updates;

o    September 30. 1991. Status Update;  No Change

o    December 31. 1991. Status Update:  No Change

o    March 31. 1992. Status Update;  No change

o    June 30. 1992. Status Update:

-------

-------
                                                Attachment 5
                        OUST INTERNAL CONTROLS
      OUST has  a  number of internal  controls in place which apply
 to  all  of our  contracts.   Listed below are the types of controls
 OUST  exercises in managing our contracts.

 Work  Assignment  Managers

      routinely provide input to the project officers on
      contractor's performance  (technical quality  of  products,
      timeliness  of delivery, compliance with budget)  on specific
      work assignments

      maintain  frequent communications  with contractor's project
      managers  to provide  clear direction on work  assignment
      requirements and  feedback on contractor's  performance under
      the  work  assignment

 Project Officers

      have  all  taken the required project officer  training  offered
      through the EPA Institute  and are  certified  to serve  in that
      capacity

      are senior  level  employees with extensive  contracts
      management experience

      communicate regularly with the contracting
      specialist/officer to keep abreast of  issues and events
      germane to OUST's contracts

      have  clear understanding of OUST's expectations for project
      officers—standards are detailed in each project officer's
      performance agreement

      conduct monthly meetings with contractor's project managers
      and an OUST Branch Chief who represents our  Management Team
      to review performance on work assignments, identify issues,
      and take  remedial action to ensure quality work is performed
      on a  timely basis at a reasonable  cost

      review work assignments, work plans,  and modifications to
      ensure the  effort requested of the contractor fits within
      the scope of work of the contract  and  does not request
      contractors to undertake work which is prohibited  or
      inappropriate

Work  Assignment Managers and Project Officers

      review monthly progress reports against invoices prior to
      actual payment, ensuring that charges  are  correct,
      appropriate, and  conform to requirements in  the contract

-------
                                                       Attachment ^> Cp.ii)
     issue and track specific subtasks under broader work
     assignments to allow closer management of work and ensure
     that deliverables are of high technical quality, within
     budget, and on time

Branch Chief/Operating Funds Officer/Management Team Advisor on
Contracts Management

     meets with project officers to discuss performance of
     contractors, identify issues and potential problem areas,
     and determine renedi»l steps so as to ensure OUST receives
     high quality deliverables which are reasonably priced on a
     timely basis

     ensures internal controls for sound financial management are
     followed

     o    reviews and approves work assignments to ensure
          obligation of funds is consistent with OUST's FY92
          operating plan as developed and approved by OUST's
          Management Team

     meets with OUST's Office Director and other senior managers
     to discuss significant activities and issues related to
     OUST's contracts management

     reviews and signs all Action Request Forms (for issuing work
     assignments and modifications and approving work plans) as
     part of the standard review and approval chain, which also
     includes:  work assignment manager, Branch Chief/Management
     Team advisor, officers for automated data processing
     ramifications, project officer, and contracting officer

Office Director

     provides clear guidance to staff on process to access a
     contractor

     dedicates staff resources to a "procurement team" tasked
     with developing an unambiguous request for proposals and
     establishing clear evaluation criteria.  OUST's new
     procurements will be offered in a full and open competitive
     process to solicit proposals from a wide variety of
     offerers.

     reviews new contract procurements and certifies they have
     adequate evaluation criteria and conform to Agency
     requirements; OUST works closely with EPA's Procurement and
     Contracts Management Division  (PCMD) in developing
     procurement packages

-------
                                                 Attachment  6
      PLANNED INITIATIVES TO IDENTIFY AND CORRECT POTENTIAL
         VULNERABILITIES IN CONTRACTS MANAGEMENT IN OSWER


     In addition to the corrective actions already preceding
under FMFIA requirements and as a result of recent audits or
internal reviews, several areas in OSWER have been identified as
needing a more in-depth evaluation to assess vulnerability.  The
internal reviews will focus on these specific issues.

1.  Re-examine resource needs to reduce reliance on contractors

    In FY 1990, the Superfund program conducted a detailed study
of work being performed under SF headquarters support contracts.
The study was done in response to a recommendation contained in
the Management Review of the Superfund Program that EPA begin
increasing in-house staff to reduce dependence on contractors for
policy and regulatory development support work.

     Additional FTE were requested in the FY 1993 budget to
decrease reliance on contractors for:  analysis  of regulatory,
policy,  and legislative issues;  compilation of  guidance to
implement EPA policy; and compilation/analysis of responses to
comments on notices published in the Federal Register.  These
FTEs were not included in OMB's passback on the  FY 1993 EPA
budget.   We are re-examining the need for these  in the FY 1994
budget process.

     Recognizing that other OSWER programs are also highly
leveraged, we will examine the need to reduce reliance on
contractors for similar types of activities in each of our
program offices when we conduct our reviews.

2.  Re-examine adequacy of resources devoted to contracts
    management

     We are analyzing the current distribution and utilization of
contract management resources in HQ and the Regions.  This
analysis is necessary to update distributions that may have been
significantly impacted by the workload model freeze, and the
implementation of the new long-term contracting strategy in
Superfund.  The reviews will examine the extent to which current
resource allocaitons are being actually being devoted to
contracts management.

     One particular area we will look closely at is the review of
invoices.  Project Officers are able to spend little time on this
and there are few written procedures in place for this effort.

-------
                                               Attachment 6  (p.2)


3.  Conduct internal review of selected contracts to ensure no
    "inherently governmental functions"  or activities that give
    the appearance of being inherently governmental, are being
    performed by contractors.

     We intend to examine the CLP sample management office
contract, and the analytical/technical support contract for
reportable quantities to ensure there is no potential for
the appearance of inherently governmental functions being done
under these two contracts.

4.  Co-location of contractors with EPA employees.

     We are examining the need for and physiscal identification
of any on-site contractors in HQ and the Regions.  Wherever
possible, we will have contractor employees located off-site.  As
a result of our quick reassessment, an additional 	 contractor
employees have been removed from EPA premises.  Any remaining
contractor employees in HQ are clearly located in separate
locations from EPA employees, and are readily identifiable as
contractors.  We still need to evaluate the potential for
vulnerability to personal services in two areas where employees
are co-located (ESAT and TAT contractors) .

5.  Working with subcontractors.

     We will examine how staff should interact through the prime
contractor when working with subcontractors, and reinforce proper
chains of communication.  There exists some potential for the
appearance of directed subcontracting if proper procedures are
not followed.

6.  Clarifying the roles and responsibilities of Project
Officers, Work Assignment Managers and supervisors/managers.

     As discussed in the transmittal letter, we have been
developing a comprehensive training initiative to complement
our existing training, reinforce practical tools, and increase
senior management understanding of and involvement in contract
management.

-------
                                                 Attachment 7


                        AGENCY-WIDE ISSUES


     In addition to the areas identified as requiring additional
examination within OSWER, there are three areas we would like to
highlight as Agency-wide concerns:


1.  Tremendous time lags in incurred costs and indirect cost
    audits.

     OSWER has been concerned about the slowness of financial
audits, and has requested DIG support in conducting these audits.
However, the DIG has been experiencing seious audit backlogs.
There is no way for the programs to know what is contained in the
indirect costs — they are billed as a percentage.  Only auditors
see these costs.
2.  Fixed fee nature of HQ contracts

     Using fixed fees limits the ways in which we can provide
incentives to improve contractor performance.  The perception is
that award fees constitue "bonuses" to the contractors.


3.  Guidance on reasonable costs/roles and responsibilities in
    reviewing expenditures

     Given the ambiguity of the FAR in certain areas, PCMD should
consider issuing some "common sense" guidance regarding what may
be regarded as a reasonable business cost.  As far as possible,
these parameters should be very clear at the initiation of a
contract.  The roles and responsibilities of COs, POs and
managers and auitors in monitoring expenses should also be more
clearly delineated.  Other agencies, such as DOE, require their
financial management people to sign off on monthly progress
reports and other financial documents.  Given that most of EPA's
work assignment managers are technical staff, there may be some
merit to considering this type of approach.

-------

-------

-------

-------
                UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                             WASHINGTON, D.C.  20460
                                   .,,„                             OFFICE OF
                                   MAR  3 I  '992                 AIR AND RADIATION
MEMORANDUM

SUBJECT: OAR Contract Management Review

FROM:     William G. Rosenberg, Afe^tari
              for Air and Radiation F^

TO:         William K. Reilly, Administrator
      In response to your memorandum dated March 10, 1992, attached is OAR's Contract

Vulnerability Assessment Report.  This report presents an assessment of potential contract

vulnerabilities and outlines a plan of action for review of each issue identified. I will keep

you, Hank Habicht, and Chris Holmes apprised of OAR  progress.  I agree this  matter

should be viewed with the utmost seriousness and will  get the message  to all OAR

employees that sound contract management practices such  as those identified in my repot

are to be followed.



Attachment

cc:    Hank Habicht
      Deputy Administrator

      Christian Holmes
      Acting AA/OARM


                                                                     Prmed ci Rec, lei Pap*

-------

-------
 OFFICE OF AIR AND RADIATION
CONTRACTS ASSESSMENT REPORT
           March 1992

-------

-------
                    OFFICE OF AIR AND RADIATION
                   CONTRACTS ASSESSMENT REPORT
I.     BACKGROUND

      On March 10,1992, the Administrator requested each office undertake a thorough
review of the strengths and weaknesses of its contract and project management efforts. In
response to this request, on March 12 OAR established a Contracts Management Work
Group. Its membership, comprised of senior managers from each of OAR's program offices
who report directly to the Office Directors, includes:

            Michael Shapiro, Deputy Assistant Administrator OAR, Chairman
            Laszlo Bockh, Office of Mobile Sources  (OMS)
            Ed Callahan, Office of Atmospheric and Indoor Air Programs (OAIAP)
            Jeff Clark, Office of Air Quality Planning and Standards (OAQPS)
            Jerry Kurtzweg, Office of Program Management Operations (OPMO)
            Bill Laxton, Office of Air Quality Planning and Standards (OAQPS)
            Katherine Moore, Office of Policy Analysis and Review (OPAR)
            Lori Stewart, Office of Radiation Programs (ORP)

      In addition, OAR has appointed a senior official to oversee contracts management
at remote sites as follows:

            Charles Gray, Director for Regulatory Programs and Technology, OMS, Ann
                 Arbor, MI
            Jed Harrison, Acting ORP Lab Director, Las Vegas, NV
            Bill Laxton, Director, OAQPS Technical Support Division, Durham, NC
            Sam Windham, ORP Lab Director, Montgomery, AL

      Based on the urgency of the messages contained in the Inspector General's report,
OAR spent the bulk of its time between March 12 and March 26 identifying possible OAR
weaknesses. To aid in the review, OAR used Agency directives such as EPA Order 1900.2 -
Contracting At EPA. EPA Order 1900.1 - Use  of Contractor Services, and the Agency's
Contracts Management Manual were used. Upon completion of OAR's preliminary review,
several areas of potential  vulnerabilities in our contracting practices were  identified.

      OAR's initial review was based largely upon personal observations and judgments
of senior EPA staff as well as information obtained from a number of OAR project officers.
While not conclusive, this initial review suggests parts of OAR are potentially vulnerable
to a number of problems. This is because the nature of OAR's contracting efforts resemble,
in  certain respects, circumstances that  have led to  problems elsewhere  in the Agency.
Examples include:

-------
o     Rapid growth and heavy workload demands as well as severe time pressures to
      complete critical projects.

o     Heavy workload demands on OAR contract management personnel.

o     Use of on-site contractors.

o     Growing reliance on fewer, larger contracts over time.

o     Separation of project officer from location where work is performed.

      OAR is working aggressively to determine and, if found, address potential concerns.
The following are examples of actions already underway in OAR program offices:

o     On March 23 Michael Shapiro in his role as OAR's Senior Procurement Official met
      with contract project officers and other personnel involved in contracts management
      at the National Vehicle and Fuels Emissions Lab in Ann Arbor, MI. He also is
      scheduled to meet with OAR Project Officers in Durham, N.C. and Headquarters
      before the end of April.  Project Officer participation is critical to our correctly
      identifying potential problems and implementing reforms. These meetings provide
      an opportunity to educate OAR contracts management employees on the findings of
      the I.G. audit report, make them aware of steps taken to begin our own reyjew^of
      OAR contract practices, give them an opportunity to raise issues important to them,
      and to demonstrate senior management commitment to this process.

o     The Office of Atmospheric and Indoor Air Programs  (OAIAP) has worked with the
      Office of Administration and Resources Management, Contracts Management
      Division in RTF, NC, to implement a management review of office contracting.  In
      addition,  the OAIAP has  worked with CMD to develop a two-day  contracts
      symposium  for all OAIAP project officers,  delivery  order officers  and  work
      assignment managers. The symposium has been scheduled for May 27 and 28 in
      Washington, D.C. The purpose of the symposium would be to supplement existing
      Agency-wide contracts training for the office staff.

o     The Office of Mobile Sources (OMS)  established a check list for use by project
      officers in a review of all contracts.  This form required verification by Division
      Directors, and an additional review and followup by Laszlo Bockh, Director of the
      Program Management Office, and his staff. The review to date has resulted in: 1)
      identification of the need to followup to make sure procedures for accounting for
      property that is in the hands of the Contractors are in place so the equipment
      reverts to the Government when the contract is completed; and 2) identification of
      the need for better identification  of on-site guards  and other support personnel.
      Review is now being extended  to specific  tasks and  delivery orders  under all
      contracts.

-------
       The Office of Radiation Programs (ORP) has asked all Division Directors to review
       the  work assignments managed  by  their staff to ensure the contractor is not
       providing work outside of the scope or work and that no personal services are being
       provided.  An initial questionnaire, focusing on inherent government services, has
       been completed for ORP's major LOE contract to  determine potential problem
       areas.   This  information  is  currently  under  review  by  ORP  management.
       Additionally, the Deputy Office Director is  meeting  with contracts  management
       employees to review contract management policies and procedures.

       The Office of Air Quality Planning and Standards (OAQPS) has established an
       internal workgroup comprised  of key contract managers and project officers to
       coordinate our review of contract management activities, address issues raised, and
       recommend improvements.  On-site  contractor space has been  reviewed and  a
       certification that all space occupied by contractors is clearly designated as such is
       required. They are also conducting meetings as needed with all PO's, DOPO's, and
       WAM's and their supervisors and managers  to brief them on current Agency and
       OAR contract management initiatives.  These meetings are also being used as an
       opportunity  to  obtain their  assistance  in identifying contract  management
       weaknesses and in initiating corrections and improvements.
      OAR has also developed a contract assessment checklist to aid in the review of all
OAR contracts. This checklist will be used by all project officers to assess the contracts
under their purview. The information provided by this checklist should give us a good start
on  identifying  and targeting our  analyses.   While it is  unclear  at this time where
improvements might be needed,  it is important to get the message to all OAR employees
that sound contract management practices such as those identified in this report are to be
followed.
II.    ACTIONS TO BE UNDERTAKEN IMMEDIATELY

      OAR's list of potential weakesses has been divided into two broad categories. The
first identifies issues where immediate action can be taken.  The second contains a list of
issues which must be addressed before OAR can determine what additional problems, if
any, exist.
      Actions Relating to CSC Delivery Orders;

      Of immediate importance was an extensive project-by-project review of CSC delivery
orders to determine what issues,  if any, apply to OAR managed delivery orders.  OAR's
review resulted in measures  taken to provide  a  clear physical  delineation of on-site
contractors and action  to provide for a clear-cut physical location for  CSC support

-------
personnel.  We have also taken immediate action to ensure that no personal services are
being provided.  An education process has begun to ensure all employees understand the
proper role of CSC and have requested CSC do the same for its employees.  At the Ann
Arbor lab, CSC issued specific guidance to its employees on relations with EPA as early as
last fall.
      Actions Relating to All Contracts :

      In addition, OAR Office Directors have been requested to take immediate action to
ensure their staff is applying the following sound contracting practices:

1.    Emphasize to all OAR contracts management employees that contractors are not to
      be providing assistance/input in the preparation of work assignments, delivery
      orders and/or contract statements of work.

2.    Emphasize the importance of writing definitive statements of work. This is essential
      if OAR is to avoid entering into prohibited contract management practices such as
      personal services, or having a contractor work beyond the provisions contained in
      overall contract.

3.    Assure the  contractor  does not  begin  work before a  fully  executed work
      assignment/delivery order is in place.

4.    Assure OAR employees  are not  directing  prime  contractor  selection of a
      subcontractor.

5.    Perform an immediate review of on-site contractors and take whatever immediate
      measures are possible to establish  a clear distinction between contract  and  EPA
      employees, including physical separation to the extent possible.  Upon completion
      of OARM's review of Agency security measures, move to implement recommendations
      as expeditiously as possible.

6.    Submit a justification of need for  all existing on-site contractor support for the
      approval of the Senior Procurement Official. This justification must be received no
      later than April 17,1992. All future requests for on-site contractor support must be
      cleared by the  Senior Procurement Official before submittal to OARM Contracts
      Management Division.

7.    Take necessary steps to assure employees providing contractor technical oversight
      have required certification.

8.    Assure that contract vehicles are not used as a means to bypass hiring procedures.

-------
 9.     Assure that contractors  providing support to others outside of EPA are  being
       adequately monitored by EPA contract  managers.  Contracts funded through
       reimburseable and other agreements with Federal agencies may present problems of
       appropriate EPA oversight.

       The following course of action will be undertaken to make certain OAR employees
 are aware of and take immediate steps to comply with these issues:

       A.     DAA meetings with all OAR Project Officers to be completed no later than
             April 30, 1992.

       B.     Meeting with all Office Directors no later than March 30.  The purpose of
             this meeting will  be to discuss the contents of  this report, emphasizing
             immediate compliance with the assurances listed above,  and to initiate
             further management improvement actions.

       C.     Memo to Office Directors no later than March 31, 1992.  This memo will
             require each office to outline the specific steps being taken to comply with
             each of the areas listed above.

       D.     Memo to all OAR employees no later than April 10,1992. This memo will be
             used to transmit a copy of this report to all OAR employees, along with a
             reaffirmation  of senior management  commitment to sound  contracting
             practices in OAR.  It will outline further steps to be taken to fully investigate
             the issues contained in the next section.
HI.   AREAS FOR FURTHER REVIEW

      This section identifies areas where OAR feels improvements may be necessary but
for which more time, beyond the March 26 deadline for this report, is needed to investigate
fully.  As emphasized in Chris Holmes* memo, we should not respond to criticism with a
flurry of short term corrective actions, only to have the problem crop up in the future.  It
is important that OAR's review of its contracting practices be thorough. Therefore, OAR
is establishing a Quality Assessment Team to continue our review. Based on the findings
of this Assessment Team, OAR  program offices will prepare a five year  strategy  for
improving their contracting practices.  This Quality Assessment Team will be comprised
of representatives from each of OAR's program office and will represent a wide range of
contract experience.  This team will report directly to the OAR Contracts Management
Work Group and  will perform  a  review of the contracting "culture" in OAR.  That
examination should include questions such as:

-------
                                        6

1.    Do we have sufficient controls in place to effectively monitor contractor work?

2.    Is the contractor performing work outside of the contract scope?

3.    Do contract  management personnel have position descriptions and meaningful
      performance  standards in place?

4.    Are OAR contracts which furnish government  property for contractor use in
      compliance with Chapter 5 of the Contracts Management Manual?

5.    What steps are being taken to assure contractors are not unduly influencing EPA
      policy?

6.    Are contract employees presenting EPA policy?

7.    Do we have sound fiscal accountability measures established throughout OAR?
             adequate control over mixed appropriations   .
      -     adequate validation of contractor invoices
             adequate control of funds received  from different programs

8.    Are contracts with large subcontractor teams the most efficient use of EPA resources

9.    Are there ways to enhance contractor competition in order to obtain a larger pool
      of eligible contractors?

10.   Is OAR  becoming dependent on contractors working in high  risk data/sensitive
      areas?

11.   Are sufficient resources dedicated to contract management?

12.   Is the training received by contracting personnel adequate?

13.   Has the training received by contract  management employees been sufficient to
      assure no actual conflict of interest or the appearance thereof?
      These issues were selected based largely upon personal observations and judgments
of senior EPA staff and information obtained from project officers, and may be changed to
reflect new priorities established by the Agency's Standing Committee, the OAR Contracts
Management Work Group, or at the request of the Quality Assessment Team.

-------
                                              7

        SCHEDULE FOR COMPLETION OF QUALITY ASSESSMENT TEAM REPORTS

              A.    Copies of contract assessment questionnaire submitted to all OAR project
                    officers no later than March 30,1992, with completed forms returned to OAR
                    Senior Procurement Official no later than April 7.

              B.    Quality Assessment Team protocol for study which identifies the scope of
                    their review to be submitted to OAR Senior Procurement Official no later
                    than April 27,1992.

              C.    Draft report of Team  findings including recommendations, if needed, to
                    correct potential vulnerabilities due to OAR Senior Procurement Official no
                    later than June 15,1992.

              D.    Recommendations to be reviewed by OAR Contracts Management Work
                    Group and final report to be submitted to AA/OAR no later than June 30,
                    1992.

^            E.    Schedule for implementation of recommendations will be determined on a
 \                 case-by-case basis. However, the Administrator and the AA/OARM will be
                    kept informed of the results of our reviews and copies of materials provided
                    as appropriate.

-------

-------

-------

-------
s TV—r^, £         UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
j AAlZZ g                    WASHINGTON, D.C.  20460
 V^^^^TJ?
                                                           OFFICE OF
                                                        PESTICIDES AND TOXIC
                                                          SUBSTANCES
  MEMORANDUM
  SUBJECT:  Contract Management Review

  FROM:     Linda J. Fisher  ^
            Assistant Administrator

  TO:       William K. Reilly
            Administrator

       As requested in your  memorandum of March  10,  1992,  OPPTS  has
  initiated a review of contract management practices in general with
  particular attention to the issues raised by the Inspector General.
  During the last two weeks,  OPPTS senior managers have met on a  bi-
  weekly basis  to review  the  findings of  the Inspector  General's
  report and its application  to  OPPTS,  to assess the current state of
  all of our  contracts  with special  emphasis on national  delivery
  orders and  CSC delivery orders, and  to determine  the steps  we
  should take to ensure  our compliance with the letter and spirit of
  the procurement regulations.

       The results of our  review thus  far indicate that our primary
  vulnerability appears  to  involve a national delivery order for data
  entry of enforcement information in each Region.  To begin to deal
  with this vulnerability, we have brought the need  for  increased
  oversight of this contract effort to the  attention of our Regional
  staffs;  headquarters   staff   will  intensively  manage  contractor
  performance in close consultation with the Regions.   In addition,
  we are looking at opportunities to move contract personnel off-
  site,  where  possible,  or  physically  separate  them  from  EPA
  employees.  We are  obtaining distinguishing badges  or  nameplates
  for all  contractor personnel who  will  remain on-site.   We  are
  reviewing  office  operational  procedures  to  ensure  that only
  authorized  personnel  provide   work  assignments  to  designated
  contractor  personnel,  and we are verifying that all  contractor
  personnel have the necessary clearances to handle CBI.  In the very
  near future, we will begin  a more detailed vulnerability assessment
  of all OPPTS contracts.

       We can move quickly to  make certain kinds of changes  in  our
  contract management practices that will help to respond to some of
  the criticism.  However, other  long-term changes  in the way we do
  business and the way we, as an Agency, approach procurement and
                                                           Printed on Recycled Paper

-------
contract management also need to  be considered at this time.  We
need to move on both levels so that our actions fully comply with
the letter and spirit of the procurement regulations.

     With this in mind,  we  are developing a comprehensive strategy
to raise the consciousness,  sensitivity,  and knowledge of senior
executives, managers, and  project officers regarding procurement
and contract management.   As a starting  point,  I will meet with
all office  directors,  division directors, project  officers, and
appropriate   branch chiefs  in the  first week  in  April.   This
meeting has  many purposes which  include stressing  the Agency's
commitment to total compliance with contract management policies as
well as  soliciting the  ideas  of  these managers for  additional
training, procedures, and other improvements they believe will help
to improve  contract management practices and deliver important
contract services to OPPTS.   I  believe we, as an Agency,  can do
more to educate managers about proper contract management and our
executives need to have  a working knowledge of contract management
regulations   and   enforce   accountability   throughout   their
organizations.   In consultation with  contract  experts  within the
Agency, we intend to develop tiered contract management training
courses that each manager will be required to attend.   In too many
cases,  managers need to  know more than they do, or at least need a
refresher, regarding appropriate contract management principles and
practices.

     During the upcoming months as we work  on detailed responses to
the Inspector  General's report  and as we revise  our procurement
procedures, there are two major considerations that we need to keep
in mind.   First, EPA and OPPTS are  very highly leveraged  in that we
rely on contractor support  to assist with important aspects of our
programs. The chances of reducing our dependency on contractors are
slim because we cannot secure the required FTEs  (and we cannot pay
for  all  the  FTEs  authorized)  while our  budget for  contracts
increases.

     Second, we need the  large mission-support  type  contracts.
Without  this  mechanism or  some  viable  alternative,  important
aspects of  program implementation  would  experience unacceptable
delays.  Admittedly, all levels  of management need to give more of
their time and attention to development of statements of work and
oversight  of  contractor  performance.   However, with increased
management and accountability on the  part of EPA  personnel and by
keeping mission support contracts  to a reasonable  size,  we believe
we  can  properly utilize  this  mechanism  to provide important
services.

     I  would  be  happy to discuss  any  aspect   of  our contract
management review with you.

cc:  F. Henry Habicht
     Christian Holmes
     OPPTS Office Directors

-------
          UNITED STATES ENVIRONMENTAL PROTECTION AGENCY

                      WASHINGTON, D.C. 20460
                             APR   3 1992
                                                         OFFICE OF
                                                  PESTICIDES AND TOXIC SUBSTANCES
MEMORANDUM

SUBJECT:  Designation  of Senior Procurement Officer

                            Y7~}l/           /
FROM:     Linda J.  Fisher /? £, //^^^-^ /O
          Assistant Admin istratiyr           /y  /

TO:       Christian R. Holme^
          Acting Assistant Administrator for Administration
               and  Resources  Management

     Victor. J. Kimm will serve as the Senior Procurement Officer
for the Office of Prevention,  Pesticides,  and Toxic Substances.

-------

-------
                UNITED STATES ENVIRONMENTALPROTECTION AGENCY
                              WASHINGTON.D.C. 20460
                                                             OFFICE OF
                                                         PREVENTION, PESTICIDES.
                                                         AND TOXIC SUBSTANCES


                           April  17,  1992


MEMORANDUM

SUBJECT:     Contract Management Follow-up

FROM:        Linda J. Fisher    Q  '^dc^z**^	fc->—   ^r^'l
             Assistant AdministratOTaor Prevention, Feticides,
             and Toxic Substances^•'                   ^

TO:          Christian R. Holmes
             Acting Assistant Administrator for Administration
             and Resource Management

        As  discussed in my memo to the Administrator dated March 27,
1992  (copy attached), OPPTS  is pursuing a number  of  activities to
improve our management of contracts.  These issues are receiving the
full attention  of our senior leadership.  In addition  to the March
27th memorandum, the following information is provided in response to
your request of March 31,  1992:

        I.    Vulnerabilities that  were  identified  in  any  program,
 tanagement or other audit  (e.g., by OIG or GAO)  during the last five
years.

        OPPTS responses to OIG  and GAO audits as  they are completed
and  initiates  appropriate  action,  as  necessary,  to  correct any
problems brought out by  the OIG/GAO review.  Over the last five years,
no vulnerabilities were noted other than  those currently reported and
tracked  in   the  FMFIA   process.     They  are  weaknesses  of  a
programmatic/management  nature and  none  are  directly related  to
contract management  issues.

        II.  Vulnerabilities that were  identified in  any  internal
control review  pursuant to FMFIA requirements  during  the last five
years.

        Over the  past  five  years,  internal reviews have   revealed
certain vulnerabilities of a programmatic or management  nature.  None
of them were associated with contracting issues.  All of the planned
corrective actions have been completed except for two  (Agency-level
weaknesses)  currently identified  and tracked in  the  FMFIA  process.
They are:

        Data Systems  - Generic Chemical Review and Registration.  The
ability of the systems  to effectively  assist  in  the  managing and
tracking of pesticide regulatory  decision  making  activities.

-------
                                 -2-


        Export Policy - A review of the PIC notification process for
its effectiveness in achieving Agency objectives.

        III.   Corrective  actions initiated or completed  to  address
such vulnerabilities.

        Corrective action plans  for  OPPTS1 Material Weaknesses and
Agency-level   Weaknesses   are    inplace   to    address   reported
vulnerabilities.  Audit follow-up  corrective  actions in response to
OIG and GAO audits are also underway.  Vulnerabilities  identified by
internal reviews are complete except as reported above  in item  II.

        IV.   Implementation schedules for any  corrective actions not
yet completed.

        Corrective actions and a schedule  of  the  planned completion
dates are  reported in our  individual  responses  to OIG/GAO  audits.
Our progress  towards  the scheduled achievement of these  corrective
actions is the subject of status updates in the Agency's  Management
Action  Tracking System  (MATS).    Likewise,   planned  schedules  for
completing  corrective  actions   of FMFIA  reported weaknesses  are
reported in the Agency's Corrective Action Tracking System (CATS).

        V.  The  attached  charts show  the number of contracts  managed
by each office in OPPTS, the type, dollar value,  and purpose,  as well
as the staff members involved in the management of these contracts.

        As  stated before,  OPPTS  is  committed to  increasing  senior
management's involvement in the area of contracts management.  To this
end we  are negotiating  with Procurement  and Contracts  Management
Division (PCMD), for technical assistance  in developing  a diagnostic
approach to  evaluating current  practices,  and  developing training
modules  for   OPPTS  personnel  for  continuous  contracts  management
improvement.

        One final note,  I  believe that  it is crucial to  keep  in mind
that OPPTS  is highly  leveraged  and underfunded  in S&E.   The  AC&C
component of the OPPTS programs is increasing while the number of FTEs
remains relatively static.  This difficult situation is exacerbated
by our shortfall in S&E because we cannot  pay for  the number of FTEs
allocated to  us.  Hopefully  this  problem, which is Agency-wide in
nature, can be addressed in the  FY 1994 budget process.


Attachments

cc:     OPPTS Office Directors
        Dick  White
        Joyce Hay

-------
ract Sunmary
Contractor
HI ine A Co. (Sole Sourc*)
K«vric Coapeny (M Flra)
Procure. Request Proposal
Research Triangle Inst.
loane Hark* ting Research
tynaMC
ON Engineering
italcoff * Associates. Inc.
Labat- Anderson, Inc.
Laidlau fnviroraent Service
Acurex. Inc.
Veraar, Inc. (OTS)
we 
Clement
> URC (OHRH)
U«C (OHM)
DPRA. Inc.
Equity Associates (Cin.)
ICF, Inc.
Computer Science* Corp.
Computer Sciences Corp.
Computer Science* Corp.
Computer Science* Corp.
Computer Sciences Corp.
UNISYS
SU
SAIC
Labajt Anderson
Labat Anderson
MMI
Ultra Tech.. Inc.
Contract ff
68020016
6BUD-0032

68090058
6B-1M01
68010006
6BU9-0052
68-020010
68-00-0142
68-D8-0166
68 MB 0104
68-01 0075
08-V80104
68-M-OI04
60010134
68-CO-M13
68-08-006
68-WO-0043
68-WO-Q043
68-MO-0843
68 UC 0043
68 WC- 0043
68-01-7437
68-09-0152
68-CB 62
68 C2 0100

68 U» 0115
68-01-0017
C.
c.
E.
C.
J.
a.
H.
A.
S.
H.
B.
C.
C.
J.
J.
H.
J.
C.
J.
D.
J.
F.
P.
P.
F.
«.
K.
H.
J.
J.
t.
EM
Project Officer
Brandt
SzywwM
•upuy
•randt
NoffAM
Conerky
Craven
•reedlove
Lawrence
Nunbaugh
Boodee
Gordon (IMM)
Gordon
Scott
Hoyer
Jaaanon
Faulkner
Parker
Noyer/l. C«lvert
Hills
Lieb
Kowell
Johnson
Johnson
Mowell
Sherrill
Souve'
Coliim
fry
BUI ings lea
Joriosoa
Trainipg
Status
CERT IF 160
CERTIFIED
CERTIFIED
CERTIFIED
CERriFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERT HIED
CERT HIED
CERTIfI£D
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
On/Off Fund
Site Type
OfF
Off
OFF
OFF
OfF
OFF
OFF
OFF
ON
OFF
OFF
OFF
OfF
OFF
OFF
OFF
OFF
OFF
OFF
ON
OFF
Ok
Off
OFF
OH
OK
Off
OFF
OFF
OF*
OFF

FF
CPff
CPFF
CPFF

FF
FF
FF
CPFF
CPFF
CPFf
CPFF
CPFF

CPAF
FF
FF
FF
FF
FF
ff

CPAF



CPFf
* 10' S FY92 C/0
Deliverable if Cent or To Date
lype Per*. * DO'S ($000)


TEtM/lOE
TERH/LOE
TEW/LOE

SPECIFIED
TEXM/IOE
TERH/LOE
Tine t Hater iais
TERH/LOE
Tiae < KateriaU
Tine t Materials
LOE

LOE
LOE
LOE
LOE
Loe
LOE
Specific Delivery

LOE



ferm/LOE
81.5
150.0
410.0
18.0
10.0
410.0
600.0
125.0
7 70.3
3.5'.5.0
249.0
3M.O
Z3.8
2
00 #35 15.5
23.0
190.0
24.0
118 .5
2 DO 4385 139.3
DO «:S2 1400.0
3 00 «283 292.0
DO *43 557.0
DO #444 317.4
4 245.0
20
75.0
40.0
2.0
?5.5
275.0
Contract
Capacity
(WOO)


S
2


5
4


4


2

5
34
34
14
S4
34

1




2


,000.0
,670.0
753.0

,771.0
.500.0


,500.0


,921.0

.265.0
,800.0
,600.0
,800.0
.800.0
.800.0
503.8
,500.0




,260.0
Contract
Description
Furchase orders
OPP Reg. develop.
Env. Che*. Hetkoctt
Feat. Usage Survey
Subscrip. to Database
Science Support
Science Support
Comunicfction
info Ngmt.
Pesticide Storage
Science Support
Science Support
Org. D eve I cement
Science Support
Org. Development
Org. Development
Decision Model
Worker Protection
MPS
Info Kgmt.
Info Hgnt.
Info Hgnt.
Info Mgmt.
Info Hgn.
Info Hgnit.
Info Hgnt.
Info Mgmt.
Disposal Seaport
Endang. Spec. Sipp.
Voice Hiil
Science Support
                                                                                                                                                                                      ro
                                                                                                                                                                                      ru
                                                                                                                                                                                     o
                                                                                                                                                                                    o
dRAND TOIAL  :
                                                                                                                                                                                    X

                                                                                                                                                                                    -I
                                                                                                                                                                                    m
                                                                                                                                                                                    o
                                                                                                                                                                                    i.i

-------
                                                                                                       MAR   i o  1992
                                 •  '     .. •-..     (ON-SITE)    *  ol TASK/         AMOUNT FUNDED
EPA     TRAINING   ON    FUNDING  DELIVERABLE I CONTRACTOR   DaiVERY   FY-92COMM.-  Fr92 TOTAL   TOTAL $$
       1  STATUS  «!ITP    TVPC-      TVPC"'     ocnor*».ici      rvw^r.     	  I  ---
CONTRACTOR
DIVISION: EED
ALLIANCE
Battelle Mem.
Clement (OPP)
Cox a Assoc.
Cox a Assoc.
Gen. Sciences
Corp.
ICF (OGWP)
Midwest
Research Insl.
Research Triangle
Institute (ORD)
Versar Inc.
Woslal, Inc.
DIVISION: ETD
AST. Assoc.
ABT, Assoc.
Hampshire
ICF
Malhloch
SAIC
TRI
CONTRACT #

68-DO-8180
68-00-0126
68-01-0075
68-00-0061
68-00-0099
68-00-0080
68-CO-0083
68-00-0137
68-01-0099
68-D9-0166
68-09-0174

68-00-0020
6B-D9-0160
68-DO-0165
68-08-0116
6B-D8-0112
68-01-0156
68-09-0176
PROJ OFFICER STATUS

E

. Sterreit
E. Sterretl
WAM:J. Scoll
E
E
L
Sterren
Sierrell
Delplre

Cerlllled
Cerlllled
Cerlllled
Cerlllled
Cerlllled
Cerlllled
W:M. Romblad Cerlllled
J.
Breen
Certified
WAM: R.Rollln Certified
T.
E.

E.
C.
P.
C.
C.
C.
R.
Murray
Sierrell

Fesco
Rawlo
Bennett
Rawle
Rawlo
Rawle
Rakshpal
Cerlllled
Cerlllled

Certified
Certified
Cerlllled
Certified
Cerlllled
Certified
Cerlllled
SHE TYPE1

to
to
to
to
to
to
to
to
to
to
to

to
to
to
to
to
to
to

CPFF
CPFF
CPFF
CPFF
CPFF
CPFF
CPAI
CPAF
CPFF
CPAF
CPFF

CPAF
CPFF
CPFF
CPFF
CPFF
CPFF
CPFF
TYPE"

LOE
LOE
LOE
LOE
LOE
Time a maier.
LOE
LOE
LOE
Time a mater.
LOE

Spec, dellvrbl
Spoc. dollvihl
Spoc. dollvrbl
Spec, dellvrbl
Spoc. dollvrbl
Spec, dollvrbl
Spec, dellvrbl
PERSONNEL ORDERS OBLIGATE!}
1 PLANNED 1 IN CONTRACT

1 175.000 175000
0 26 612.00C
1 n/a 20.000
0 1 1 83,000
0 21 135.000
0 12 162.000
1.400.00C
20.00C
200.000
300,000
504.000
2.200.000
20.000
500.000
600,000
834.000
1 150,000 150.000 150.000
0 33 1,132.500
1 250,000
-••?.*'.
•A.
0 35 540.000
0 20 105.000
3,200.000
250,000
. "2.500.000
••• 800.-000
6.565.000
250,000
• «'
6.200.000
1,800.000

0 118 621.275
0 104 345.000
070
0 151 324.517
0 71 125.000
0 9 240.000
080
2.000.000
1,220,000
0
1.100,000
830,000
787.000
463.000
5.381,942
3.500.690
800.427
5,156.990
1.869,909
3.600.231
1.362.997
BHiei-
DESCRIPTION

Lead Prev.Handbook
Survey Design
Support
PCB Seminar
Slat Anal.Suppon
Slat. Anal. Support
Model Sup. Exposure
Rule SupVPCB
Sampling/Ana.
ol selected subs.
RESEARCH/LEAD
. EXP. ASSESS.
*;«C '
STAT,ANAL

Gen. Tech. Support
Economic Analysis
TRI Dam Analysis
Gen. Tech. Support
Economic Analysis
Engineering Suppor
Chemistry Support

-------

fXpNTOACTOR

TRI
DIVISION: IMD
CSC - CBI Center
(OIRM)

CONTRACT «

68-D1-0161



PRC/ATI -CBI Imaglns
CAS - TSCA Inventor} 68 -WO-0028
CRMI
(OARM) .:•-
PRC
CSC/NMI
(OIRM)
CSC (Non-CBI)
(OIRM)
Computer Based
Systems. Inc.
Labal-Anderson. Inc.
(OIRM)
MDL
(OARM)
PRC/Sycom
Booz-Allen
(OIRM)
SVOCM
Viar 4 Co.
68-D1-0026

68-01-7361
68-WO-0043

68-WO-0043

68-08-0013

68-W9-0052

68-WO-0007

68-01-7361
68-W9-7361

68-W1-0050
68-W8-0083
EPA. TRAINING
PROJ OFFICER STATUS
o'
R. Rakshpal Cerlllled

J. Geer Cerlllled

J. Martin Cerlllled
H.Lau Cerlllled
Y. Klnney Corlllled

Y. Klnney Cerlllled
Y. Klnney Cerlllled

D. Sellers Cerlllled

D. Sellers Cerlllled

:G.Brown .... Cerlllled
(WAM)
Y. Klnnoyh Corllllod

Newburg-RlnnCerlllled
Newburg-RInn Cerlllled

Newburg-RlnnCerlllled
C. Drew Cerlllled
ON
5JIE

No

Yes

Yes
No
No

Yes
Yes

Yes

No

No

to

to
to

to
to
FUNDING
TYPE*

CPFF

IDIQ

IDIQ
LOE-CR


IDIQ
IDIQ

IDIQ

IDIQ

IDIQ



IDIQ
IDIO

IDIQ
IDIQ
DELIVERABLE ((CONTRACTOR
JYj>F" pFRSONNEL

Spec. dollvrbl 0

Service 43

Service 1
Service 1
Service

Service 1
Service 1

Service 6

Service 0

Service 0

Service

Service 0
Service 0

Service 0
Service 0
DELIVERY FY92COMM.- FY92 TOTAL TOTAL $t
ORDERS OBLIGATED |
ELAbftlEQ |
IN CONTRACT


2 260.000
200,000]
1.330.172

1 1.377.100

1 65,000
1 598.000
21.000

1 17.800
1 182.000

1 1 1 B.tfb.0
'
1 2,760.000

1 97,100

50,000

4 300,000
2 25,000

1 300.000
1 32.000
1.377.100

65.000
625.000
21.000

17.800
182.000

215.000

4.100.000

337.500

50,000

495,000
75.000

310.000
33.000
1377100

65000
625000
21000

17800
182000

21500Q-
.
4100000*

337500

50000

495000
75000

310000
33000
BRIEF
DESCRIPTION

Chemistry Support

Doc. Proc. Center

CBI Imaginary
TSCA Inventory





"» •. *•
"f '. •
f
• *£*.**'** ''

Journal Subse.









-------
            .;••:>;•                                    '     .-•• .    (ON-SITE)    »  ol TASK/        AMOUMT FUNDED
                 EPA     TRAINING    ON   FUNDING-   DELIVERABLE »CONTRACTOR   DELIVERY   FY92COMM.-  FT92 TOTAL   TOTAL$$
CONTRACT»   PRO.I OFRCER  STATUS  SUE    TYPE'      TYPE"'     EEBSQUbO.     CBQEBS    CBUGAJEfl  |  ELANNJEQ  I IN CONTRACT
UNISYS 68-01-7347
DIVISION: EAD
CSC(OIRM) 68-WO-0043
Rll 69-D1-0011
DIVISION: PPD
ICF. Inc. (OPPE) 68-W9-0080
SAIC (Clnnclnnall) 6B-CB-0062
Cadmus ,[OW)
Ballelle ( ) 6B-CO-0063
Booi-Allen (OPM) 90-01-706
Nowburg-RlnnCerlHIed Yes IDIQ
t

S. Davis Cerlllled No
(WAM)
W. Woodbum Cerlllled Yes

J. Krleger Cerlllled
(WAM)
P. Flattery Cerlllled
(WAM)
P. Flattery Cerlllled
E. Yang (WAM) Cerlllled
J. Edward Cerlllled
(WAM)
                                                  Service



                                                  LOE

                                                  LOE
                                           OPPT TOTALS B

                                            0 ol OPPT Contract!

                                            ol OPPT Contractors
ai
 4          1      396,900)     451,000




 0          1   •  691,175    2230000

12         n/a      809.900    1200000
                                                              BRIEF
                                                           DESCRIPTION
                          75.0001

                          40.000

                          30.000

                          25.000

                          75.000

     •6         746    14395167  31105500   72195865
                                                451000




                                              2.230,000  ASHAA Loans/grant

                                              4,800,000  TSCA Hotline
                                                                                                                            P.P. Slale Demo.
                                                                                                                            Analytical and
                                                                                                                              Logistical Suppor
                                                                                                                            LCA Impact Assess.

                                                                                                                            TCM
                            .VI" •
                                                      ..  #

-------
                                                                                                                                                        c
CONTRACTOR
CONTRACT *
UAM/DOPO
TRAINING
ON/OFF FUND/DEL IV ON -SITE
SITE TYPE CONTRACTOR
TASK ORDERS
DEL ORDERS
AMOUNT FUNDED PURPOSE
FY 91/92 TO DATE TL ADD'NL PLANNED
PERSONNEL
URC
AST ASSOC
ABT ASSOC
CSC
SAIC
AMS
SRA
SRA
ABT ASSOC
SAIC
VIAR
CSC
SAIC
VIAR
VIAR
CSC
CSC
CSC
VIAR
HRA
INTEG LAB
ABT ASSOC
CSC
CSC
SAIC
VI CYAN
VIAR
UIC/OSA
68-W8-0104
68-DO-0020
68-D9-0169
68-WO-0043
68-C8-0062
68-U9-0039
68-08-0017
68-D8-0017
68-DO-0020
68-WO-0025
68-W8-0083
68-WO-0043
68- C8- 0066
68 -WO- 0083
68-WO-0083
68-WO-0043
68- WO- 0043
68-UO-0043
68-W8-0083
K.
K.
K.
P.
P.
P.
V.
P.
P.
P.
P.
0.
P.
0.
D.
J.
D.
C.
H.
68-DOO-0165B.
68-01-0159
68-08-0112
68-WO-0043
68-WO-0043
68-C8-0062
68-01-0007
68-W8-0083
68-01-7437
C.
B.
D.
D.
F.
F.
R.
F.
CHERRY
CHERRY
CHERRY
SAUNDERS
SAUNDERS
SAUNDERS
LATHROP
SAUNDERS
SAUNDERS
SAUNDERS
SAUNDERS
MEREDITH
SAUNDERS
MEREDITH
MEREDITH
MASON
MEREDITH
SECREST
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
PODNIESINSKICERTIFIED
SULLIVAN
FLETCHER
SULLIVAN
DYSON
DYSON
SMITH
SMITH
ZISA
SMITH
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
CERTIFIED
NO
NO
NO
NO
NO
NO
NO
NO
NO
NO
NO
NO
NO
NO
NO
YES
NO
NO
NO
NO
NO
NO
YES
YES
NO
NO
NO
YES
LOE
LOE
LOE
FP/IQ
AWARD FEE
ID/10
LOE
LOE
AWARD FEE
AWARD FEE
LOE
FP/IQ
C+AWARD
LOE
LOE
FP/IQ
FP/IQ
FP/IQ
FP/ID
LOE
LOE
LOE
IQ
IQ
LOE
LOE
LOE
LOE
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
2
0
0
0
0
0
0
1
2
0
0
0
2
DO
WA
WA
DO
WA
DO
WA
WA
WA
WA
WA
DO
WA
DO
DO
DO
DO
DO
DO
#45
#3-02
013-06
#481
#3-81
#70
#31C-1
#31C-2
#2-65
#53
#208
#316
#C-3-84
#232
#227
#310
#070
#179
#0206
WA* 2-03
00100841
WA
00
DO
WA
WA
DO
DO
#P3-1
#368
#369
#3-40
#1-11
#219
#300-92
$9,029.00
$50,000.00
$15,000.00
$299,000.00
$136,000.00
$50,000.00
$240,000.00
$195,000.00
$100,000.00
$579,700.00
$37,000.00
$280,000.00
$200,000.00
$426,000.00
$100,000.00
$60,000.00
$339,000.00
$55,028.27
$35,000.00
$40,000.00
$100,000.00
$115,000.00
$65,000.00
$58,869.20
$40,000.00
$80,000.00
$275,000.00
$96,250.00
STRATEGIC PLANNING
MEETING PLANNING
TRACKING SYSTEM
FIFRA,TSCA,EPCRA TRACK
FIFRA SEC7 PROCESSES
SEC7 SYS EVAL
PESTICIDES DATABASE
WRK SHOP 6G INFO
TRI DATABASE
TECH OUTREACH SUPP
TEXT IMAGE PILOT
$124,000.00 DATA ENTRY SSTS/FTTS
$112,000.00 TECH INSPEC DOCUMENTS
FTTS TO LAN SYS
$200,000.00 SYSTEM ENHANCEMENTS ETS
$12,000.00 TSCA/CBI TRACKING
DATA ENTRY SSTS/FTTS
POLICY ACCESS SYSTEM
ST. LAW & SURVEY DATABAS
EPCRA SEC 313
$101,016.00 DATA AUDIT REVIEW/FIFRA
TECH&FINANCE ANAL OF P2
$41,105.15 ADP/DATA ENTRY
$40,469.92 ADP/DATA ENTRY
$20,000.00 FILE MANAGEMENT
$62,000.00 CMS SYSTEM
$185,000.00 COMPUTER SYS ENHANCEMENT
ON-SITE PC/LAN SUPP
TOTAL
$4,075.876.47
                                                                                                                                     $712,591.07

-------

-------

-------

-------
             UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                        WASHINGTON, D.C. 20460
                               27 1992


                                                      "WiP
MEMORANDUM
SUBJECT:  Office of Water Contract Management Review -
          INFORMATION MEMORANDUM
FROM:  <\£-LaJuana S. Wilcher
          Assistant Administrator

TO:       The Administrator

THRU:     AX
          The Deputy Administrator


     In response to your memorandum of March 10, 1992, I am
pleased to submit the attached preliminary assessment of present
or potential concerns regarding contract and project management
within the Office of Water (OW) and our plan of action to address
these concerns.

     I can assure you that the Office of Water has approached
this review as a very serious matter that requires senior
management attention.  In December 1991, senior OW managers and I
met with David O'Connor, Director, Procurement and contracts
Management Division, to discuss potential vulnerabilities in OW's
contract management practices.  Before your memorandum, on
March 2, 1992, I directed that a work group be formed to review
OW contract and grant management practices, and to recommend
improvements.  This work group is led by an OW SES executive and
includes (91-15 level representatives from all OW offices, OARM,
OGC, and two regional offices.  The work group has not yet
completed its activities, but its findings to date are reflected
in the attached preliminary assessment.

     The preliminary assessment indicates several areas of
concern regarding OW contract management practices.  These
concerns are similar to many of those identified Agency-wide as
"cultural."  The root causes of these concerns seem to be time
pressure to get quick results  (and thus a tendency to cut corners
during the contract management process) and /lack of adequate
training about and attention to the details/ of the contract
management process by both supervisors and staff.

-------
     A fundamental problem is that the OW staff is becoming
increasingly overloaded with contract and project management
activities.  OW's AC&C budget has increased 62 percent from FY
1989 to FY 1992, but our headquarters staff FTE has increased
less than one percent in that time.  Our workload continues to
grow and a great deal of it is governed by statutory deadlines,
many of which were known to be unreasonable and unachievable at
the time of enactment.  In light of these challenges, it is
important that we find ways to empower our contracts management
personnel to identify and find solutions to the process problems
they face.

     I intend to take several actions to address these concerns
in the near term, and will respond to the recommendations for
improvement forthcoming from the work group I mentioned earlier.

     The attached assessment from our work group reflects our
preliminary findings on areas needing long term attention.   In
the short term, I will be convening a special forum of all OW SES
personnel to discuss their roles in contracting matters and to
explore areas of improvement in OW contract management practices.
Further, I will recruit a full time contract management
specialist for my "front office" staff (the Policy and Resources
Management Office) to evaluate and develop methods to improve OW
contract operations, and to strengthen our office-wide contract
management capabilities.  Improvements will include, at a
minimum, a more sophisticated contract tracking system (in
concert with the Agency's new Integrated contract Management
System) and revised written procedures for contract processes
(such as checkoff lists for work assignment managers to assist
them in meeting all applicable requirements).  We have recently
distributed a list of contract do's and don'ts for all OW staff.

     Clearly, EPA senior management needs to pay more attention
to contract management.  At this time, I am asking Martha
Prothro, Deputy Assistant Administrator for Water, to serve as
our Procurement Officer as requested in Chris Holmes' February  28
memorandum.   (We are, however, considering whether another
arrangement would be preferable for the long term.)  Jack
Lehman's leadership in conducting this initial assessment has
been most valuable in meeting our immediate needs.

     I fully support the Agency's efforts to address this
important issue.  I will ensure that OW carries out the  immediate
steps to improve contract management mentioned in Chris  Holmes'
memorandum.  I also support the efforts underway to establish
Agency-wide teams to address broad contract management issues,
such as improvements to training curricula for project officers
and work assignment managers, and improvement in the processing

-------
of contracting actions.  These steps will help all of us meet our
programmatic responsibilities with careful adherence to good
contract management principles.

Attachments

cc:  Chris Holmes

-------

-------