tf£F
"i-
                                                          10019923 pt. 2
       Tab
                    SPONSES 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     - vOPPTS   (dated 3/27/92)
                — also,  followups (dated 4/3/92  and 4/17/92)

O     -   OW   (dated 3/27/92)
 \5              — also,  followups (dated 4/6/92  and 4/22/92)


                          - continued -
            C-J
            CD
            O)
            CM

-------
                               - 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 RTF 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).

-------
   PRELIMINARY ASSESSMENT  OF CONTRACT MANAGEMENT PRACTICES
                       OFFICE OF WATER
                       March 26, 1992
CXJ
CO
CM

-------

-------
     PRELIMINARY ASSESSMENT OF CONTRACT MANAGEMENT PRACTICES


                         OFFICE OF WATER
INTRODUCTION

     On March 2, 1992, the Assistant Administrator for Water
directed that a work group be formed to review Office of Water
(OW) contract and grant management practices and recommend
improvements to these practices where indicated.  The work group
is led by an OW SES executive and includes GM-15 level
representatives from all OW offices, OARM, OGC, Region 2 (Water
Management) and Region 3 (Administration).  The work group has
not yet completed its activities, but its findings to date are
reflected in this assessment.
REVIEW PROCESS

     The work group decided to concentrate first on OW contract
management practices, leaving assessments of grants
administration and Interagency Agreement practices to a second
phase.  The work group efforts encompass both headquarters OW
contract management activities and regional office use of OW
contracts.

     As a first step, the work group collected basic information
concerning the number and amounts of OW contracts, the number of
contract project officers (POs) and work assignment managers
(WAMs) certified and active in OW, the degree of regional usage
of OW contracts, the degree of usage by Offices outside OW, and a
list of contractors onsite in OW space.

     Next, the work group met with senior project officers in
each of the four OW offices to explore  (1) how the contract
management process is working in OW,  (2) what current or
potential concerns the POs could identify, and  (3) what
suggestions the POs had for improvements to the contract process.
The work group solicited similar information from regional office
contract managers and the OARM contract management office in
Cincinnati that handles most OW contracts.  A synopsis of these
findings is presented in the next section of this assessment.

-------
GENERAL CONCERNS

     The review of contract management practices to date in the
Office of Water and the regional offices that administer tasks
under OW contracts identified the following general concerns:


!•  Inadequate Training

   o Manager Training

   - Presently many OW managers are unfamiliar with contract
     procedures and "do's and don'ts" of contracts.
     They may put so much pressure on their staff to produce
     quick results that the staff feels compelled to cut corners
     in the contract process.

   o Work Assignment Manager(WAM)/Project Officer  (PO) Training

    - Focus  of present training  is not on the day-to-day issues
     of WAM/PO responsibilities or the "do's and don'ts" of
     contracts management.

2. Onsite Contractors

   o In some cases, onsite contractors are not separated from
   EPA employees and are not adequately identified  as
   contractors.  People discussing issues with them do not
   realize they are contractors,  and may divulge inappropriate
   information.

   o Onsite contractors tend to become "part of the group" and
   begin to  do tasks that  assist the EPA employee.  This leads to
   potential problems with personal services and/or contractors
   carrying  out inherently government  functions.

   o Onsite contractors sometimes attend EPA meetings that are
   not directly related to their duties.  This may  give  them  an
   unfair advantage in subsequent contract  competitions.

3. Different Contract and PO Requirements

   o Different contracts can  have significantly  different
   requirements.   Inattention to or lack of knowledge of these
   differences by  WAMs can lead  to problems, incorrect
   information and/or miscommunications.

   o Project Officers may  impose differing  contract management
   requirements.   Where WAMs  work with several POs, they could
   have problems in dealing with these different requirements.

-------
4. Personnel Turnover

   o  This  is a  major concern at all levels of contracts
   management:  WAMs,  POs,  COs and contractors.   Rapid personnel
   turnover leads to people working on or coordinating projects
   for which they have  little or no knowledge.

5. Personnel Overload

   o   The  overall OW AC&C  budget has increased  62  percent  from
   FY 1989 to FY 1992,  but OW headquarters FTE  has increased  less
   than one percent  in  that period.   Consequently,  personnel
   resources have not kept up with demand to  ensure efficient and
   quality management of contracts.

   o   Management of  contract work assignments is often not given
   a  high  priority by supervisors.   Such  work is often
   considered "other  duties as assigned"  on top of a full  load  of
   other duties.

6. Financial Management Process

   o  Contractors sometimes submit inadequate  information on
   payment vouchers or  they submit them late.

   o  Procedures for declaring contract carry-forward funds at the
   end of  the fiscal  year  are very time intensive  and
   inefficient.   Corrections are always necessary  after actual
   year-end costs are determined.

   o  Contract management procedures are not always aligned with
   financial management procedures and vice versa.   This can  lead
   to concerns  at the end  of the fiscal year, such as IAG  funds
   that cannot  be carried  forward, certification of unobligated
   AC&C funds,  and "banking" of unspent funds.

7. Award Fee

   o  The intent of an award fee contract  is all but defeated  in
   relatively small  contracts.  Actual award  fees  are usually so
   restricted in range  to  be of little incentive to the
   contractor.   Additionally, the award fee process is so
   resource intensive for  such a little benefit that no one  is
   willing to spend the time assessing contractors.

8. Small vs. Large Contracts

   o  Very  large contracts  can have major  contract  management
   problems, but so can small ones.  Numerous small contracts can
   lead to inefficiency, much greater resource  demands,
   insufficient numbers of knowledgeable  POs  and WAMs, and
   significantly increased workload on COs.

-------
                                4

9. Regional Use of Headquarters Contracts

   o  It is  common  practice  for regional  offices  to assign task
managers to manage OW headquarters contractor activities in the
region that support regional programs.  Although this is an
efficient way of using contractors, it can lead to significant
communications problems between the regional task manager and the
headquarters project officer and work assignment manager.


REMEDIAL
     In the short term, the Office of Water intends to carry out
the following remedial actions (suggested by POs and others) to
address some of the concerns noted above.

1. SES Meeting

     OW will be convening a special meeting of all OW SES
personnel in the near future to discuss their roles in
contracting matters and to explore areas of improvement in OW's
contract management practices.

2. SES Training

     All OW SES personnel will attend a special seminar on their
role and responsibilities in contract management by the end of
FY 1992.

3. Contract Management Specialist

     A full time contract management specialist will be assigned
to the immediate office of the Assistant Administrator (the
Policy and Resources Management Office) to evaluate and develop
methods to improve OW contract operations.

4 . Contract Management Improvements

     OW plans to implement the following improvements in the near
term:

        -  A more sophisticated contract tracking system,  in
concert with the Agency's new Integrated Contract Management
System.

        -  Improved written procedures for contract processes,
including  standardized file formats and checkoff lists for  work
assignment managers to assist them in meeting  all applicable
requirements .

        -  Maintenance and regular distribution of lists of
contract do's and don'ts for  all  OW staff, and

        -  Assuring adequate training of all staff and managers
involved in  contracts management.

-------
     Additional recommendations for improvements will derive from
the OW contracts management work group, noted above, that has not
yet finished its activities.

-------

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



                             APR 6 W92
                                                        OFFICE OF
                                                         WATER
MEMORANDUM

SUBJECT:   Office of Water Contract Management Review
           Follow-up Information
FROM:    .fl.aJuana S.  Wilcher
          Assistant Administrator

TO:       Christian R.  Holmes
          Acting  Assistant Administrator for
          Administration and Resources Management


    In response to your memorandum of March 31, 1992, I am
submitting the attached partial assessment of contract
management vulnerabilities within the Office of Water (OW)
identified by OIG and our original and updated plan of action
to address these  concerns.  Additional information on this topic
is being gathered and will be sent to you by April 16, as you
requested.

     In addition,  I have provided  data  on OW contracts and
procurement personnel,  in response to the last two items
requested in your memorandum.


Attachment
                                                  Printed on Recycled Paper

-------

-------
               OFFICE OF WATER CONTRACTS AND RESOURCES
OFFICE OF WATER TOTALS

Active Contracts                42
Total Contract Value         $487.2M
Contracting Officers               0
Project Officers                 30
WAMs/DOPOs                 181
Legal Staff                     0

OFFICE OF WATER IMMEDIATE OFFICE

Active Contracts                 0
Contracting Officers               0
Project Officers                  0
WAMs/DOPOs                   6
Legal Staff                     0

OFFICE OF SCIENCE AND TECHNOLOGY

Active Contracts                24
Contracting Officers               0
Project Officers                 12
WAMs/DOPOs                  51
Legal Staff                     0

OFFICE OF GROUND WATER AND DRINKING WATER

Active Contracts                 8
Contracting Officers               0
Project Officers                  8
WAMs/DOPOs                  55
Legal Staff                     0

-------
OFFICE OF WETLANDS, OCEANS AND WATERSHEDS

Active Contracts                 4
Contracting Officers               0
Project Officers                 3
WAMs/DOPOs                 26
Legal Staff                    0

OFFICE OF WASTEWATER ENFORCEMENT AND COMPLIANCE

Active Contracts                 6
Contracting Officers               0
Project Officers                 4
WAMs/DOPOs                 43
Legal Staff                    0

-------
OFFICE OF WATER PROGRAM CONTRACTS
01-Apr-92
ow
PROGRAM
OFFICE

OST
TOTAL
VALUE
$211.0

CONTRACTOR


OGDEN ENV & ENERGY SERV
DYNAMAC CORPORATION
ABT ASSOCIATES
ENVIR MANAGEMENT SYST
EASTERN RSCH GROUP
RADIAN CORPORATION
RSCH TRIANGLE INST CORP
VIAR CORPORATION
RADIAN CORPORATION
RADIAN CORPORATION
SCIENCE APPL INT'NL CORP
SCIENCE APPL INT'NL CORP
ABT ASSOCIATES
RADIAN CORPORATION
SCIENCE APPL INT'NL CORP
ANALYTICAL TECH., INC.
S-CUBED
PACIFIC ANALYTICAL, INC.
PACIFIC ANALYTICAL, INC.
MIDWEST RESEARCH INST.
TRIANGLE LABS, INC.
S-CUBED
MIDWEST RESEARCH INST.
ETS ANALYTICAL, INC.
Ktt^wl&wiii»f&3($\
TOTAL
VALUE
$47.9
GEO RESOURCES CONSULT
THE CADMUS GROUP
ECOS
MALCOLM PIRNIE, INC.
WADE MILLER ASSOCIATES

TYPE


LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE
LOE

NATURE OF CONTRACT


ANALY, EVAL, COORD & AUTOMATED SUPT SERV
WQ GRIT & STNDS - SLUDGE USE & DISPOSAL
WQ CRIT & STNDS - SLUDGE USE & DISPOSAL
PREP - CRIT DOCUMTS & HEALTH ADVISORIES
DEVEL - CRIT DOCUMTS & HEALTH ADVISORIES
EFFL LIMIT & STNDS-PESTICIDES MANUF IND
EFFL LIMIT & STNDS-CENTRALIZED WASTE TRMT
OPER SAMPLE CNTL CTR, TECH ASSIST&SPEC ANALY
EFFL LIMIT & STNDS-MACHINERY MANUF/REBUILD IND
EFFL LIMIT & STNDS-PULP/PAPER/PHARMACEUTICAL
STAT ANALY-EFFL LIMIT & STNDS-PESTICIDES, OIL
EFFL LIMIT & STNDS-OFFSHORE & COASTAL OIL & GAS
ECON ANALY-EFFL LIMIT &STNDS-PESTICIDES
EFFL LIMIT & STNDS-PESTICIDES PACK & FORMULATE
EFFL LIMIT & STNDS-CENTRALIZED WT & OCPSF IND
ANALY SERV-ANALY OF ORGANICS/MULTI-MEDIA SAMP
ANALY SERV-ANALY OF ORGANICS/MULTI-MEDIA SAMP
ANALY SERV-ANALY OF ORGANICS/MULTI-MEDIA SAMP
ANALY SERV-ANALY OF DIOXINS&FURANS IN MM SAMP
ANALY SERV-ANALY OF DIOXINS&FURANS IN MM SAMP
ANALY SERV-ANALY OF DIOXINS&FURANS IN MM SAMP
ANALY SERV-ANALY OF METALS IN MM SAMPLES
ANALY SERV-ANALY OF METALS IN MM SAMPLES
ANALY SERV-ANALY OF METALS IN MM SAMPLES
DRINKING WATER HOTLINE
ECONOMIC IMPACT ANALYSES
TECH SUPPORT FOR REGULATORY DEVELOPMENT
EVALUATION OF TREATMENT TECHNOLOGY
TECHNICAL SUPPORT FOR OGWDW

TERM


3YR
3YR
3YR
2YR
SYR
4YR
4YR
SYR
4YR
SYR
4YR
SYR
4YR
SYR
SYR
4YR
4YR
4YR
4YR
4YR
4YR
4YR
4YR
4YR
3YR
3YR
SYR
3YR
3YR
EXPIRATION
DATE


JULY 94
DEC. 93
DEC. 93
SEPT 92
JUNE 92
SEPT 92
SEPT 92
SEPT 94
SEPT 94
JUNE 95
SEPT 94
MAY 95
SEPT 94
SEPT 95
JAN 95
SEPT 95
SEPT 95
SEPT 95
SEPT 96
SEPT 96
SEPT 96
SEPT 95
SEPT 95
SEPT 95
SEPT 93
SEPT 92
SEPT 92
SEPT 93
SEPT 93
MAX.
OVERALL
CEILING
(million)
$0.9
3.3
3.0
1.5
3.5
6.4
1.4
19.3
11.7
27.0
12.0
13.3
3.4
10.8
18.4
3.5
6.8
4.4
2.0
2.8
4.6
15.0
18.0
18.0
1.2
4.4
5.6
6.1
5.0

-------

ow
PROGRAM
OFFICE
CONTRACTOR TY
OFFICE OF WATER PROGRAM CONTRACTS
E
PE NATURE OF CONTRACT TERM
1 1
01-Apr-92
iXPIRATION MAX.
DATE OVERALL
CEILING
(million)
IGF LOE HYDROGEOLOGICAL SUPPORT FOR GROUNDWATER 3YR SEPT 93 9.0
THE CADMUS GROUP LOE UNDERGROUND INJECTION CONTROL 4YR SEPT 93 13.8
THE CADMUS GROUP LOE PROGRAM ANALYSES SYR SEPT 94 2.8
QWOW s ,
TOTAL
VALUE
$107.0
QWEC
TOTAL
VALUE
$121.3
BATTELLELABS LOE TECHNICAL SUPPORT SYR SEPT 92 50.0
AMERICAN MANAGEMENT SYST LOE PROGRAM SUPPORT 4 YR SEPT 93 18.0
TETRATECH LOE TECH SUPPORT FOR 301 (h)/403(C) 4 YR SEPT 95 15.0
TETRATECH LOE TECHNICAL SUPPORT 4 YR FEB 93 24.0
VIAR AND COMPANY LOE PROG/OPER/MAINT-PERMIT COMPLIANCE SYST/PCS SYR MAR. 96 5.6
SCIENCE APPL INT'NL CORP LOE WASTEWATER PERMITTING & ENFORCEMENT SYR SEPT 93 81.3
THE CADMUS GROUP LOE WASTEWATER PERMITTING & ENFORCEMENT SYR SEPT 93 30.4
TEMPLE, BARKER & SLOANE LOE EVAL OF ALTER FINANCING METHODS-WQ MGMT SYR SEPT 93 2.0
ENVIR RESOURCE MGT LOE MUNICIPAL WASTEWATER PROGRAM SUPPORT SYR SEPT 92 2.0

-------
                              - 2 -

4.  Personal Services Performed in Violation of FAR

          The statement of work (SOW) for the FY 1991 delivery
          order was corrected to incorporate the changes
          requested by the Alternate Project Officer and to
          contain both an informal and formal work request form
          for tasks 2 and 5.  The formal and informal work
          request system forms were incorporated into the FY 1992
          SOW.

          4/1/92 Update

          The formal and informal work request system forms were
          also incorporated in the FY 1992 SOW for tasks 3, 4,
          and 6 to conform to the Auditor's finding,  even though
          we disagreed with the finding that the forms were
          necessary for these tasks.

          Any commendatory letters written in the future will
          pertain to the work performed under the contract and
          will  not mention the names  of contractor staff working
          on the contract so that it  cannot be interpreted that
          EPA is being involved in evaluating the contractor's
          personnel.

          4/1/92 Update

          No commendatory letters have been written.

          All future deliverables will be  received formally from
          the prime contractor through the subcontractor
          assistant program manager.   No introductory or any
          other kind of meetings will be held in the  future with
          contractor management or staff before staff has been
          officially assigned to the  contract.

          4/1/92 Update

          Deliverables have been received  formally from the prime
          contractor through the subcontractor assistant program
          manager.   No introductory or any other kind of meetings
          have  been held with contractor management or staff
          before staff has been officially assigned to the
          contract.

          A  sign has been placed at the workstation of the onsite
          staff indicating his company.  He also identifies his
          company when he answers the phone.

-------
            UPDATE OF CORRECTIVE ACTIONS AS OF 4/1/92

The contract with Computer Sciences Corporation/Network
Management Incorporated for Office of Wastewater Enforcement and
Compliance (OWEC) Office Automation LAN/PC Support was terminated
on March 31, 1992 due to budget cuts.  Outlined below is an
update on the corrective actions included in our reply to the
auditors.

CORRECTIVE ACTIONS AS OF 1/21/91

Since receiving the preliminary results of the audit, we have
taken or will take the following corrective actions to improve
management of the Delivery Order #119:

1.  Delivery Order Preparation

A justification for government furnished property was prepared in
FY 1992 for all government property used by contractor staff.

2.   EPA's Monitoring of Delivery Order Was Impaired by
Inadequate Documentation.

The DOPO has taken action to assure monthly reports are timely
and complete.  Problems will be referred to contractor management
and the Project and Contract Officers.  The contractor has
submitted a draft project plan for FY 1992 based on the Planning
PR which carried forward the correct labor mix.   Changes in the
contractor's billing process are beyond the ability of this
Division to assure.

4/1/92 Update

All monthly reports were submitted on time.  The final project
plan was not received on time.  Although we followed the correct
procedures of referring problems to the contractor management (as
stated above),  and got the contracting officer involved in the
process, the plan was delivered 17 days late.  Clearly,  there are
still problems in this area.

3.  Qualifications of Contract Staff

In the future,  the DOPO will review the resumes in the project
plan and verify them against the qualifications in the contract.
If the resumes are incomplete, the DOPO will require a complete
resume.

4/1/92 Update

The DOPO reviewed the resumes in the project plan and verified
them against the qualifications in the contract.  One person's
education qualifications had previously been waived.  The
contracting Officer instructed us that the waivers are being
honored by EPA.  All resumes are complete.

-------

-------
                               -7-

and complete.  Problems will be referred to contractor management
and the Project and Contract Officers.  The contractor has
submitted a project plan for FY 1992 based on the Planning PR
which carried forward the correct labor mix.  Changes in the
contractor's billing process are beyond the ability of this
Division to assure.

3.  Qualifications of Contract staff

In the future, the DOPO will review the resumes in the project-
plan and verify them against the qualifications in the contract.
If the resumes are incomplete, the OOPO will require a complete
resume.

4.  Personal Services Performed in Violation of FAR

The statement of work for the FY 1991 delivery order was
corrected to incorporate the changes requested by the Alternate
Project Officer and to contain both an informal and formal, work
request form for tasks 2 and 5.  The formal and informal work
request system forms were incorporated into the FY 1992 SOW.

Any commendatory letters written in the future will pertain, to
the work performed under the contract and will not mention the
names of contractor staff working on the contract so that it
cannot be interpreted that EPA is being involved in evaluating
the contractor's personnel.

All future deliverables will be received formally from the prime
contractor through the subcontractor assistant program manager.
No introductory or any other kind of meetings will be held in  the
future with contractor management or staff before staff has been
officially assigned to the contract.

A sign has been placed at the workstation of the onsite staff
indicating his company.  He also identifies his company when he
answers the  phone.

5.  Unauthorized Training Charges

Our needs have been specified  in the  FY  1992 Scope of Work.  We
will proceed in accordance with the revised User Guide
instructions if future training needs arise.

-------
                               -6-

Division's mission.  MSD's central responsibilities include
stewardship for the State Revolving Fund and Construction Grants
programs.  Moreover, no work under this Delivery Order relates to
setting policy, preparing Congressional responses, preparing
testimony or any of the Administrator's Prohibited Activities.

UNAUTHORIZED TRAINING

5.   FINDING;  EPA paid costs for unauthorized training of
     subcontractor staff in FY 1991.

     COMMENT;  Paragraph 7.3.2 of Attachment A of the Statement
     of Work states that "all training shall be paid for by the
     contractor unless EPA specifically grants prior approval for
     training to meet special needs peculiar to a particular
     delivery order."  At the time that this training was
     approved, the DOPO and Alternate DOPO had been given verbal
     authority to approve the training by the APO.  The User
     Guide used by the auditor contained the erroneous
     information that the Contract Officer was the approval
     authority.  That authority had been delegated to the Project
     Officer in a June, 1990 memo from the Contract Officer, but
     the User Guide had not been corrected to reflect the change.
     Instead, the Project Officer in a July, 1990 memo notified
     the DOPOs of the change.  In approving this training, the
     DOPO determined that the training in question was necessary
     to meet the particular needs under the delivery order.
     Expertise provided by these courses was not anticipated in
     advance when our requirements were conveyed in the SOW.  We
     discussed the kind of training we planned to provide to the
     on-site staff with the APO who agreed that it was within the
     scope of paragraph 7.3.2.  Both courses were provided by EPA
     free of charge.  The FY 1992 SOW has been modified to
     reflect that the contractor needs expertise in these areas
     and will provide the necessary support.

CORRECTIVE ACTIONS

Since receiving the preliminary results of the audit, we have
taken or will take the following corrective actions to improve
management of the D.O. #119:

1.  Delivery Order Preparation

A justification for government furnished property was prepared in
FY 1992 for all government property used by contractor staff,
both onsite and offsite.

2.   EPA's Monitoring of Delivery Order Was Impaired by
Inadequate Documentation.

The DOPO has taken action to assure monthly reports are timely

-------
                              -5-

         "Each contract arrangement must be judged in the  light
         of it own facts and circumstances, the key question
         always being:  Will the Government exercise relatively
         continuous supervision and control over the contractor
         personnel performing the contract."

    The Position Paper discusses three areas of "supervision"  to
    support its conclusion.

              o    EPA gave oral directions to on-site staff.
                   We agree that this occurred prior to April
                   1991 for several of the tasks described in
                   the Statement of Work.  In response to  the
                   Alternate Project Officer's technical review
                   of April 4, 1991, we immediately adopted a
                   system of formal and informal work request
                   forms.  These procedures, in place since
                   April, were formally adopted for the 1991
                   Delivery Order on August 29, 1991, as well  as
                   incorporated into the 1992 Delivery Order.
                   (The Position paper suggests the procedures
                   were not introduced until FY 1992.)

              o    EPA participated in the hiring of a
                   subcontractor employee.  As the Paper
                   recognizes, while the Alternate DOPO did meet
                   with one subcontractor employee before  he was
                   hired, she regarded the meeting as an
                   introductory meeting — not a hiring
                   interview.

              o    EPA evaluated subcontractor personnel.   EPA
                   did not evaluate the performance  of on-site
                   staff  as  is  implied  in the Position Paper.
                   The DOPO  or  alternate DOPO did  not routinely
                   review and comment  on the subcontractor's
                   performance  and did not  provide the kind of
                    ongoing feedback normally associated  with
                    supervisor-subordinate  relationships.
                    Speculation  by a  former employee that the
                    subcontractor "would have needed input from
                    the DOPO" and the  isolated instance  of a
                    commendatory letter do  not indicate  in our
                    view that EPA exercised a supervisory
                    function on  a continuous basis.

We would also like to comment on another major criterion used to
determine whether contractor activities are personal services
under the FAR:  "whether such services are applied directly to
the integral effort of the organization in furtherance of its
assigned function or mission".  We do not believe that our LAN
system support is an integral part of the Municipal Support

-------
                               -4-

3C.  FINDING:  Invoices were erroneous and were late.

     COMMENT:  We agree that invoices were late.  The problem was
     brought to the Project Officer's attention.  We had also
     brought the problem to the attention of the prime and
     subcontractor management.  As noted above, there was no
     adverse impact to the government and all invoices were
     approved for payment.

3D.  FINDING:    The qualifications of two of the personnel
     supplied by the subcontractor did not meet contract
     requirements.

     COMMENT:  We agree with this finding.  However, no charges
     were billed for the Senior LAN Specialist category until
     after February 1991, by which time the person had fulfilled
     the required number of years of experience.  We would like
     to note that the Senior LAN Specialist has performed well
     and the Government has not been disadvantaged by the
     question of the number of years of his experience.  Although
     the Senior Technical Writer did not graduate from an
     accredited four year college as required by the contract, a
     waiver from this requirement was granted by the contracting
     officer.  As to the allegation that some of the services
     performed by the Senior Technical Writer were actually those
     of a senior word processing operator, we would say that the
     services requested in the SOW were adequately and
     effectively performed, but they were performed off site so
     we had no way of knowing that this was the case.

PERSONAL SERVICES IN VIOLATION OF FAR

4.   FINDING:  EPA's administration of the delivery order and its
     predecessor during FY 1990 and 1991 resulted in a personal
     services relationship.

     COMMENT:  We disagree with this finding.  We did not
     exercise control over the onsite contract employee, which
     includes directing and evaluating his work. It is difficult
     given the nature of the support service provided by the
     contractor to avoid some oral exchange.  Prior to April
     1991, we did give oral direction to the subcontractor as
     related to several of the tasJcs included in the statement: of
     Work.   On the other hand, a work request system was in
     effect.  Under this system, forms were completed requesting
     subcontractor support for various applications.  EPA did not
     act in  a supervisory relationship to the subcontractor which
     involved hiring, termination, or evaluation of the
     subcontractor's performance.  Moreover, the services being
     performed by the subcontractor were not an integral part: of
     the mission  of the Municipal Support Division. The Federal
     Acquisition  Regulation  (FAR) makes it clear that:

-------
                               -3-

    We  agree that the December,  February and June reports were
    submitted  late.  We  agree  that financial and staffing
    information was missing from the December and January
    reports.   However, even if the labor mix problem had become
    apparent from the December report sometime in January, tb*
    issue would not have been  solved sooner because we had
    already referred the issue to  the Project Officer and trh»-
    Contracting Officer  (in November).   This issue was underr
    discussion between the Contact Officer/Project Officerrandr
    the contractor during the  period from November, 1990 toe  ,
    April, 1991.  Following those  discussions, the Contracting^
    Officer determined that it was correct to fund the
    subcontractor management labor categories.  In addition,
    these categories proved acceptable and did not result in. the
    Government paying for any  unnecessary costs.  The DOPO t-df i
    ensure progress reports are submitted in a timely manner- in
    the future.   (Please see section on "Corrective Actions").

    By  way of  additional explanation,  the guidance available-to
    OMPC at the time we  were modifying the planning PR is
    reflected  in the November  20,  1990, "Draft Guidance on the
    Technical  and Operational  Support Services Contract."  Page
    20  of the  document provides guidance on the preparation, of
    the labor  mix and budget.   It  requires the specification, of
    technical  labor categories but states that "Other Direct:
    Costs" are to be listed as a line item and "Program Support
    Labor" is  to be calculated as  5.5% of the other two
    categories.  No subcontractor  management labor categories.
    were included.   We  had addressed this issue with the PO and
    CO  in November and  initially were told that costs for
     subcontractor management support was already included and. no
     subcontractor management labor categories were needed.

35.  FINDING:   The project plan was almost six months late.

     COMMENT;   The  finding is correct.  We denied CSC's request-
     for an extension  but didn't follow-up aggressively to obtain
     the project plan.   It was our understanding at the time: that
     the requirement  for a project plan within ten days of the
     receipt of the delivery order did not apply to planning^FRs.
     We have since determined that for continuing contracts- from
     one year to the  next, a new project plan need not be   :/0-'--<
     developed under a planning PR.  The previous project plan; is
     sufficient if the work requirements are essentially the? same
     as they were in  the previous year.  We have also since:- "" -
     determined that  because TOSS was a new contract, a protect
     plan  should have been submitted under the planning PR* wfcthin
     ten days of the receipt of the delivery order.  We have?
     taken steps to assure that in the future we receive project
     plans within ten days of the receipt of delivery orders^..

-------
                              - 2 -

          o    It is not clear why the change in labor categories
               is cited in this discussion.  If the suggestion is
               that it is another example of contractor/
               subcontractor involvement in the preparation of
               the Statement of Work,  it is incorrect.  When the
               planning PR was prepared in August of 1990, it was
               on the basis of tentative labor rates and
               categories since the new contract had not yet been
               signed.  We had used a  Senior Programmer
               previously and continued with that labor category.
               The Alternate Project Officer's (APO) memorandum
               of October 31, 1990,  advised us of the actual
               labor categories and rates.  On the basis of this,
               we reevaluated our needs based on the actual labor
               categories and rates.   The hourly rates for a
               Senior Programmer/Analyst had risen from $27.71 to
               $33.60 (See APO's memos of July 6, 1990,
               Attachment C and October 31, 1990, page 3).  We,
               therefore, modified the planning PR to use the LAN
               Specialist category for which the rate is $27.42.


EPA'S MONITORING OF DELIVERY ORDER WAS IMPAIRED.

3.    FINDING;   The contractor was late in providing the project
     plan,  certain progress reports and the public vouchers.
     Lack of timely receipt of these documents prevented the DOPO
     from adequately identifying problems with:  (1) the labor
     mix; and (2) qualifications of the subcontractor's staff.

     COMMENT;   Detailed comments on each specific finding is
     presented below:

3A.  FINDING:   The subcontractor used  staff in three labor
     categories that were not authorized until July 1991.
     Progress reports were submitted late to the DOPO.

     COMMENT;   These findings are technically correct.  However,
     the discussion in the Position Paper would be more balanced
     if it gave adequate weight to three circumstances.  First,
     the planning PR was in place and  provided the legal basis
     for the contractor to perform work.  Second, under the
     planning PR arrangement, work is  authorized subject to the
     availability of funds.  Thus, the contractor, not the
     Government, bears the risk if the final PR does not ratify
     the work already performed.  Third, CSC did not bill the.
     Agency until after the labor category modification was
     approved.  The costs proved to be necessary for the
     subcontractor to manage and supervise the subcontractor
     staff on-site and at NMI.

-------
                   COMMENTS ON IG POSITION PAPER
                          ON MANAGEMENT OF
                       CSC CONTRACT ACTIVITIES
DELIVERY ORDER PREPARATIONS

1.   FINDING:  A justification for Government furnished property
     was not prepared and included in the Delivery Order
     procurement package.

     COMMENT;  our understanding is that EPA has historically
     differentiated between equipment furnished to a contractor-
     off-site and access to Government property granted to on—
     site contractor personnel.  Typically, a justification has
     not been required in the latter case. We agree that a strict
     reading of applicable rules is consistent with the IG's
     interpretation of them.  We have, therefore, prepared a
     justification and had it approved in keeping with the IG
     interpretation.  (Please see section on "Corrective
     Actions").

2.   FINDING:  Contractor and Subcontractor staff were involved
     in preparing the Delivery Order procurement package.

     COMMENT;  This finding is not accurate.  Our requirements
     were defined and the procurement packages were prepared by
     Office of Municipal Pollution Control  (OMPC), now Municipal
     Support Division (MSD) personnel.  With respect to the
     specific events marshalled in support of this conclusion in
     the Position Paper;

          o    The only meeting between the CSC Department
               Manager and the Delivery Order Project Officer
                (DOPO) and Alternate DOPO took place on June 13,
                1991, to discuss the contractor's Draft Project
               Plan  (workplan) in response  to our statement of
               Work.  The DOPO did consult  with on-site
                contractor staff about the subcontractor's leave
               policy to determine the theoretical work hours-
                available in FY 1991.  That  consultation  was
                necessary to prepare the estimated budget for/ the
                new PR but did not involve allowing the contractor
                to assign its own work, the  practice prohibited in
                the Administrator's "Prohibited Contracting
                Activities" No. 10.  The CSC Department Manager-
                agrees that he did not meet  with the DOPO to
                develop the Statement of Work or procurement
                request  (PR), and believes that the Position Paper
                misrepresents his statements.

-------

-------
                UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
       I                   WASHINGTON, D.C.  20460
V^**^*

-------

-------
                          April 1, 1992


                    to 3/10 Request/Contracts Mgmt.

                    Ley

          Jack Lehman

     In response to Christian Holmes' memorandum of March 31,
1992, attached is a copy of our previous response to the
Inspector General for Delivery Order No. 119 under the Technical
Operational Support Services (TOSS)  contract as well as an update
on corrective actions we planned to undertake.

     In terms of vulnerabilities identified in our contracts
management during the last five years, either through DIG or GAO
audit or through internal control reviews pursuant to FMFIA
requirements, none have been identified for Municipal Support
Division actvities.

Attachments

-------

-------
                                                       4/16/92
          Additional Information on Vulnerabilities of
                     OW Contracts Management
     In terms of Office of Water (OW) contract management
weaknesses, no "internal control reviews pursuant to FMFIA
requirements" were performed in any of the OW offices during
the last five years.  However, the following vulnerabilities
have been identified through some internal agency audits:

     Office of Ground Water and Drinking Water fOGWDW);
PCMD conducted a review of three Drinking Water contracts
(two of which are existing OGWDW contracts) in May and June 1991.
Two overlying concerns were identified: 1) personal services
and 2) adequate review and documentation of monthly reports
(including invoices) from contractors.

     In the case of personal services, action was taken to
immediately terminate all known occurrences of such actions.
Furthermore, OGWDW is in the process of phasing out most onsite
contractors at Headquarters by June 1992 excluding those in the
Docket Canter, Resource Center, and one PC support person.

     In terms of the issue of documentation and review of
monthly reports, no specific reports were identified as being
inadequately reviewed.  However, to improve the review process,
we initiated an Agency-Level Weakness/Corrective Action that
included critical milestones to eliminating inadequate review
of monthly reports and invoices.  We are continuing to evaluate
contracting procedures and are working towards consolidating
and/or centralizing some contracts to ensure more efficient
management.  However, based on recent discussions with OW and
Cincinnati  (contracts office), it is uncertain whether or not
we will be able to consolidate and centralize contracts because
of the current contracts environment that discourages "large"
contracts.  We will continue to coordinate our efforts with OW
and Cincinnati, and any findings of the OW and Agency Workgroups
will also be incorporated into our efforts.

     Office of Wetlands. Oceans and Watersheds fOWOW);  Program
office management identified in 1990 a need to improve contracts
management procedures to ensure timely funds allocation and
initiation of work assignments, and to enhance contractor
performance.  They initiated an Agency-Level Weakness/Corrective
Action that included a milestone to reformat the Office of
Coastal Protection Division's extramural tracking system.
Currently they are in the final stages of  implementing the new
system.  They will be evaluating the adequacy of the system and
coordinating their efforts with the OW and Agency Workgroups.

-------

-------
             UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                        WASHINGTON, D.C. 20460
                                  APR  22 1992
                                                       OFFICE OF
                                                        WATER
                                   jview -  Additional
MEMORANDUM

SUBJECT:  OW Contract Management
          Follow-up Information
FROM:     LaJuana S. Wilcher
          Assistant Administra
TO:       Christian R. Holmes
          Acting Assistant Administrator  for
          Administration and Resources Management
     This is in further response to  your memorandum of March 31,
and provides additional information  beyond that provided to you
on April 2.

     Attached are two additional summaries of Office of Water
contract management vulnerabilities  identified by audit reports,
,  1 our corrective actions to date.

     No Office of Water contract management vulnerabilities were
identified in any internal control reviews pursuant to FMFIA
requirements during the last five years.

     I fully support your efforts to improve the Agency's
contract management operations  and hope that the attached
information is helpful in that  regard.
Attachment
                                                  Printed on RtcycUd Paper

-------

-------
5.  Unauthorized Training Charges

Our needs have been specified in the FY 1992 Scope of Work.  We
will proceed in accordance with the revised User Guide
instructions if future training needs arise.

4/1/92 Update

No unauthorized training costs have occurred. The contractor
trained their employer in NMl's Certified Systems Administrator
course, but EPA was not charged for the contractor's hours spent
in training, nor did EPA pay for the course.  There was no charge
to EPA for the training.

-------

-------

-------
            UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                       WASHINGTON. D.C. 20460
                                 MAR 31 1992
                                                      OFFICE OF
                                                POLICY, PLANNING AND EVALUATION
MEMORANDUM
SUBJECT:  Contract Management in the Office of Policy, Planning and
          Evaluation
FROM:     Richard D. Morgenstern
          Acting Assistant Adminjls£rat'

TO:       William K. Reilly
          Administrator


     This memorandum responds  to your March 10 request for my
assessment of current  or potential problems relating to  contract
management in the Office of Policy, Planning and Evaluation (OPPE)
and my plans to  address these problems.  The memo is  organized into
three parts.  The first section describes  contracting problems for
which OPPE has already taken corrective action;  the  second section
discusses persisting problems,  clear solutions to which have proven
more  elusive;   and  the  third  section  discusses government-wide
contracting  issues  that underlie  many  of the problems currently
faced by this Agency.

     OPPE has  made  significant  improvements  in the  quality of
contracts management over the  past year due to  the collaborative
efforts of OPPE staff and the  Contract  Management Oversight Group
(CMOG).    CMOG  was  established  in   May  1991 by the  Deputy
Administrator   as   a  result  of  contract  management   problems
identified in an Inspector General report issued in June  1990.

     CMOG is composed of five  members  led by a  senior Procurement
and Contracts Management Division staff member and is charged with
1) identifying and correcting procedural weaknesses in acquisition
planning  and contract management in OPPE and  2)    reviewing all
contract  documents  generated by  OPPE  before their submission to
PCMD.  CMOG reports directly to Dan Esty.

     Over the past  year, with leadership from  Dan  and CMOG, OPPE
has focused on  providing training and  guidance  to work assignment
managers; developing a five-year contract acquisition strategy; and
improving  contract  cost  management.     The result has  been  a
heightened  appreciation  among  OPPE managers  and  staff  of the
sensitivities   associated  with  their  daily   interaction  with
contractors  and of  the vital importance  that contract management
skills play  in  the  successful  implementation of their programs.

-------
 I.  Current Contract Management Initiatives

     The  most significant problems  identified in  OPPE's  use of
 contractors were:  1)  inappropriate use of on-site contractors, 2)
 use of contractors to perform what may border on or  be interpreted
 as inherently Governmental  functions,  3)  inadequate attention to
 organizational   conflict  of  interest,   4)   personal  services
 relationships   between  OPPE  staff   and  contractors,   and  5)
 inadequate cost control.  Some of the initiatives  undertaken by
 CMOG to address these problems include the following:

 Training:  All OPPE managers and staff have been required to take
 a two-day training course developed by CMOG specifically for OPPE.
 The  course focuses  on  the role  and  responsibilities of  work
 assignment managers  and places particular  emphasis on  ethics,
 personal and organizational conflict of interest, "do's and don'ts"
 for  dealing  with  prime  contractors  and  subcontractors,  and
 effective cost  management.   I consider  this training to  be the
 linchpin  for  effecting  a  cultural  change  in OPPE by  raising
 awareness of contract management issues and stressing that senior
management will not tolerate the pursuit  of technical objectives
 at the expense of good contract management.

Guidance:  CMOG's physical presence among OPPE's ranks has been a
tremendous help both  to new  work  assignment managers  seeking
answers to basic  questions  on contract management  procedures as
well as  seasoned managers  seeking to  ensure the  integrity and
effectiveness  of  contracted  activities  in  their  offices.    In
addition to maintaining frequent, informal  communications with OPPE
staff,  CMOG  has  developed  written  guidance on  issues such  as
personal services.

     OPPE's experience with CMOG has  proven  that  ready access to
an in-house group of contract management  experts  who are trained
to identify "beginning of the pipeline" contract issues and prevent
their "mushrooming" into serious management problems may be a more
effective  approach  to   quality   assurance  than  the  Agency's
traditional   after-the-fact  reviews   of   contract  management
practices.

Acquisition  Planning:    OPPE   recently   released  a  five-year
contracting strategy  intended to  bring  continuity and increase
competitiveness to  OPPE's contracting.   Public  release  of this
document last month was followed by a meeting at which our program
and contract  experts  explained details of  the plan and answered
questions from vendors.  More than 300 contractor representatives
 attended the meeting and/or  have  expressed interest in the  five-
year plan.

     The development of  this plan is a first-time effort for EPA,
 and it  could serve  as  a model  for  other offices.   The plan's
 release was welcomed by  the  vendor community, which viewed  it as
 a sign of OPPE's commitment to bring new blood into its contracting
 programs by providing information on procurements well in advance

-------
 of  the  issuance of RFPs.  Such advance notice levels the playing
 field between  incumbents and their competitors by providing  ample
 time for  the development of proposal strategies and reducing the
 inherent  advantage  of  incumbents or  others perceived as having  an
 "inside track."

     Features  of the  five-year plan of  direct benefit  to OPPE
 include:

 o  break out of large mission contracts  into more narrowly focused
 efforts.   The use of more focused statements of  work will  force
 greater accountability at  the  branch and division levels; result
 in smaller, more manageable contracts; and minimize undue reliance
 on subcontractors;

 o  increased emphasis on award  fee contracts and other performance
 and cost control incentive mechanisms;

 o   development of alternative  contract sources  to  eliminate
monopolistic control by single contractors;

o   use of parallel contracting  to create  multiple sources  of
contractor   support,   promote  continuous   competition   among
contractors, and direct the award of new work assignments to best
performers; and

o better  integration of acquisition,  budget and strategic planning
processes.

On-8it« Contractors: Often, when EPA staff and contractors occupy
the same space, the boundaries between these two groups of people
blur and  their working relationships may become less  than "arms
length."  As a result,  OPPE required all but essential contractor
employees  to vacate Waterside  Nail  by September 30, 1991.   This
resulted in the transfer of virtually all contractor employees to
off-site premises.  The two that remain provide technical support
for  OPPE  computers and  are   physically segregated  from  OPPE
employees  in a separate computer room.

Total Quality Management: Based on CMOG's recommendations, OPPE has
instituted  a number of  changes in  an  effort to  streamline the
contract  process,   remove  unnecessary  steps  and paperwork, and
standardize  forms  and  paper   flow.    These  changes  have  led  to
significant  improvements in the  turnaround time  for  processing
contract documents, many of which are time-sensitive.

Increased Fiscal Accountability:  Some of OPPE's past contracting
problems  stemmed from  focusing  on  contract outputs  rather than
financial  management of  contracts, and  lack  of  attention to cost
issues  by  OPPE senior  managers and  work  assignment managers.
OPPE's  contract  training  course  emphasizes the importance  of
negotiating contract work plans and maintaining tight controls over
the expenditure of public funds.  These  principles  are conveyed
through lecture, role playing  exercises and mock negotiations.

-------
     During the past year, OPPE has overhauled the contract voucher
review  process  by improving the  structure  of contractor monthly
progress reports  to  make them more easily understandable to work
assignment  managers and by  directly involving  work assignment
managers  in the  voucher review  process.   All  work assignment
managers are currently  required to review their portion of costs
billed  to  the  Agency and certify  the reasonableness of costs on
projects they oversee before these costs may be reimbursed to the
contractor.

     Finally,  OPPE  has  begun work  toward  establishing on-line
access  for all managers to  a  system  that will  track contract
expenditures both at the contract  and the "macro11  level.   This
system will help us minimize end of the fiscal year spending, spot
unobligated commitments, compare contract obligations with outputs
and prevent  contract overruns.   The  system  is scheduled  to  be
operational before the end of the fiscal year.


II.  Problems that Pose Continuing Risk* for OPPE and the Agency

     In spite  of  the steps OPPE has taken to  improve  contract
management,  certain problems persist.    The  most  significant
problems and my thoughts on them follow.

Problem i l - staffing shortages in PCMD.  Lack of contract support
has,  in the  past,  prevented timely processing  of  paperwork,
resulting  in  a tendency for work assignment  managers to  "cut
corners" and,  in  some   cases,  act outside the  scope  of  their
authority,   since the establishment of CMOG, the vast majority of
contract paperwork has  been processed by CMOG  staff without the
need for review by  PCMD.   I am concerned  that OARM may not  be
equipped to handle the  increased workload from  OPPE once CMOG is
disbanded  and  that  contract  backlogs   will  result as  we
institutionalize the work of CMOG and  return to standard operating
procedures vis-a-vis PCMD.

     CMOG will meet with PCMD to discuss alternative solutions to
this problem.  One possible solution  might  be to delegate all or
part of PCMD1s  contracting authority  to OPPE.   Another solution
might be for OARM  to  house a dedicated contracting officer for OPPE
in Waterside Mall.

Problem # 2 - a continuing perception,  in certain quarters of OPPE,
that  ensuring  good  contract  management  is principally  OARM's
responsibility  and  that  OPPE's  focus  should  be limited  to
evaluating the  technical aspects of  contractor performance.  In
short, the perception  is that OPPE is charged  with handling the
"substance"  issues,  and  PCMD is  responsible  for  the  "process"
issues.     As  employees   understand  that  it  is  everyone's
responsibility  to  improve  contract   management  throughout the
Agency, I am certain that cultural changes  in OPPE will  follow.

-------
 Problem  #  3  -  potentially  limited  interest  among  staff  in
 developing contracting expertise.  We would like to recruit highly
 competent, motivated project officers from within the organization.
 We have already taken special measures to ensure that, after CMOG's
 departure, a contract management infrastructure is put in place to
 provide continuity to our contracts management improvement efforts.
 The  post-CMOG  structure  will  reside  in  the  Office  of  Policy
 Analysis  (OPA).  A senior OPA analyst (who also served as a member
 of CMOG) will chair a committee of two full-time and ten to twelve
 part-time  project officers.

     Recruiting  from  within OPPE  will  be  challenging.    OPPE
 analysts  are hired for  their  technical skills and have, in  the
 past,  been promoted  on  the basis  of  their  analysis,  not their
 business acumen.  Throughout the course of the past year, I  have
 emphasized to managers  and staff  the importance  that  contract
 management  skills  will  play  in  performance  evaluations   and
 promotion  decisions.   I  am hopeful  that the current Agency focus
 on contract management  and the increased  emphasis that I  have
 placed on contracts in OPPE will create  a strong incentive for our
 best junior analysts to serve as project officers and, in  fact, to
 seek out such assignments as key to their professional development.
 Your leadership will be essential in instilling such desire in our
 employees.

 Problem §  4  -  lack  of accountability in the acquisition process.
 Some of OPPE's existing contracts are operating under sole source
 extensions  which were put  in place to avoid lapses  in contract
 coverage resulting from delays in the submission of paperwork for
 new procurements.   There were  three principle causes  for these
 delays:   1)  decisions on the restructuring of  OPPE procurements
 that were postponed until completion of the five year acquisition
 plan; 2) lack of staff trained  in assembling procurement request
 packages; and 3) lack of management accountability for individual
 procurement actions.

     The five year plan includes procedures  to trigger development
 of new procurement packages well before existing contract periods
 of performance are  over.   Furthermore,  CMOG is in the process of
 assembling guidance for OPPE staff detailing the "nuts and bolts"
 of developing a procurement request package.  Consequently,  I am
 confident that, with appropriate management controls, OPPE will not
 face similar potential lapses in contract coverage  in the future.

 Ill,   Gov*rpp>«*pt—vide Contracting Issues

     OPPE's continued reliance  on contractors to perform sensitive
 work and  the  dual  sets  of rules  governing civil  servants  and
 contractor  employees  present  a continuing  risk to  the  Agency.
 OPPE's extramural budget is approximately  $25  million per year.
 Based on  current hourly rates for  OPPE contractors,  this  figure
would translate into a contractor work force of approximately  185,
which represents nearly a 1:1 ratio between OPPE professional staff
 and contractor  staff.   OPPE,  like much  of EPA,  is  very  highly

-------
leveraged in terms of in-house versus extramural resources.  This
reliance stems  from the systematic  underfunding  of our in-house
work force and the ever expanding list of requirements imposed on
us by Congress as well as growing public expectations about  EPA and
environmental protection.

     OPPE's continuing reliance on contractors may raise questions
concerning our role in the  Agency's decision-making processes, our
ability to be the final arbiter of contractor generated analysis,
and  the  impartiality  of   judgments to  policy  recommendations
generated  by contractors.    In general,  EPA's continued heavy
reliance on contractors increases the risk of technical erosion of
the Agency; transfer of the institutional memory from the Agency
to the  contractors;  and,  ultimately, loss  of public confidence.

     Even the FY 1994  budget guidance encourages us to severely
limit FTE requests in favor of contract dollars.  May I point out
that some OPPE contract dollars could be converted to pay for FTE
salaries if OPPE were not  subject to an FTE cap.  For FY 1994 we
still have  the  flexibility  for a  limited  base  conversion  of
contract dollars  to  salary dollars for FTE, and I  recommend you
consider such a  strategy Agency-wide for this budget cycle.   It
will cost the Agency more only in outlay authority (one-year versus
two-year money) or increased  administrative ceiling (in the case
of Superfund).

     OPPE has aggressively sought to enforce  the principles set
forth in your April 1990  policy statement  on  contracting (that
lists inherently governmental functions).  With CMOG's assistance,
increased scrutiny  of  work  assignment  statements  of  work  and
contractor progress reports has  minimized the use of contractors
for functions properly performed by  Agency  staff.   Nevertheless,
I am concerned that the written guidance that the Agency has issued
as well as other administrative steps that we  might take  in the
future may represent little more than band-aid  solutions to a more
fundamental issue that has not been addressed.

     Better contractor management is necessary, but it  is not a
panacea  for  the  systemic   problems  associated with unrealistic
government personnel ceilings, difficulties  in attracting the "best
and the  brightest11  to government service,  and the  push over the
last several White House administrations  to contract out all but
essential activities.  OPPE and EPA will always need to contract
out work.   The  issue  is  not if — but how  much  — we need to
contract out and where to  strike the balance.

     I  recommend  that  the  Standing   Committee  on Procurement
currently being established by OARM  direct  its  attention to these
systemic problems as well  as to those issues perhaps more easily
addressed.  I would be happy  to  meet with you  to elaborate on any
of the matters discussed in this memorandum.

-------
                                                                OFFICE OF

                            AKK U 2 W92             POLICY, PLANNING AND EVALUATION
 MEMORANDUM

 SUBJECT:  Follow-up to the Administrator's March 10, 1992 Request for a
            Review of EPA's Contracts Management
FROM:     Dan Esty
            Deputy AssHtafit Administrator

TO:        Christian Holmes
            Acting Assistant Administrator
             for Administration and Resources Management

      In order to respond to your memorandum of March 31, 1992,1 would appreciate
receiving from the Procurement and Contracts Management Division (the keeper of
the Agency's official contracts files) information concerning the number, type, dollar
value and purpose of all OPPE contracts and a list of all OPPE certified project officers,
work assignment managers, and delivery order officers.  We will review the information
provided to us for accuracy and update it if necessary.

      As for the other bullet points, we believe the March 31, 1992 memorandum we
sent to Bill Reilly fully details the vulnerabilities identified by the IG, the corrective
actions and improvements we have made to date and future plans, as well as potential
problems. OARM should also already have detailed records on audit follow-up and
internal control reviews supplied previously by OPPE in its quarterly corrective action
reports and annual FMFIA assurance letter. If we can supplement what has been
previously provided in any way that would be useful to you, please let me know.
cc: F. Henry Habicht

-------

-------

-------

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

                        WASHINGTON. D.C. 20460
                            MSR 2T 1992
                                                RESEARCH AND DEVELOPMENT
 MEMORANDUM
 SUBJECT:  Management of Extramural Resources
 FROM:  /rt Erich W. Bretthauer.
          Assistant Administrator
            for Research andvgevelopment  (RD-672)

 TO:       The Administrator

     This is in response to your memorandum of March 10, 1992,
 regarding contract management at EPA.  As you know, I have been
 concerned about how the Office of Research and Development (ORD)
 manages not only its extramural but also its intramural
 resources.  My concern has risen as EPA's environmental research
 and development budget has increased during the last several
years to meet the increasing need for better and more timely
environmental data and information.

     Nearly all of this increase has been in the research and
development (R&D)  account and not in the salary and expense (S&E)
account.  At the same time, we have been trying to strengthen our
 in-house capability, a need recognized by your Expert Panel.
This has resulted in an increasing demand on current staff to
 continue to operate an in-house program and a growing extramural
program.

     Recognizing this situation, ORD in its FY 1990 and 1991
 Federal Managers' Financial Integrity Act  (FMFIA) reports,
 identified contract management as a major weakness.  I also
became aware last year of potential problems in some of our
 laboratories based on in-house reviews as well as the audits and
 investigations being done by the Inspector General.

     Last October I created an Acquisition Management Improvement
Initiative and assigned a senior ORD executive, Carl R. Gerber,
to manage that Initiative.  The Initiative, which is described  in
detail in the attached Prospectus, is examining how ORD currently
 is operating its extramural activities and how to improve the
management of our total program.  The Initiative will include in-
depth acquisition management discussions at all ORD operating
sites.  Our site reviews are being coordinated with the reviews
of the contracting operations being conducted by the Office of
Administration and Resources Management (OARM).

-------
     Based on the initial reviews of the Acquisition Management
Improvement Initiative and a briefing by the Inspector General's
office, I have taken a number of actions related to ORD's manage-
ment of extramural resources.  These are detailed in two memo-
randa, dated March 16, 1992, to the ORD senior staff, copies of
which are attached for your information.

     In addition to these ORD actions, several issues have come
to our attention that fall into OARM's area of responsibility and
I have asked them for their assistance.  A copy of that
memorandum is also attached.

     Based on our experiences and work in this area to date, I
would like to offer some observations on the overall situation of
the Agency that accounts for some of the problems we face in
acquisition management,  as well as other areas:

     o  Management practices in EPA, particularly of our
     extramural resources, have evolved without  overall
     management or policy direction.

     o  Responsibility for management of the Agency's resources
     is fragmented and the accountability is not clear.

     o  Lack of clear policy,  guidance, and/or communication of
     policy and guidance severely hampers day-to-day management.

     Chris Holmes' proposal to consolidate all of OARM's
extramural acquisition management functions into one office
reporting to the Assistant Administrator could be an excellent
first step toward developing consistent Agency management of
extramural resources.  More important, however,  will be how the
new office is organized.  We believe it is necessary to include
the current operating units in Cincinnati and RTF in the new
office and to restructure the entire function into a single,
coherent acquisition policy and management structure.

     More responsible management of our extramural resources will
require more attention and resources at all levels within EPA.
How many new positions will be required to do this and how much
of this can be accomplished by more efficient use of current
positions is hard to estimate at the present time.  In my view,
this can only be addressed, as we are doing it in ORD, by
examining how all our resources  (intramural as well as
extramural) are being used.

     In light of the initiatives underway and plans of the
Inspector General to audit all ORD  contract activities this year,
I do not believe any additional review or study of ORD  is needed
at this time.

-------
     We in ORD look forward to working with Hank Habicht and
Chris Holmes to ensure not only that ORD1 contract managment, but
also its total management, is second to none.

Attachments

cc:  Deputy Administrator
     Inspector General
     General Counsel
     Assistant Administrators
     Associate Administrators
     Regional Administrators

-------

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

                         WASHINGTON. D.C. 20460
                            MAR 27 1992             RESEARCH AND DEVELOPMENT
 MEMORANDUM

 SUBJECT:   Management of ORD Extramural Resources
 FROM:  r.  Erich W.
       V*  Assistant Administrator
             for Research andxrjejyelopment (RD-672)

 TO:        Christian R. Holmes
           Acting Assistant Administrator
             for Administration and Resources Management  (PM-208)

     To meet the .increasing need  for better and more timely
 environmental data  and information, there has been an increase in
 EPA's environmental research and  development budget during the
 last several years.  Nearly all of this  increase has been in the
 research and development  (R&D) account and not in the salary and
 expense (S&E) account.  This has  resulted in an increasing demand
 on current staff to continue to operate  an in-house program and a
 growing extramural  program.  Recognizing this, the Office of
 Research and Development  (ORD), in its FY 1990 and 1991 Federal
 Managers' Financial Integrity Act (FMFIA) reports, identified
 contract management as a major weakness.

     I also  became  aware last year of potential problems in some
 of our laboratories based on in-house reviews as well as the
 audits and investigations being done by  the Inspector General.

     Last October I created an Acquisition Management Improvement
 Initiative and  assigned a senior  ORD executive, Carl R.  Gerber,
 to manage that  Initiative.  The Initiative, which  is described  in
 detail in the attached Prospectus, is examining how ORD  currently
 is operating its extramural activities and how to  improve our
 total extramural program.  The Initiative will include in depth
 acquisition  management discussions at all ORD operating  sites.
 Our site reviews are being coordinated with the reviews  being
 conducted by your contract operations.

     Based on a briefing by the Inspector General's office  and
the initial  reviews of the Acquisition Management  Improvement
 Initiative,  I have  taken a number of actions related to  ORD's
management of extramural resources.  These are detailed  in  two
memoranda, dated March 16, 1992,  to the  ORD senior staff, copies
of which are attached for your information.

-------
     In addition to these ORD actions, several issues have come
to our attention that fall into your area of responsibility and
on which I would appreciate your assistance.

     1.  So that there is no confusion about what is expected of
     a contractor, we would like the technical work statement and
     management plan contained in, or negotiated during, the best
     and final offer to be incorporated in the contract either
     directly or by explicit reference.

     2.  To clarify responsibilities and accountability, we would
     like the contracting regulations to explicitly establish
     management rules for work assignment managers (WANs)  and
     delivery order project officers (DOPOs).   Official
     recognition of these positions and their responsibilities,
     particularly those related to the project officer,  would
     help streamline our operations and reduce the possibility of
     confused authority.

     3.   In order to distinguish between EPA employees  and non-
     EPA employees in our facilities,  we are directing  our
     laboratories to establish a badging procedure and  an  office
     and laboratory labeling procedure that  clearly distinguishes
     the difference.   In those locations,  Cincinnati and RTP,
     where there are EPA employees in addition to ORD's staff,  we
     are leaving to your managers in those locations the respon-
     sibility to establish a common method for accomplishing this
     goal.

     4.   There is an urgent need for guidelines from your  office
     on how the Procurement Integrity Act specifically  impacts
     ORD managers and scientific personnel.

These issues have emerged during our Offices' joint site visits
and have been discussed with your contracts staffs.

     In addition, the reviews have identified several broader,
more generic extramural management issues.  In order to develop
specific proposals to address these issues,  we are establishing
the following quality action teams on the following topics.

     o  Contractor support/roles in quality assurance management.

     o  Staff development and training for managing ORD's
     extramural resources.

     o  Guidelines for competitive cooperate research and
     deve1opment agreements.

     o  Model level-of-effort contract for on-site  scientific anu
     technical support.

-------
As we establish these QATs, we will work with your staff to
assure their involvement in them.

     Our offices' joint site reviews that have been conducted to
date have been exemplary for the professionalism and willingness
of your contracts offices' staff to work with our laboratory
staffs in understanding the types of contracting issues we face
in operating a research and development program.  We look forward
to a continued high level of cooperation as we complete the
reviews of all ORD contracting operations.

     I am also taking or have taken the following actions to
carry out the directives contained in your February 28, 1992,
memorandum.

     1.   I appointed Clarence Mahan as ORD's senior procurement
     official.   He will  be assisted in this by Carl R.  Gerber,
     whom I  appointed as ORD's Acquisition Executive last fall.
     Carl's  assignment is to examine the effectiveness  and
     integrity of all extramural  activities in ORD.   This goes
     beyond  your directive in that we believe it is necessary to
     coordinate all  extramural activities,  not just contracts.

     2.   We  issued an ORD policy  directive dated September  24,
     1991, that all  contractor employees in ORD facilities  wear
     identification  showing they  were not a Federal employee.

     3.   Our laboratories and headquarters groups that  have on-
     site contractors or cooperators are working to segregate the
     work areas,  but some of the  changes will require renovations
     to  the  existing facilities.   We will undertake such
     renovations when funds are available after we correct  any
     health  and safety problems we might have.

     4.   The visits by ORD's Acquisition Management Improvement
     team to each ORD site is addressing, in cooperation with
     your staff,  the type of training that a contractor or
     cooperator might receive, how non-EPA individuals are to
     identify themselves outside ORD, the types of activities in
     which contractors are not to participate, and types of
     activities that are or may appear to be personal services.
     I also  believe that these site visits are playing a major
     role in educating all levels of ORD management on the proper
     role for Federal employees in managing extramural
     activities.

-------
      My office is preparing a detailed analysis  of the draft
audit report on the Computer Sciences Corporation as it relates
to ORD activities, and it is possible other policy and management
issues requiring separate action may emerge from  this analysis.

     I would appreciate knowing if there are any  other actions
you believe we should undertake at this time.

Attachments

cc:  William K. Reilly
     F.  Henry Habicht II
     John C. Martin,  IG
     Ken Konz,  OIG
     Edward J.  Hanley,  OARM
     John C. Chamber1in,  OA
     David J.  O'Connor,  OA
     Harvey G.  Pippen,  Jr.,  OA
     Mark Kellerman,  CI
     Michael E.  Bower,  RTF
     Clarence E. Mahan,  ORD
     Carl R. Gerber,  ORD
     Belle N.  Davis,  OA

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

                         WASHINGTON. D.C. 20460
                        MAR 16  1992
                                                       OFFICE OF
                                                RESEARCH AND DEVELOPMENT
 MEMORANDUM
 SUBJECT:   Management  of ORD Extramural Resources:   Directive
           Number 1

 FROM:      Erich  H. Bretthauej
           Assistant Adminii
            for  Research an&^eevdttp^m'ent  (RD-672)
                           tr
 TO:        ORD Office Directors

     To assist in implementing the policies I set in my
memorandum of March 16, 1992, and to address some of the issues
that have emerged from the reviews of EPA contract activities and
the site visits being conducted as part of our Acquisition
Management Improvement Initiative, I am setting the following
policies and directives for ORD.

     1.  The ORD procedures for competing cooperative agreements
     will be reviewed and revised as necessary to assure maximum
     national,  peer-reviewed competition for environmental
     research cooperative agreements in FY 1993.  The Director of
     the Office of Exploratory Research will chair a Quality
     Action Team to design these procedures by May 31, 1992.

     2.  It is critical that the extramural work we fund,
     including the level of effort (LOE)  support, be acquired in
     the most competitive manner possible and that any appearance
     of conflicts of interest be avoided.  All existing LOE
     contracts that were not initially competed are to be
     competed by September 30, 1992; any exception to this
     requirement must be specifically approved by the Deputy
     Assistant Administrator for Research and Development.

     3.  To improve the way we deal with the procurement of
     contracts, all technical evaluation panels  (TEPs) are to
     include at least one person from outside the organization
     (laboratory or headquarters office)  making the award.  In
     the case of a laboratory, the responsible office director
     will appoint the outside member; in the case of an office
     contract,  the Deputy Assistant Administrator will appoint
     the outside member.

-------
     In addition to these ORD actions, several issues have come
to our attention that fall into the Office of Administration and
Resources Management's (OAHM) area of responsibility and I am
asking them for their assistance in addressing these issues.

cc:  William K. Reilly
     F. Henry Habicht II
     John C. Martin, IG
     Kenneth Konz, OIG
     Christian R. Holmes, AA/ARM
     Edward J. Hanley, DAA/ARM
     John C. Chamber1in,  OARM
     David J.  O'Connor,  OARM
     Mark Kellerman, OARM/CI
     Michael E. Bower, OARM/RTP
     ORD Laboratory Directors
     Carl R. Gerber, ORD
     Belle N.  Davis, OARM
     Thomas L. Hadd, ORD

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

                         WASHINGTON. D.C 20460
                                                      OFFICE OF
                         .' 6 WQ9                  RESEARCH AND DEVELOPMENT


MEMORANDUM

SUBJECT:  Management of ORD's Resources

FROM:     Erich W. Bretthauer
          Assistant M
            for ReseApatrx5nd'_^^fopment  (RD-672)

TO:       ORD Office Directors

     The last several years have brought about a number of
changes in ORD: core research, infrastructure, science and
technical career ladder, laboratory support. This year we have
moved toward perhaps our most meaningful change, the revisions to
our research planning process.  Because of these changes, I think
we have a significant opportunity before us  —  the opportunity
to rededicate ourselves to providing high-quality scientific
leadership to EPA* s regulatory programs, as well as to further
develop the science and knowledge base needed to understand the
increasingly complex environmental problems of the 1990s.

     The research strategies to generate this knowledge base are
currently being developed.  Now, we must turn our attention to
the efficient implementation of these important research
strategies.  In implementing these plans over the next year, my
goals are for ORD to:

          Maintain and enhance outstanding in-house research
          efforts; and

          Utilize the best research scientists  in academic
          institutions to  augment these in-house efforts.

     These issues get at the very heart of how  we conduct our
research programs.  The Expert Panel on the Role of Science at
EPA addressed both of these concerns in its recent report.  In
this memo, I will further  elaborate on each of  these points and
then discuss the changes I would like to  make to accomplish these
goals.

In-House Research Efforts

     ORD' s research and development budget has  increased in the
last several years to meet the increasing need  for better and
more timely environmental  data and information.  However, much of

-------
 this  increase has been  in  extramural  funds,  rather  than  for
 salaries and expenses.   This  has  resulted  in an  increasing  demand
 on current staff to continue  to operate  an in-house research
 program, as well as a growing extramural research program.
 Because we have limited FTEs  available to  do in-house research
 and development, it is  critical that  staff focus on significant,
 high-priority areas of  science, where the  financial investment  in
 ORD personnel, equipment,  and facilities/infrastructure  can be
 expected to result in significant advances.  The changes we are
 making in our research  planning process  now  require changes in
 the way we conduct our  research.

 External Scientific Community

     I have long been an advocate for the development of long-
 term cooperative research and development relationships between
 ORD and the external scientific community,  particularly the
 academic community.   This view has recently been reinforced by
 the recommendations of the Expert Panel on the Role of Science at
 EPA.  I believe that such relationships will  not only accomplish
 the best science possible,  but will do so at  a reasonable cost.

 Level-of-Effort contracts

     Excessive reliance on level-of-effort (LOE)  support
 contracts and on-site cooperative agreements  for science,
 technical,  and analytical services has introduced distortions
 into ORD' s environmental research program.   I have also become
 aware of potential  problems in some of our laboratories related
to the LOE contracts.   These problems have been highlighted by
 in-house reviews,  as well as by audits and investigations being
conducted by the Inspector General.  The initial results of the
Acquisition Management Improvement Initiative created last fall
have emphasized the need for a new policy,  or clarification of
 existing policy.

 Extramural Resources Policy

     In light of these events, and to utilize our extramural
 resources more effectively, I am initiating  four changes in how
 ORD operates:

     1.   Analysis of Scientific and Technical Priorities;  I am
          asking each Office  Director to undertake  an analysis  of
          the current science program and  infrastructure (people,
          facilities, equipment) within  each laboratory  to
          determine the scientific and technical area(s) in which
          each laboratory could make significant scientific and
          technical advances.  These analyses, including
          priorities if more  than one is indicated, should  be
          completed by April  15, 1992.   These analyses will be
          carefully reviewed  and discussed by ORD senior staff.

-------
           Based on these reviews and my decisions,  each
           laboratory will then develop a plan for future
           staffing,  facility,  and equipment needs required  to
           maintain or strengthen key areas.  These plans will
           be developed by August 1,  1992,  so that they can  be
           incorporated into  our FY 1994 budget process.

     2.    Competitive Cooperative Agreements;   In FY  1993,  I  plan
           to significantly increase  the total  allocation of
           extramural  resources  to competitive,  off-site
           cooperative research  agreements,  with additional
           increases to be  planned for  future years.  I will set
           specific targets for  each  office, recognizing
           differences  in programs and  capabilities, in concert
           with individual Office  Directors.

     3.    Level-of-Effort Activities;  By the end of FY 1993,  the
          reliance of ORD on R&D  funded LOE contracts and
          cooperative agreements, particularly those providing
          direct support to the in-house research program, is  to
          be reduced by at least 35% (using FY 1991 as the base),
          with the savings directly allocated to the increased
          award of competitive off-site cooperative agreements
          and competitive completion form contracts.  At this
          time, the proposed LOE reduction addresses agreements
          funded under the R&D appropriation; funding from the
          Superfund Appropriation is not included.  Additional
          policy guidance regarding use of Superfund resources on
          LOE contracts will be issued in the near future.

     4.   Extramural Support Contracts;  It is critical that the
          design and conduct of our in-house research and
          development activities be totally under the control  of
          ORD staff.  Extramural support to the in-house program
          should be limited to conduct of specialized scientific
          services (e.g., histopathological analyses to support
          ecotoxicology studies) and routine technical tasks and
          should not include senior scientific or technical
          personnel to perform the role of principal
          investigator.

     I would like each Office to  review its research program  and
submit to me by June 1, 1992 a plan  for achieving the specific
objectives identified in items 2,  3, and 4 above.  The plan
should show the specific actions  you plan to take, the timetable
for such actions, any adjustments that my be required in existing
support contracts, and the dollar-level and percent changes from
the FY 1991 base year.  Effective planning of these management
reforms can minimize potential disruptions to the ORD research
program and support to ORD client program offices.

-------
     I believe these actions are necessary and important steps in
implenenting the recommendations of the Expert Panel, in
addressing the issues being raised through the acquisition
management improvement reviews, and meeting the challenges to
provide more and better science in support of Agency programs.
They will also let us operate more efficiently and build a strong
organizational and programmatic base on which to face the future.

cc:  William K. Reilly
     F. Henry Habicht II
     John C. Martin, Inspector General
     Kenneth Konz,  OI6
     Christian R.  Holmes,  AA/OARM
     Edward J. Hanley,  DAA/OARM
     John C. Chamber1in,  OARM
     David J.  O' Connor,  OARM
     Mark KeHerman, OARM/CI
     Michael E.  Bower,  OARM/RTP
     ORD Laboratory Directors
     Carl R.  Gerber, ORD
     Belle N.  Davis, OARM
     Thomas L.  Hadd, ORD

-------
                                                   C.  R.  Gerber
                                                   3/13/92


                Office of Research and Development

       Acquisition Management Improvement Initiative  (AMII)

                            PROSPECTUS


I  Goals/Purposes

     To identify and address ORD acquisition management issues.

     To identify the strengths and weaknesses of the various
     acquisition management tools (contracts, cooperative
     agreements, grants, lAGs, SEES, and IPAs) for conducting
     research, development, and other ORD activities.

     To recommend the appropriate mix(es) of extramural and
     intramural instruments to accomplish programmatic goals most
     effectively.

     To recommend clarification,  improvement, or establishment of
     policies and procedures for acquisition management in ORD.

     To recommend policy,  procedural,  organizational,  and
     management changes to more effectively manage ORD's
     activities.


II  Approach

     An indepth examination of the current use of extramural
     resources in carrying out ORD's activities; and the policy
     or other issues that need to be addressed to improve
     operations.

     An examination of how intramural and extramural resources
     can be used most effectively to manage research and
     development activities; and the ability of various
     acquisition mechanisms to achieve most effective use of the
     extramural resources.

-------
Ill  Method

     Develop information through site visits and surveys and
     analyses of Agency data and information.

     Discuss of acquisition management with similar
     organizations, e.g., NASA.

     Use quality action teams, where appropriate, to address
     identified issues.

     Integrate,  to the maximum extent possible, the ORD
     initiative with related activities in the Agency.


IV   Plan and Schedule

     o  Preparatory Design Phase (November 1991-January 1992)

          Review related studies and documents.

          Set up system to gather currently available data  and
          information and update it  where necessary.

          Design a survey and conduct preliminary site visits.

          Set up a coordinated site  visit schedule with OARM.

     o  Design Phase (January-February 1992)

          Do  final design of the initiative.

          Obtain agreement on the initiative and plan from  the
          Assistant Administrator for Research and  Development,
          the Office Directors, and  the Laboratory  Directors.

          Based  on the preliminary site visits and  working with
          OARM,  establish a standard site visit format.

          Develop plans to acquire data not readily available.

          Begin  or continue work on  specific tasks  identified.

          Set up oversight task force.

     o  Site  Visit Phase (February-October 1992)

          Conduct site visits to each ORD acquisitions operation
          with independent management authority.

-------
     At each  site  examine  the  following:

          -current practices;

          -specific problems that need resolution;

          -generic or ORD-wide issues that need to be
          addressed;

          -need for new or revised policy and/or guidance;
          and

          -the effectiveness of different types of
          approaches and instruments in carrying out
          research and development activities.

     Assemble and analyze data on the type and use of
     instruments used for extramural activities.

o  Problem Solving Phase (January 1992-        )

     As location-specific problems or issues are  identified,
     either address them on the spot or assign
     responsibility for addressing each to an appropriate
     manager in the organization.

     When generic or broader problems or issues are
     identified during site visits or analyses of data,
     prepare a draft guidance document for internal ORD
     review.

     Use quality action teams to handle specific  tasks.

o  Policy Development Phase (January 1992-        )

     Develop specific policies or guidance related to ORD
     operations and management; and after approval develop
     procedures.

     Develop overall policy and guidance for ORD operations
     and management; and after approval develop necessary
     procedures.

     Prepare final report to include specific additional
     steps and an  organizational framework for managing
     ORD's acquisitions most effectively.

-------

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

                        WASHINGTON. D.C. 20460
                            APR  I   !992
                                                      OFFICE OF
                                                RESEARCH AND DEVELOPMENT
MEMORANDUM
SUBJECT:
FROM:
TO:
          Follow-up to the Administrator's March 10, 1992 Request
          for a Review of EPA's Contracts Management
                w. Bretthauec
          /Assistant Adminis
            for Research a;
                               velopment (RO-672)
          Christian R.  Holmes
          Acting Assistant Administrator
            for Administration and Resources Management (PM-208)
     In response to your request for detailed information
in your March 31, 1992 memorandum, same subject, I am sure you
are aware that the Office of Administration and Resources
Management (OARM) has primary mission responsibility and is
office of record for much of the information requested in your
memorandum.

     The Office of the Comptroller is responsible for Agency-wide
Audit Follow-up activities and should be keeping detailed records
on all audit findings and corrective actions.  Likewise, Office
of the Comptroller is responsible for Agency-wide FMFIA and
requires extensive reporting and maintains detailed data on such
actions.  In other words, we have already reported this
information to your subordinate offices.

     Numbers of contracts, types, purposes, and dollar volume is
information that should be kept by the Office of Procurement and
Contract Management (PCMD) for each EPA office.  PCMD should have
this information readily available.  Likewise, PCMD is required
to keep a current data base of all project officers.  We depend
upon PCMD to provide this information to us.

     Would you please reexamine the detailed information request
you have made.  If the Comptroller and PCMD cannot provide the
information, as they should be able to, we will work with them to
assemble it.  However, we do not want to embark on an unnecessary
effort to gather information that should be maintained by their
offices.  If these offices do not have this information, this
would appear to be an internal control problem in itself.
cc:  F. Henry Habicht II
     Senior Procurement Officers

-------

-------
   \      UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
   I                    WASHINGTON. D.C  20460
                            APR i   '?'-;                 OFFICE OF
                                   " " "          RESEARCH AND DEVELOPMENT
MEMORANDUM
SUBJECT:   Follow-up  to  the Administrator's March  10,  1992  Request
           for  a Review  of EPA's  Contracts Management
TO:
FROM:    yflErich W.  Bretthauei>
         /Assistant Adminisl
           ' for Research aiwKpe'velopinent  (RD-672)
Christian R. Holmes
          Acting Assistant Administrator
            for Administration and Resources Management  (PM-208)
     In response to your request for detailed information
in your March 31, 1992 memorandum, same subject, I am sure you
are aware that the Office of Administration and Resources
Management  (OARM) has primary mission responsibility and is
office of record for much of the information requested in your
memorandum.

     The Office of the Comptroller is responsible for Agency-wide
Audit Follow-up activities and should be keeping detailed records
on all audit findings and corrective actions.  Likewise, Office
of the Comptroller is responsible for Agency-wide FMFIA and
requires extensive reporting and maintains detailed data on such
actions.  In other words, we have already reported this
information to your subordinate offices.

     Numbers of contracts, types, purposes, and dollar volume is
information that should be kept by the Office of Procurement and
Contract Management (PCMD) for each EPA office.  PCMD should have
this information readily available.  Likewise, PCMD is required
to keep a current data base of all project officers.  We depend
upon PCMD to provide this information to us.

     Would you please reexamine the detailed information request
you have made.  If the Comptroller and PCMD cannot provide the
information, as they should be able to, we will work with them to
assemble it.  However, we do not want to embark on an unnecessary
effort to gather information that should be maintained by their
offices.  If these offices do not have this information, this
would appear to be an internal control problem in itself.

cc:  F. Henry Habicht II
     Senior Procurement Officers

-------

-------

-------

-------
322
UNITED STATES ENVIRONMENTAL PROTECTION AGENCY

 OFFICE OF ADMINISTRATION AND RESOURCES MANAGEMENT
                CINCINNATI. OHIO 45268
                           April  3,  1992
MEMORANDUM

SUBJ:     Strengthening  Cincinnati  Contracts Management Division

FROM:     WillifcrnMTHeriderson, Director
          Office of Administration  & Resources Management

TO:       Christian R. Holmes, Acting Assistant Administrator
          Office of Administration  & Resources Management


     We  have recently  taken a  number of  steps to  improve the
strength and effectiveness of our Contracts  Management Division  in
Cincinnati.  I would like to share  these with you and Ed.

Buildin  a Strong
     During the past three years, the Contracts Management Division
has had  three Acting  Division Directors,  and  two of  the three
Branches have had Acting Branch Chiefs.  As of January, 1992, all
of these positions have been permanently filled,  and we  now have a
strong, experienced, well-seasoned management team  in place.

     o    In August, 1991, Mark Kellennan was selected
          as Director, CMD.  Mark brings 19 years of
          experience in managing Department of Defense
          Contracts for the Air Force.

     o    In January,  1992, Robert Edgeton was selected
          as Chief, Contract -Management Branch,  CMD.
          Rob brings almost 20 years of experience  in
          managing  Department of Defense Contracts  for
          the Army.

     Both Mark  and  Rob have brought  new insights and perspectives
from outside of EPA to help improve the overall contract management
program in  Cincinnati.

     o    We have created  a  Deputy  Director position and
          selected  Marsha  Wood.  Marsha brings ten  years
          of experience as an  EPA auditor  on  contract  cost
          audits.   Marsha will  oversee day-to-day  operational
          issues and  free  up the Division  Director  to  work
          with  ORD  and OW  Office and Lab Directors  to  improve
          contract  management  within their offices.
                                                          Printed on Recycled Paper

-------

-------
Strengthening the Contract Management Branch

     o    The Contract Management Branch is being recon-
          figured to create two teams with senior team
          leaders within the Branch.  This will provide
          increased day-to-day quality assurance over the
          contract management processes,  it will also
          free up the Branch Chief to dedicate more time
          to work with senior program managers in ORD and
          OW to improve contract management within the
          client program offices.
          Last fall,  we began a comprehensive on-site
          review of each R&D field lab to examine the
          current contract management practices under
          on-site contracts.   These reviews are being
          done in conjunction with ORD Office of Program
          Management and the cognizant ORD Deputy Office
          Director.

               A week long,  on-site review culminates
               in a formal report of findings.

          -    A corrective action plan for each ORD
               Lab will soon be issued.

          -    Quarterly follow-up monitoring visits
               will be made by CMD personnel during
               FY 93.

               All R&D sites will be completed by
               June 30, 1992.

          As soon as we finish the review of the R&D labs
          at the end of June, we will begin on-site reviews
          of our other contracts — OARM, Water, Air, etc.

          The on-site reviews will create a baseline
          condition of contract management at each site.
          Future improvement will be measured from this
          baseline.

          The on-site reviews will be a permanent part of
          our contract management program.  We plan on
          conducting these reviews at each location every
          12-18 months.

          Finally, I have had the Contracts Management
          Division conduct several MDo's and Don'ts"
          briefings  for project officers, work assignment
          managers,  and program managers to convey to them
          what is allowable and what  is not.  These briefings
          have set off an incredible  amount of discussion

-------
          among all involved and greatly increased every-
          one's overall awareness of contract management
          issues.

                      ia Procedures

     o    Each Branch in the Contracts Management Division
          has formed Quality Action Teams to evaluate
          internal processes relating to contract manage-
          ment, with a goal of improving the interface and
          teamwork between Contracting Officer and Program
          Project Officer.  They are currently blueprinting
          and examining processes for managing the myriad
          contract management functions within their
          respective branches.

     o    Examples of specific  improvements we have already
          initiated include:

               We are requiring project officers to certify
               a work assignment checklist  which indicates,
               among other things,  the exact section of the
               Statement of Work which authorizes the work
               assignment being processed.

               For all sole source  8(a)  contracts,  the program
               office must now  indicate if  there are any
               other sole source 8(a)  contracts in existence
               for the recommended  firm or  if any are con-
               templated.

               A policy memo  has been sent  to our client programs
               requiring that all Technical Evaluation Panels
               must have a member from outside the program
               office in order  to assure fairness in the
               technical evaluation process and to counter-
               balance program  familiarity  with incumbent
               contractors.

               The Contracts  Management Branch is initiating
               a tracking system to keep track of what work
               assignments are  issued for each contract and
               when they are  issued.

               We have directed that no project officers will
               be appointed on  any contracts unless they have
               already completed the Project Officer and Contract
               Administration courses.  No waivers will be
               given.  This will serve to ensure only properly
               trained project  officers are working on contracts.

Increased Training for Contract Officers and Specialists

     o    We are developing a remedial training program for
          all contract specialists which will require 40

-------
           hours of professional training each fiscal year.
           This will commence early in FY 93.

      o    In addition,  we will  begin training sessions this
           spring addressing specific issues such as how to
           insure financial integrity under cost reimbursable
           contracts.

Resources  are Still an  Issue

      Our workload has grown tremendously without any  addition  of
resources.  The last increase of resources we received was in 1986.
Just  this  year alone, we have seen a substantial increase  in new
contract awards from  Ann  Arbor  due to the  Clean Air Act.  We have
incurred a substantial,  additional contracts workload since October
in support of the new construction planned for Bay City and RTF,
and we are expecting to  experience an increase in contract activity
related  to  the new  Headquarters  building.    Additionally,  ORD
received authority to fund lab construction projects under $75,000
with  R&D  dollars.    This will  also significantly  increase  our
workload by up  to 30  new procurement actions this year.

     All of this is in  addition to an existing massive workload.
The Contracts Management Branch  (post-award), with only  12 Contract
Specialists, manages 160 active  contracts with approximately 2,500
work  assignments each fiscal year.   These have a  value of $1.5
billion.   This  is  an average  of  208 work assignments  and $125
million in contracts per specialist.   The Acquisition Branch (pre-
award), which includes eight specialists, awards approximately 100
new contracts each year with a potential value of $500+ million.

     We  have   coordinated  with  Dave   O'Connor  in  requesting
additional resources in  the 1994 budget and appreciate your support
for this request.  Additional resources are absolutely  critical to
the future o^ the contract management program in Cincinnati.  The
actions we have already  taken  will solidify  and strengthen  our
existing operations.  With additional resources, we will be able to
rssduce the ttiimber of  contracts  per specialist,  thereby increasing
the amount of time for financial monitoring, cost control, and more
in-depth analysis for each contract than we are capable of doing at
this time.

     As a  final note,  I  would  like to  reassure  you that we are
determined  and  committed  to   improving  the  acquisition  and
management  of   our   contracts.    This  obviously  will not  be
accomplished  over night,  but I am confident  that  we are  moving
rapidly  in the right  direction.   We  welcome your  comments or
suggestions you may have  for  further  improvements.

cc:  Ed Hanley
     Dave O'Connor

-------

-------
             3      UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
      •> ^^M(^^ ,?
      V   ^                  WASHINGTON. D.C. 20460
                                                                  OFFICE OF

                                                            INTERNATIONAL ACTIVITIES
     MEMORANDUM
     TO:        Christian R. Holmes, Acting Assistant Administrator
               Office of Administration and Resources Management
     FROM:      Tim Atkeson, Assistant Administrator
               Office of International Activities

     SUBJECT:   Contract Administration Training in OIA — Recognition
                 of Kent Goodger


          In keeping with your guidance on contractor management in
     EPA,  OIA recently sponsored two sessions of the "Contract
     Administration for Project Officers" training course for OIA
     staff.   I would like to commend the Procurement and Contracts
     Management Division for the success of these sessions.  The
     instructor,  Kent Goodger, researched OIA's needs and was able to
     tailor  the course to address areas of specific interest to us.
     Attendees from both sessions strongly expressed their
     satisfaction with Mr. Goodger's ability to adapt complex subject
     matter  to international contracting situations.

          Because of PCMD's assistance in arranging for these courses,
     OIA staff now have a more complete understanding of contract
     issues.   I believe that this training will help OIA meet the
     Agency-wide goals on improved contract management.

     cc:   David J. O'Connor
          Belle Davis
Printed on /tecycfetf Piper

-------

-------
                     UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                                   WASHINGTON, D.C. 20460
                                      APR   9 1992
                                                                                OFFICE OF
                                                                              ADMINISTRATION
                                                                              AND RESOURCES
                                                                               MANAGEMENT
MEMORANDUM

SUBJECT:   OARM's Contract Management Review

FROM:   jC-ChristkuiR. Holmes
         ^  ActingS4ssi*ant Administrator (PM-208)

TO:          William K. Reilly
             Administrator (A-100)
                             «
       I am providing you my assessment of OARM's present and potential problems in
contract and project management. My role in relation to other Assistant and Regional
Administrators is unique in that I am not only responsible for management of OARM
contracts, but I am  also the National Program Manager for contracts management in the
Agency.  Therefore, my assessment includes a review of both responsibilities.

       As the Agency's Chief Financial Officer, and the Senior Audit Management Official, I
share your concern about the need to strengthen contract management in EPA.  Changing
deeply embedded attitudes such as those reported in the Inspector General's reports will
require a long-term effort at all levels of EPA.  At the same time, we have an obligation to
act quickly and decisively to correct the real and potential abuses reported by the Inspector
General, or risk the loss of public credibility. Your request for this assessment is a very
positive and timely step towards addressing the issue.

       I have summarized both the major contract management vulnerabilities in my Office,
as well as Agency-wide vulnerabilities, together with actions we have taken to correct them.

-------
                                          2

OARM-SPEOFIC CONTRACT VULNERABILITIES

•     Vulnerabilities in High-Dollar Volume Multi-Task Delivery Order
       Contracts: OARM is responsible for managing support contracts as well as
       the Agency's Information Resources Management contracts. These contracts
       provide technical and operational support services and products to the entire
       Agency.  It is a system that allows offices throughout the Agency to  access
       quickly contractor services. It also has a number of high-dollar volume
       contracts in which the management is geographically dispersed.

       As you are aware, a recent IG audit has revealed deficiencies in the
       management and oversight of these types of contracts. The fragmentation of
       responsibilities has led to inadequate monitoring of contractor operations.

•     Dependency on a single contractor to maintain mission-critical
       management information systems: We have several systems in the Agency,
       such as IFMS, which rely heavily on the expertise of a single contractor for
       maintenance. This leaves the Agency vulnerable if the contractor can no
       longer perform work for us.  For example, the proposed notice to debar
       American Management Systems, Inc. (AMS), from Federal contracting
       activities threatens EPA's ability to assure that IFMS is effectively maintained
       until in-house expertise becomes available or a new contractor is brought on
       board.  Since AMS is a principal supplier of financial and information
       management systems for the Federal Government, this could impact many
       agencies in addition to EPA.

•     Potential use of contractors to perform inherently Governmental functions:
       Because of the Agency's heavy reliance on contractors, there is a potential for
       contractors to perform inherently Governmental functions.  Several audits have
       revealed that contractors are performing functions that should be performed by
       Government employees. For example, in an audit of the Computer Science
       Corporation (CSC), the Inspector General indicated that CSC employees were
       performing Governmental functions in half of the delivery orders that they
       sampled.

•     Government-owned property held by contractors may be at risk:  We do
       not have assurance that the majority of Government property hi the hands of
       contractors are being safeguarded and controlled. In addition, by not approving
       or disapproving contractor property control systems, EPA decreased contractor
       liability for this property. Internal management reviews and OIG audits  cited
       the need for a highly reliable and accurate system to account for the wide
       variety of items owned by the Agency and held by contractors.  Detailed
       recordkeeping, information retrieval, and inventory management strategies are
       required to maintain integrity of the Agency's property management

-------
       For example, Government property furnished to and acquired by CSC was not
       properly accounted for or adequately protected. CSC was not legally
       authorized to use Government furnished property. In addition, equipment costs
       under the contract were not properly justified and excessive costs were incurred
       on CSC- leased equipment

       Appearance of contractor access to confidential information: Nearly all
       EPA data are available to the public upon request Contractors are subject to
       careful background checks. To our knowledge, we have never had a case of
       unauthorized release by contractor employees. Nonetheless, the Agency must
       address the perception of easy access by contractors to sensitive information,
       especially given the contractor-dependent environment in which we operate.
       Examples where we are particularly  vulnerable include insufficient staff to
       oversee contractor access.

       Complex Federal Acquisition Regulations (FAR) and EPA Acquisition
       Regulations  (EPAAR) create potential for misinterpretation:  It is important
       for EPA managers to understand the FAR and EPAAR to effectively carry out
       their fiduciary responsibilities. This is especially underscored by recent audits
       and internal management reviews indicating noncompliance that led to
       excessive costs incurred by the Government

       However complex these regulations may be, we can never allow convenience
       and speed to take precedence  over procurement regulatory requirements. For
       example, the Agency's inattention of the requirements for sole-source
       justification led to unnecessary payments of $132,900 that could have been
       avoided by procuring directly from commercial vendors.

       Potential for Agency managers to assign ADP contract systems oversight to
       insufficiently trained personnel:  EPA has many employees competent in
       information technologies in use in the Agency.  However, it lacks a defined set
       of criteria to  ensure that employees have both technical and contract
       management expertise to effectively monitor ADP systems contracts.  As a
       result, the Agency is vulnerable to deferring inherently Governmental work to
       contractors.
AGENCY-WIDE VULNERABILITIES

•     Distinction between contractor and EPA employees may become blurred:
       The Agency lacks a set of standard management procedures which provide
       guidance to EPA personnel on acceptable contractor/Federal employee
       relationships.  This, coupled with the lack of aggressive oversight of

-------
       contractors, has led to situations where there is often no clear distinction
       between contractor and OARM employees.

       Potential for appearance of conflicts of interest:  EPA relies extensively on a
       self-certification by contractors to inform us of conflicts of interest  OIG
       audits have surfaced both organizational  and personal conflicts  of interest In
       particular, these audits cited possible unfair competitive advantage and
       impairment of the contractor's objectivity.  These include contractor
       involvement in the preparation and modification of delivery orders and
       statements of work, as well as the tracking of obligations and expenditures.

       Possible inadequate contractor financial systems:  EPA must pay closer
       attention to evaluating contractor financial systems.  Agency pre-award audits
       do not always flag questionable accounting practices. The Agency needs to
       carefully monitor contractors' travel expenses and timekeeping procedures and
       evaluate fixed rates for other direct costs, such as computer  graphics charges.

       Potential exists for POs, DOPOs and WAMs to be designated without
       appropriate training. While the Agency has an aggressive training program,
       EPA lacks a means to ensure that Agency personnel involved in monitoring
       contracts have received appropriate contracts management training, and are
       aware of their contract management responsibilities.

       Inconsistent award fee ratings categories: The Agency determined that it
       needs  to ensure that it uses consistent award fee rating categories and that it
       provides timely award fee evaluation feedback to the contractors. There is a
       potential for paying different award fees  to contractors for identical work at the
       same level and quality of performance.                            i

       Early warning detection system does not always compel senior
       management to take action.  Over the years, the Agency's audit management
       system and the OIG's list of Potentially Significant Audits in Process have
       reflected contract issues. However, the system to provide this early warning
       needs  to be strengthened to serve the Agency managers better.  Currently, they
       do not use this intelligence to anticipate problem areas and trends that suggest
       systemic weaknesses in  their processes nor do they always react in a timely
       manner when the information is received.
ACTIONS TAKEN OR PLANNED TO IMPROVE CONTRACT MANAGEMENT

       The recent CSC audit served as a wake-up call for the entire Agency to focus on
contract management issues. The message is clear; we cannot allow this situation to continue.
We need to manage contracts by the book. As the Agency's CFO, I made it clear to

-------
 Congress that I am the accountable official for correcting contract management problems at
 EPA, and I have begun to implement a number of actions. These include:

 •     On a personal level, I recently visited with management officials in four
       regional offices and two field locations.  I also joined you in a meeting with
       senior managers from Headquarters.  As a follow-up to my visits, my Deputy,
       Ed Hanley, the Director of Procurement and Contracts Management Division,
       Dave O'Connor, and the Director of the Office of Information Resources
       Management, Al Pesachowitz, have initiated reviews to assess contracts
       management throughout the Agency.

 •     The Deputy Administrator and I have scheduled a special meeting of the Senior
       Council on Management Controls on April 23, 1992 to consider amending the
       1991 FMFIA  Report to  the President and Congress to include contracts
       management as a material weakness.

 •     In early March, I established a Standing Committee on Contracts Management
       to oversee EPA's procurement and contracts management functions. The
       Committee will conduct a comprehensive review of contracts management in
       the Agency.

 •     Within my own  organization, I have also decided  to elevate the Agency's
       procurement functions by having them report directly to me.

 •     My office will lead a review of EPA's contracting strategy, including the
       degree and the form of our reliance on contractors, and our preference  for large
       scale, long-term mission contracts.  This review is specifically aimed at
       examining the design and direction of major procurements now in process.

 •     I believe that  senior-level managers need to participate actively in contract
       administration and management if we are to effectively improve our contract
       operations.  For  this reason, I directed each office to designate a Senior
       Executive Service (SES) level manager to serve as a "Senior Procurement
       Officer" with  full responsibility for the integrity of all procurement actions.

 •     All SES members in EPA must complete a special seminar on their role and
       responsibilities in contract management by the end of the fiscal year.
       Beginning in October 1992, we will not process procurement actions from
       organizations  headed by SES members who have not completed this seminar
       successfully.

•     By June 1992, each office shall review its procedures and policies regarding
       contractors to  ensure that offices involve contractors only in appropriate work

-------
       functions and that they be visibly identified and segregated from EPA
       employees.

•     I have asked the Agency's senior managers to ensure that contractors do not
       participate in EPA events, such as award ceremonies; attend staff meetings;
       receive training beyond what is in their contracts; hold positions in which they
       can be mistaken for government employees; and perform assignments which
       violate the ban on personal services.

•     We are reviewing all aspects of the CSC contract and CSC's overall
       performance as an EPA contractor, and have begun active negotiations with
       CSC to recover monies due the Federal Government We will perform the
       same rigorous review of the other contracts if circumstances warrant it

•     I have recommended a full-scale application of Total Quality Management
       principles to EPA's contracting process in the belief that this offers the best
       prospect for a permanent solution to the chronic problem of contracts
       management

       I have attached the listing of the contracts managed by each OARM office, broken
down according to type of contract, dollar value and purpose. If you have questions or
comments about this information, please call me or have your staff contact my deputy,
Edward J. Hanley, on FTS 260-4600.

Attachments

cc:    F. Henry Habicht n
       Deputy Administrator

       Edward J. Hanley
       Deputy Director, OARM

       OARM Office Directors

-------
                    Attachment
                   -—.:-•- ?---
        OARM
CONTRACT SUPPORT
    PROGRAM OPERATIONS SUPPORT STAFF
        FEBRUARY 1992

-------

-------
                 UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                            WASHINGTON, D.C.  20460
                                                             OWCEOF
                                                           AOMIHISTRATIOK
                                                           AND RESOURCES
MZMDHJUTODM
SUBJECT:   OARM Con**ac± Support
FROM:     Frederid(ta^rnisfc7T>irector
          Program  operations Support Staff

TO:       Christian  Holmes
          Acting Assistant  Administrator

     Since you had expressed some interest in finding out what type
of contract  support  OARM uses, we canvassed the offices  and have
attached a list of OARM's major  contracts with a description of:

          Type of work or product
          Approximate annual dollar  amount
          If work  is performed on-sits,  etc.
          Expected length of the contract
          Why a contract is being used rather than EPA employees
          for this particular worX or service

     Some offices  divided their contract dollar amounts  between
OARM dollars and Agency  dollars,  whereas  some  offices  such as the
Management and Organization  Division, listed very  large contracts
that are used by the  entire  Agency.  The total dollar amount on the
attached  list  is  approximately $208 million.    As   a  point  of
reference, last year OARM spent a total of $106.4 million  for both
S&E and SF contracts.

     Our  findings  show  that approximately   40  percent  of  our
contract work is performed  on-site,  30 percent is performed off-
site, and 30 percent claimed both on-site and off-site. The three
main reasons why contractors were used rather than EPA employees
were:  cost  effectiveness  - 41%, expertise -  26%,  and not enough
FTE  available  - 19%  (see attachment A}.  An  example of  a  cost-
effective contract would be  FMSD's contract with Diplomat Limousine
Associates, which provides shuttle bus service at EPA Headquarters
and allows the Agency greater flexibility to  increase  and  decrease
necessary services.   Contractors that were used because  of  their
expertise are best shewn in contracts held in FMD and OIRM  where
Agency employees usually do  not  have  sufficient expertise for ADP
system development,  and support, etc.   PCMD  and M&O  both stated
that most of their use  of contractors was a result of not having
                                                           ftvwtrf on flaeyefcrf Piote

-------
enough FTE to perform necessary jobs.

     The Facilities  and  Management  Services Division manages the
largest number of  contracts  which includes EPA's transportation,
building maintenance,,  guard  services,  recycling programs,  etc.
Contracts in  OIRM  and RTP, although relatively  small in number,
also support  virtually all Offices,  Regions,  and laboratories in
the  Agency.     Some   of  these   services  include   data   and
telecommunications,   computing   service*,   ADP   operations   end
maintenance support,  ADP systems development,  library services,
etc.

     I hope this information is helpful, please give ne a call on
260-4083 if you have any questions.

Attachments

-------
                         ATTACHMENT A
   OARM CONTRACTS
            FY1992
        REASON FOR USING
          CONTRACTORS
NOT ENOUGH FTE

  19%
EXPERTISE

   36%
                       A-76 DICTATES
                          4%
                COST EFFECTIVE
                    41%
         LOCATION OF WORK
            PERFORMED
                  ON-SITE   40%
  OFF-SITE 30%
                    ON-SITE & OFF-SITE

                        30%

-------

-------
Manor Contracts  bv  PCMD:
AMS:

Type of Work:



Approximate Annual Amount:

Work Performed:

Length of Contract:

Reason for Contract:
CSC:

Type of Work:



Approximate Annual Amount:

Work Performed:

Length of Contract:

Reason for Contract:
UNISYS:

Type of Work:
Approximate Annual Amount:

Work Performed:

Length of Contract:
Management    Support   Contract    for
programming, operations and maintenance
for the ACT system.

$250,000

On-site

5/9/89 to 8/18/92

These contractors are used rather than
EPA  employees  because  there  is   not
sufficient  in-house  expertise to  do
this work nor is there adequate FTE to
hire people who do.
Technical   and  Operational   Support
services  for programming,  operations
and maintenance for ACT system.

$450,000

On-site

9/28/90 to 9/30/92 (option to 9/30/95)

These contractors are used rather than
EPA  employees .because there  is  not
sufficient  in-house  expertise to  do
this work nor is there adequate FTE to
hire people who do.
Primary  NDPD   Support   Contract  for
PC/LAN    satellite     support    and
operational service    agreement   for
maintenance and service on PCs.
and LANs.

$150,000

On-site

8/12/87 to 12/31/92

     1

-------
Reason for Contract:
These contractors are used rather than
EPA employees"because there is not
sufficient in-house expertise to do this
work nor is there adequate FTE to hire
people who do.
PRIME Computer:

Type of Work:


Approximate Annual Amount:

Work Performed:

Length of Contract:

Reason for Contract:
MCI:

Type of Work:


Approximate Annual Amount:

Work Performed:

Length of Contract:

Reason for Contract:
Hardware  maintenance  for  EPA's PRIME
system.

$80,000

On-site

6/16/89 to 9/30/92

These contractors are used rather than
EPA  employees  because  there   is  not
sufficient in-house expertise to do this
work nor is there adequate FTE to hire
people who do.
Acquisition  and   Acquisition-related
training.

$65,000

Off-site

6/16/89 to 9/30/92

These contractors are used rather than
EPA employees because there is not
sufficient in-house expertise to do this
work nor is there adequate FTE to hire
people who do.

-------
Mai or Contracts bv SHEMD;

Booz-Allen & Hamilton - National Technical Assistance Contract:

Type of Work:              Provides  technical  assistance support
                           in  the  areas  of safety,  health, and
                           environmental management nationwide.

Approximate Annual Amount: OARM:      $1.3 million
                           Pass thru: $1.7 million
                              AL:     $3.0 million
Work Performed:
Length of Contract:
Reason for Contract:
Kajrrity is off-site, however there are
cur:  tly  four  work  assignments which
require on-site personnel (2 at HQ and
2 in field locations)

Current  contract  expires  March  31,
1992.   A  follow-on contract  is  in-
process, with  a  five-year  period  of
performance, including all options.

Provides technical assistance support
in  a variety  of professional  areas,
such   as    engineering,    industrial
hygiene, training,   etc.,  on  an  as-
needed basis, to health and safety and
environmental    compliance    managers
nationwide.
Occu-Health, Inc.
Headquarters Health Unit/Fitness Center:
Type of Work:
Contractor operates Headquarters health
unit and fitness center.
Approximate Annual Amount: $700,000 of OARM funds

Work Performed:            On-site
Length of Contract:
Reason for Contract:
Six month performance period with four
one- year   options   (April   1991
September 1995)

Contract provides the services of a
physician, nurses, fitness/wellness
professionals.  The types and level of
skills required will vary over the life
of the contract;  therefore  it is more
efficient   to   contract   for   these
services  than to  hire  EPA employees
into these positions.

-------
Manor Contracts by GAD;
REA INC.:

Type of Work:
Performs   daily  operations
Asbestos program for GAD
of   the
Approximate Annual Amount: $250,000

Work Performed:            On-site
Length of Contract:

Reason for Contract:
Booz Allen:
Type of Work:
10/1/91 to 9/30/92 (one option year)

The Asbestos in School Hazard Abatement
Act of 1984  was  very clear and direct
about funding  the  administrative part
of the Asbestos program with contractor
support.   No resources (except contract
support)  was provided to GAD.
Specific tasks designated from the OARM
umbrella.
Approximate Annual Amount: Between $150,000 to $250,000 Superfund
                           dollars
Work Performed:

Length of Contract:

Reason for Contract:
Off-site

One year period (May to May)

Superfund FTE Resources  in the Regional
Grants Management  Offices  are scarce.
One of the  big recommendations out of
the  early   Oversite  Visits  was  to
provide   the   Grants   offices   with
regional  support   for state oversight
visits.   These reviews  would help EPA
limit its vulnerabilities  in the states
by  assuring that  fiscally  responsive
administrative  systems  were present.
Financial integrity would enhance  "cost
recovery" and replenish  the Trust  Fund.

-------
Manor Contracts by M&Q:
Booz-Allen & Hamilton Inc.
General Management Assistance and Advisory Services:

Type of Work:              Studies and analyses

Approximate Annual Amount: $4.8 million

Work Performed:            Off-site

Length of Contract:        Base  period  of  two  option  periods
                           (total of three years) expires 4/6/92

Reason for Contract:       M&O  does  not have  enough  staff  to
                           perform the work


American Management Systems, Inc.
Resources Management Assistance and Advisory Services:

Type of Work:              Studies   and   analyses   related   to
                           resources management

Approximate Annual Amount: $3.5 million

Work Performed:            Off-site

Length of Contract:        Base  period  and  two  option  periods
                           (total of three years) expires 5/10/92

Reason for Contract:       M&O  does  not have enough  staff  to
                           perform this work


American Management systems
Information Management Assistance and Advisory:

Type of Work:              Studies   and   analyses   related   to
                           information resources management

Approximate Annual Amount: $3.5 million

Work Performed:            Off-site

Length of Contract:        Base  period  and  two  option  periods
                           (total of three years( expires 5/18/92

Reason for Contract:       M&O  does  not have enough  staff  to
                           perform this work

-------
Advisory and Assistance services for OARM

Type of Work:              Studies  and   analyses   except  those
                           related   to   information   resources
                           management

Approximate Annual Amount: $5 million

Work Performed:            Off-site

Length of Contract:        Base  period  and  four option  periods
                           (total of five years)  expires 1997

Reason for Contract:       M&O  does not  have  enough  staff  to
                           perform the work

-------
Manor Contracts by New Headauarters Project:

Type of Work:
Technical   and   monitoring   support
related to  OARM contract support, the
following information is provided.
Approximate Annual Amount: $170,000
Work Performed:

Length of Contract:


Reason for Contract:
Off-site in contractor spaces

Three  tear contract  including option
years

The   contractor  provides   technical
expertise   in  a   wide  variety   of
disciplines on an on-demand basis.   To
hire   architects,    engineers   cost
estimators,    and    space    planners
permanently   would   not  prove   cost
effective  nor  be  responsive  to  the
taxpayer.

-------
Manor Contracts in FMSD:

Center For Systems and Program Development  (CSPD):

Type of Work:
Operation of the Headquarters Building
Services Desk;  maintains WSM bulletin
boards; provides conference scheduling,
audio-visual   support,    and   signage
services
Approximate Annual Amount: $562,000

Work Performed:            On-site

Length of Contract:        Expires 9/30/92

Reason for Contract:
This contract was streamlined 4/1/91 by
reducing five positions.  Total savings
are approximately $65 million for FY91;
and $137 million for FY92.
Diplomat Limousine Associates:

Type of Work:
Provides transportation services at EPA
Headquarters, principally operation of
shuttle buses.
Approximate Annual Amount: $761,500
Work Performed:

Length of Contract:



Reason for Contract:
On-site/Off-site

2/1/91 to 2/1/92, with two option years
after this  date.   Expiration  date is
1/31/94.

Contractors  are more  cost-effective,
providing   greater   flexibility   to
increase and decrease services.
Diversified Technology & Services of Virginia (DTSV):

Type of Work:              Provides  operations  and  maintenance
                           services at EPA's Las Vegas laboratory.

Approximate Annual Amount: $435,000

Work Performed:            On-site

Length of  Contract:        FY92  is the  base year  contract with
                           four one-year option periods.

                                8

-------
Reason  for  Contract:
 Contractors  are  more  cost-effective,
 providing   greater    flexibility   to
 increase and decrease  services.
Dynatrend
Property Management:

Type of Work:
Approximate Annual Amount:

Work Performed:

Length of Contract:


Reason for Contract:
Dynatrend
Security Services:

Type of Work:
Provides   national  support   to  the
property program, including contractor-
held and in-house property.

$872,000

On-site

Extended until 3/31/92; a new contract
will be awarded for April 1, 1992.

Contractors  are more  cost-effective,
providing   greater   flexibility   to
increase and decrease services.
Monitoring  of the  STAY guard  force.
The contractor also  conducts physical
security reviews and renders technical
assistance  Agency-wide.     Dynatrend
operates  EPA's  Emergency  Operations
Facility in North Carolina also.
Approximate Annual Amount: $1,320,000

Work Performed:

Length of Contract:
On-site/Off-site
Reason for Contract:
Four one-year option periods; contract
expires 9/30/93

Contractors  are more  c •-••: -effective,
providing   greater   >__.-_^ility   to
increase and decrease services.
Eagle Maintenance Services, Inc.:
Type of Work:
Provides   support   staff   to   EPA's
Recycling Program.  Activities include
collecting   recyclables    from   all
Headquarters buildings  and processing
as mandated.

-------
Approximate Annual Amount: $210,000
Work Performed:

Length of Contract:


Reason for Contract:
On-site

Two one-year options; contract expires
9/30/93

Contractors  are more  cost-effective,
providing   greater   flexibility   to
increase and decrease services.
Fairfax Opportunities Unlimited
Mail Management:
Type of Work:
Furnishes   mail    and   distribution
services at EPA Headquarters buildings
as  well  as  provides  mail  management
technical  assistance  throughout  the
Agency.
Approximate Annual Amount: $1,126,000
Work Performed:

Length of Contract:

Reason for Contract:
Additional Clarifying
Information:
On-site

Three one-year options; expires 9/30/93

Contractors  are  more  cost-effective,
providing   greater   flexibility   to
increase and decrease services.
In FY92,  two new EPA  facilities  will
increase the contract cost.
Fairfax Opportunities Unlimited
Supply Store:

Type of Work:              Operates   supply    store    for   EPA
                           Headquarters. Responsibilities include
                           assuring  sufficient  stock levels  of
                           office supplies  and forms, conducting
                           quarterly and yearly inventories,  and
                           processing orders for supplies from GSA
                           and commercial vendors.

Approximate Annual Amount: $185,100

Work Performed:            On-site

Length of Contract:        One-year option period; expires 9/30/92

                                10

-------
Reason for Contract:       Contractors  are  more cost-effective,
                           providing   greater    flexibility    to
                           increase and decrease  services.

General Elevator Company, Inc.:

Type of Work:              Maintains  and  repairs  elevators   at
                           Waterside Mall.

Approximate Annual Amount: $217,500

Work performed;            On-site

Length of Contract:        Three contract options; expires 6/30/93

Reason for Contract:       Contractors  are  more  cost-effective,
                           providing   greater    flexibility   to
                           increase and decrease  services.


Jewell Cleaning Services, Inc.:

Type of Work:              Removal and installation of carpeting;
                           floor   tile   at   all   Headquarters
                           buildings.

Approximate Annual Amount: $210,000

Work Performed: ,           On-site

Length of Contract:        Three one-year option periods; expires
                           9/30/92

Reason for Contract:       Contractors  are  more  cost-effective,
                           providing   greater    flexibility   to
                           increase and decrease  services.


John Chase Architects/Enterprise Advisory Services:

Type of Work:              Headquarters space planning and space
                           utilization    services.     Indefinite
                           quantity/indefinite delivery

Approximate Annual Amount: $1,000,000

Work Performed:            On-site/Off-site

Length of Contract:        FY  1992 option

Reason for Contract:       Contractors  are  more  cost-effective,
                           providing   greater    flexibility   to

                                11

-------
Additional Clarifying
Information:
                           increase and decrease services.
Master  space planning  implementation
may  necessitate   staffing  increases
during  the  contract life.    a  non-
competitive   contract  extension   is
underway and  should  be  effected for 4
1/2 years (10/1/91 - 3/31/96) .
Lam Associates:

Type of Work:
Provides parking management services at
Waterside Mall parking facilities.
Approximate Annual Amount: $296,300

Work Performed:            On-site

Length of Contract:        Five-year contract; expires 9/30/95
Reason for Contract:
Contractors  are  more  cost-effective,
providing   greater   flexibility   to
increase and decrease services.
STAY:

Type of Work:              Furnishes guard services  for 28 guard
                           posts   and   escort   services   when
                           requested at Waterside  Mall  and three
                           guard posts at Fairchild.

Approximate Annual Amount: $1,616,800  (9 months)

Work Performed:            On-site

Length of Contract:        Three one-year options;  expires 6/30/92

Reason for Contract:       Contractors  are more cost-effective,
                           providing   greater   flexibility   to
                           increase and decrease services.
Town Center Management
Parking:

Type of Work:
Provides for renting 167 parking spaces
in  the Waterside Mall  garage  and 42
spaces outside the East Tower entrance.
These  spaces  are  in addition to those
                                12

-------
                           provided by the building  lease.

Approximate Annual Amount: $298,400

Work Performed:            Off-site

Length of Contract:        One annual option; expires 9/30/92
Reason for Contract:
Contractors  are  more  cost-effective,
providing   greater   flexibility   to
increase and decrease services.
Town Center Management
Perimeter Guards:

Type of Work:
Approximate Annual Amount:

Work Performed:

Length of Contract:


Reason for Contract:
TCM guards patrol the perimeter of the
Waterside Mall complex.  The Mall area
is covered from 6:00 a.m. - 6:00 p.m.;
the East and West Towers  (I Street to M
Street)  from  2:30  p.m.  to  10:30 p.m.
Coverage  is   restricted  to  Federal
workdays, Monday-Friday.

$162,200

On-site
Three   one-year
12/31/93
options;   expires
Contractors  are more  cost-effective,
providing   greater   flexibility   to
increase and decrease services.
Transcontinental Enterprises, Inc.

Type of Work:
Furnishes    labor/moving    services
throughout EPA Headquarters; and funds
and  operates the  Waterside Mall  and
Landover warehouses.
Approximate Annual Amount: $2,000,000

Work Performed:            On-site

Length of Contract:
Reason for Contract:
One-year   base   contract   with   five
options; expires 3/1/95

Contractors  are more  cost-effective,
providing   greater   flexibility   to

-------
                           increase and decrease services.


Viking Systems International:

Type of Work:              Performs   national   space   planning
                           services   (facility   planning  policy
                           assistance,  facility  and  management
                           tools development).

Approximate Annual Amount: $938,600

Work Performed:            Indefinite quantity/indefinite delivery

Length of Contract:        Base period is FY 1991 with two annual
                           options; expires 9/30/93

Reason for Contract:       Contractors  are more  cost-effective,
                           providing   greater   flexibility   to
                           increase and decrease services.

-------
Major  Contracts  in RTF:
NMI systems, Inc.
Voice Telecommunications Support Services:
Type of Work:
Plans,    engineers,    installs,   and
maintains  telephone and  certain data
communications    services    in
Headquarters;    supports
telecommunications operations at about
60 field sites; and operates the Agency
teleconferencing, facsimile, and secure
communications centers.
Approximate Annual Amount: $5.1 million
Work Performed:
Length of Contract:
Reason for Contract:
Most of  the NMI staff  are  located in
contractor-leased  space  in  Waterside
Mall.   In addition, small  staffs are
located  in  contractor-leased  space in
RTP and  in  EPA  space in Philadelphia,
Chicago, and San Francisco.

8/88  through   5/92.     A   follow-on
contract now in  competition is expected
to provide telecommunications services
from  award  in March   1992   through
September 1999.

EPA management decided in  1981 that the
work-years    needed   to     provide
telecommunications   support   services
could be provided with greatest  cost
effectiveness and  flexibility through
contract.    The  contract  for  Voice
Telecommunications Support Services is
managed by a federal staff of five and
currently provides about 82  work years
of   support   in   Washington,   RTP,
Philadelphia,    Chicago,    and    San
Francisco.
Additional Clarifying
Information:
Both  the  existing  contract  and  the
soon-to-be-awarded  recompetition  are
cost-plus-award-fee contracts.
Viar and Company
Technology Planning and Management Corporation:
                                15

-------
Type of Work:
Information  technology  architectural
strategy   and   planning;   ADP   and
telecommunication feasibility studies,
system  designs,  system  evaluations,
capacity    planning:       ADP    and
telecommunication acquisition support.
The contract  also  provides short-term
access  to   acknowledged   experts  in
various   ADP   and   telecommunication
fields.
Approximate Annual Amount: $8,177,000
Work Performed:

Length of Contract:
Reason for Contract:
Additional Clarifying
Information:
Primarily at contractor facilities

4/88 through 9/88; four one-year option
periods,  FY  89,  90,  91,  92;  fifth
option  period  October  1992  through
March 1993.   Expires March 31, 1993, if
all options are exercised.

Government   FTEs   have    not    been
available, and contracting  as  much as
possible has been the policy of former
administrations.   ADP has  always been
an area targeted for contracting.
Some concern has been expressed in the
past   about    NDPD's    reliance   on
contractors   for   support   of   IRM
procurements.   This  contract performs
requirement     analysis     and    RFP
development  and   provides  technical
assistance  to   technical   evaluation
panels.
UNISYS Corporation - Facility Management:

Type of Work:
Responsible    for    supplying   staff
necessary  to  provide  computing  and
telecommunication   services   to   the
Agency.
Approximate Annual Amount: $29,959,552

Work Performed:            On-site and off-site

Length of Contract:
8/87 through  1992  (includes four one-
year   options).     Recompete  now  in
progress will be for 7 years and has a

-------
                           value of $400 million.

Reason for Contract:       No government FTEs have been available,
                           and contracting as much as possible has
                           been  government policy.   Contracting
                           also  provides  flexibility  that  the
                           civil  service  system  cannot  ,  and
                           allows us to pay highly skilled people
                           a competitive salary.

Additional Clarifying
Information:               The  contract  has  approximately  450
                           people   managed   by  34   government
                           employees.


CSC Corporation - Supporting NCPD:

Type of Work:              The   "Technical    Support    Services
                           Contract" with CSC supports the mission
                           of NCPD  with the  following range  of
                           services:
                                1.   Management   Information   and
                                   Quality Assurance Support
                                2.  Contract Invoice Processing and
                                   Records Maintenance
                                3.    Superfund   Site    Specific
                                   Accounting  and  Documentation
                                   Support
                                4.  Contract Payment  System (CPS)
                                   Software Maintenance
                                5.   Contract  Obligation  Document
                                   Processing

Approximate Annual Amount: FY91 - $1,261,000 (9 months only)
                           FY92 - $1,784,000 (option period 1)
                           FY93 - $2,200,000 (option period 2)
                           FY94 - $2,500,000 (option period 3)

Work Performed:            On-site and off-site

Length of Contract:        FY91 (9 months only),  with three option
                           years  available  under  the  contract
                           extending services to 9/30/94.

Reason for Contract:       No government FTEs have been available
                           to   handle   increases   in   workload
                           associated  with  processing  contract
                           invoices and implementing the  unique
                           accounting    requirements   of   the
                           Superfund  Program.  Contract  support
                           activities  are primarily focused  on

                                12

-------
Additional Clarifying
Information:
                           data   entry,  ^document  handling  and
                           filing,   ADP "software   support  and
                           database maintenance.
Contractor  workyears   for  FY92  are
approximately 45, while government FTE
ceiling is 34 positions.  Clearly NCPD
could not perform  its  mission without
substantial contractor support.
Custodial Services:

Type of Work:              Custodial services

Approximate Annual Amount: $482,000 yearly costs (OARM $)

Work Performed:            On-site
Length of Contract:
Reason for Contract:
Present   contract   expires   9/30/92,
Procurement package being  readied for
re-compete, one-year  contract with  4
option years.   Present contract  is  a
one-year plus 2 option years.

Custodial services have been contracted
out  since  the  early  1970's.    All
Facilities contracts (except cafeteria
services)  have  been either  SBA  small
business or 8A set aside.  In the early
1970's  there  were  no  FTE  positions
within  the  Agency  to   provide  the
required  services  for  EPA,  RTP  to
function   in    a    routine   manner.
Contracting    out    was    the   only
alternative available.
Security Services:

Type of Work:              Physical security for EPA-RTP

Approximate Annual Amount: $762,000 yearly costs (OARM $)
Work Performed:

Length of Contract:


Reason for  Contract:
On-site and off-site

10/1/91  to 10/1/92 with  three option
years

Security services have been contracted
out  since  the  early  1970's.    All
Facilities contracts  (except cafeteria
                                18

-------
Cafeteria Services:

Type of Work:
                           services)  have been  either SBA  small
                           business or 8A set aside.  In the  early
                           1970's  there  were  no  FTE  positions
                           within  the   Agency  to  provide  the
                           required  services  for  EPA,  RTF   to
                           function   in   a   routine   manner.
                           Contracting    out   was    the   only
                           alternative available.
Cafeteria  services  are provided  to 2
EPA cafeteria locations.
Approximate Annual Amount: $50,000 yearly subsidy costs  (OARM $)

Work Performed:            On-site
Length of Contract:
Present  contract   expires  11/15/92.
This  ends  a  5  year joint  cafeteria
services contract  with EPA  and NIEHS
with both subsidizing equal amounts.  A
new procurement  is  being  processed by
NIEHS  to  re-compete the  requirement.
The new  requirement will  be a  2 year
contract with 3 option years.
Consolidated Services Contract:
Type of Work:
General maintenance  services  for  EPA
facilities and equipment, audio-visual
support,  snow  removal,  shuttle  bus
driver,   receiving/delivery,   supply
store  operation,  warehouse operation,
mail   room   operation,   duplication
services,   in-house  moving  and  data
entry support.
Approximate Annual Amount: $2.8  million  (OARM  $
                           remaining 25%)
                        -  75%,  ORD  -
Work Performed:

Length of Contract:
Reason for Contract:
On-site
Present contract awarded  10/1/92 is a
one  year  contract with  four  option
years

All  of  the listed services  have been
contracted out since the early 1970's.
All  of  the services have  been either
SBA  small  business or 8A  set asides.
In the  early  1970's there  were no FTE
                                19

-------
                           positions within the Agency to provide
                           the required  services  for EPA,  RTF to
                           function    in   a    routine   manner.
                           Contracting    out    was    the    only
                           alternative available.

Employee Counseling Program:

Type of Work:              Employee    Counseling    for   problem
                           clarification, crisis management, very
                           short term  counseling  and referral to
                           follow-up resources.

Approximate Annual Amount: $21,000

Work performed:            Off-site

Length of Contract:        Five years through FY92

Reason for Contract:       Highly specialized expertise required
Physical Fitness Contract:

Type of Work:
Provides  and  exercise  and  physical
fitness facility for EPA-RTP employees
Approximate Annual Amount: $100,000 shared between OARM, OAQPS and
                           ORD.  OARM's share is about $17,000.
Work Performed:

Length of Contract:

Reason for Contractor:
Off-site

3 years

Highly specialized expertise required
                                20

-------
Manor Contracts  In Cincinnati:


T.B.T. Janitorial:

Type of Work:              Janitorial

Approximate Annual Amount: $539,244

Work Performed:            Off-site

Length of Contract:        Option 1 - 9/30/92
                           Option 2 - 9/30/93
                           Option 3 - 9/30/94

Reason for Contract:       Cost effective


Colejon Mechanical Corporation:

Type of Work:              Operations, maintenance  and repair of
                           mechanical,  electrical  and  physical
                           building plant,  systems  and exterior
                           building services.

Approximate Annual Amount: $2,000,000

Work Performed:            Off-site

Length of Contract:        Option 1 - 9/30/89
                           Option 2 - 9/30/90
                           Option 3 - 9/30/91
                           Option 4 - 9/30/92
                           Option 5 - 9/30/93

Reason for Contract:       Cost-effective


C.I.C.A.

Type of Work:              Security guard service

Approximate Annual Amount: $500,000

Work Performed:            Off-site

Length of Contract:        Option I - 9/30/92
                           Option 2 - 9/30/93
                           Option 3 - 9/30/94

Reason for Contract:       Cost-effective


                                21

-------
Computer Sciences Corporation  (CSC):

Type of Work:              Computer center operations and National
                           Telecom Node

Approximate Annual Amount: $652,400  (FY92)

Work Performed:            On-site

Length of Contract:        Currently in option year 2 with 3 years
                           remaining

Reason for Contract:       A-76 dictates that we use a contractor


Computer Sciences Corporation  (CSC):

Type of Work:              ADP support for IRMD

Approximate Annual Amount: $852,000 for FY92

Work Performed:            On-site

Length of Contract:        Currently  in option  year  2,  with  3
                           years remaining.

Reason for Contract:       A-76 dictates that we use a contractor


Labat Anderson, Inc.:

Type of Work:              Library Support

Approximate Annual Amount: $460,000 for FY92
                                                     t
Work Performed:            On-site

Length of Contract:        Ongoing

Reason for Contract:       A-76 dictates that we use a contractor


Pipkins Group:

Type of Work:              Mail delivery and provide personnel for
                           shipping and receiving

Approximate Annual Amount: $138,457 FY92
                           $289,379 FY93
                           $300,961 FY94
                           $312,948 FY95
                                22

-------
Work  Performed:

Length of  Contract:
Off-site

Option 1
Option 2
Option 3
Option 4
Option 5
9/30/91
9/30/92
9/30/93
9/30/94
9/30/95
Reason for Contract:
Cost-effective
Dynatrend:

Type of Work:




Approximate Annual Amount;

Work Performed:

Length of Contract:

Reason for Contract:

Additional Clarifying
Information:
Provide  personal property management
support  for  both  contract  property
administration  and  in-house  property
administration

$125,000 (OARM)

On-site/Off-site

Expires 3/31/92

Cost-effective
The  Cincinnati   property  management
office   has  two  contract   support
personnel.     Due  to  the  nature  and
complexity of the work,  and  the small
amount  of  employees   required,   the
decision  was  made  to  write  a  work
assignment on the Washington contract
because  it  would be  more  beneficial
than writing  a new  contract  for two
positions.
                                23

-------
Manor Contracts in OIRM:
Technical Operations and Services Support  (TOSS)

Type of Work:              Indefinite     quantity/
                           delivery
                            indefinite
Approximate Annual Amount: Expected $60 million  OARM  is about $10
                           million
Work Performed:

Length of Contract:

Reason for Contract:
Additional Clarifying
Information:
On-site/Off-site

All option years, 1995

Allows the Agency to have a contractor
workforce  tailored  to  technology  as
requirements change.

TOSS  provides   ADP  operations   and
maintenance   support    services    to
relatively    all    Offices/Regions/
Laboratories in the Agency.   It allows
the Agency to use  computer  technology
to its best advantage.   Over 1200 CSC
contractors  are  provided  with  this
funding to the Agency.
Mission Oriented Systems Engineering Support (MOSES)

Type of Work:              Indefinite    quantity/
                           delivery
                            indefinite
Approximate Annual Amount: Expected use $15 million per year, OARM
                           is about $6 million
Work Performed:

Length of Contract:

Reason for Contract:
Additional Clarifying
Information:
On-site/Off-site

All option years, 1997

Allows the Agency to have a contractor
workforce  tailored  to  technology  as
requirements change.
MOSES provides ADP systems development
to most  all  Headquarters  offices.   It
allows   the   Agency   to  use  systems
engineering  methods  and technology to
its best advantage.
                                24

-------
Labot-Anderson:
Type of Work:
Indefinite     quantity/    indefinite
delivery
Approximate Annual Amount: Past-use $13 million, OARM is about $2
                           million
Work Performed:

Length of Contract:

Reason for Contract:
Additional Clarifying
Information:
On-site

All option years, 1993

Allows the Agency to use contractors to
be specialists in  library  services to
its   best   advantage,    where   the
contractor  workforce  is  tailored  to
information  services  as  requirements
change.
LAI provides a full range  of library,
records    management,    docket,
clearinghouse support services to  the
Headquarters/Regions.
Scientific Automation Services and Laboratory Automation  Services
(SAS/LAS) :
Type of Work:
Indefinite    quantity/    indefinite
delivery; full range of ADP services to
the Research and Development  offices
Approximate Annual Amount: Past use $16 million,  OARM is  about  $1
                           million
Work Performed:

Length of Contract:



Reason for Contract:
Additional Clarifying
Information:
On-site

All  option years,  1992  (expires  in
February,  TOSS  will   replace   these
services)

Allows the Agency to have a contractor
workforce   tailored   to   scientific
technology as requirements change
SAS/LAS  provides  ADP  operations  and
maintenance  support  services  to  the
Laboratories in the Agency.   It allows
the Agency to  use  computer  technology
to its best advantage.
                               25

-------
Vigyan:

Type of Work:


Approximate Annual Amount:

Work Performed:

Length of Contract:

Reason for Contract:
Additional Clarifying
Information:
Indefinite
delivery
quantity/
indefinite
$3 million, OARM is about $2 million

On-site/Off-site

All option years, 1993

Allows the Agency to have a contractor
workforce   tailored   to   Geographic
Information   Systems    services   as
requirements change.
Vigyan provides a range of ADP systems
development and systems support to the
Headquarters/Regional  offices.     It
allows the Agency to use contractors in
the specialty area of  CIS  to  its best
advantage
                                26

-------
Major Contracts in OHRM;

Organizational Dynamics, Inc.

Type of Work:              TQM   Consultation,   Meeting  Support,
                           Training

Approximate Annual Amount: $285,000

Work Performed:            On-site/Off-site

Length of Contract:        Several    years-    normally    TQM
                           implementation   requires   years   to
                           accomplish.  Existing contract to print
                           training materials is for an additional
                           2 years.

Reason for Contract:       The QIB requests their participation at
                           meetings.     Only   they  can   train
                           facilitators    to    deliver    their
                           copyrighted materials.   Our customers
                           feel   their  presence  necessary   to
                           properly   accomplish   their   tasks.
                           Existing training material is licensed
                           from ODI.

Various Contractors:

Type of Work:              Professional meeting space

Approximate Annual Amount:  $50,000

Work Performed:            On-site/Off-site

Length of Contract:        Ongoing

Reason for Contract:       no  professional  meeting   space  and
                           support in EPA

Computer Systems Corporation:

Type of Work:              Personnel/Payroll data entry

Approximate Annual Amount: $35,000

Work Performed:            On-site

Length of Contract:        One year

Reason for Contract:       Specific expertise not available at low
                           cost of contractor
                                27

-------
Westat, Inc.:

Type of Work:
                           Conducting a focus group study of EPA's
                           Internal  Communications systems.   Ten
                           focus  groups are  being  conducted at
                           various   EPA   locations   to  gather
                           feedback  from  employees  on  how  the
                           Agency communicates with them and how
                           internal    communications    can    be
                           improved.
Approximate Annual Amount: $60,000

Work Performed:

Length of Contract:

Reason for Contract:
                           On-site/Off-site

                           9/91 to 3/92
Additional Clarifying
Information:
                           Specific  expertise  and staff  support
                           not available in-house
                           The   final   product   will    be   a
                           comprehensive report of the focus group
                           findings.    Feedback  from  the  focus
                           groups  will  be  used  by  an  Agency
                           workgroup  to develop  recommendations
                           for   the  Administrator  and   Deputy
                           Administrator.     The  contract   was
                           originated by OPPE.
Calvin Woo Associates:

Type of Work:
                           Developing  camera-ready copy  of  new
                           recruitment  overview  and  brochures,
                           advertising  collateral,  and video  in
                           support  of  the   Academic  Relations
                           Program,   general   recruitment,   and
                           public information needs.

Approximate Annual Amount: $166,645   -   current   findings   fall
                           $43,500  short  of  amount  needed  to
                           complete the tasks.
Work Performed:

Length of Contract:

Reason for Contract:
                           Off-site

                           September 1991 to March 1992

                           Specific  expertise   in  professional
                           design  and   marketing   services  not
                           available in-house.
                                28

-------
Organization Development/Effectiveness Master Contract:
Type of Work:
                           Provides assistance to program Offices
                           to  aid  them  in  their  organization
                           change and  development activities and
                           provides assistance  in Team Building,
                           Strategic Planning, Communications, and
                           Career Development.

Approximate Annual Amount: No cost to OARM/OHRM unless consulting
                           service is used  by  a specific program
                           office  who  places   delivery  orders
                           through this contract.  Annual contract
                           ceiling is  approximately $1  million.
                           Annual use for a three year Agencywide
                           total  has   been  approximately  $1.5
                           million.    OARM  use  of this  contract
                           accounted for approximately $150,000 of
                           this.
Work Performed:

Length of Contract:
Reason for Contract:


Virginia Orr Associates:

Type of Work:
                           On-site/Off-site

                           Current  contract  is   in   its  first
                           extension phase and is  expected  to be
                           used through  September 1992.   A  new
                           competition is being conducted with a
                           new five year contract  expected  to be
                           awarded by the end of September.

                           Specific  expertise  and  support  not
                           available in-house.
                           Provides 1400 hours  of  administration
                           support  for  Management   Development
                           Training which  is  scheduled to  train
                           over  900  incidents  of  EPA  sponsored
                           management/executive training in 1992.
                           Provides    clerical,     data     base
                           design/development/entry;  prepares and
                           receives registration forms and rosters
                           for each  of the  35 sessions;  orders
                           training materials  and  acts as  Hotel
                           liaison  for Program Manager;  tracks
                           payments  for  vendors;   takes  course
                           photos, ; sets up and clears rooms.
Approximate Annual Amount: $20,000

Work Performed:
                           On-site/Off-site
                                29

-------
Length of Contract:        One year


Reason for Contract:       Specific  expertise  and  support  not

                           available in-house at the price of the
                           contractor.

-------
Manor Contracts in FMD:

Automated Cost Recovery Support:

Type of Work:              Software    development,    Operations
                           Support and  Maintenance for Superfund
                           Cost Recovery  Image Processing System
                           (SCRIPS)   and   the  Superfund   Cost
                           Organization and Recovery Enhancement
                           System  (SCORES)

Approximate Annual Amount: $1 million

Work Performed:            Off-site

Length of Contract:        Contractor  support  will   be  needed
                           indefinitely,  although  dollar amounts
                           will decline after FY 1992.

Reason for Contract:        Expertise unavailable within OARM


CSC Support:

Type of Work:              Nationwide support  for  preparation  of
                           site-specific cost recovery packages

Approximate Annual Amount: $2.6 million

Work Performed:            On-site

Length of Contract:        Delivery   orders   issued   annually;
                           contractor  support will  be  required
                           indefinitely

Reason for Contract:        Cost   beneficial   to   the   Federal
                           government  and  decision  made not  to
                           invest workyears in this area.


Analytical support for Superfund Fiscal Policy Development

Type of Work:              Management   analyses   of   financial
                           management   issues  in  support   of
                           Superfund fiscal policy  development and
                           cost accounting  initiatives

Approximate Annual Amount: $500,000

Work Performed:            Off-site

Length of Contract:        Delivery orders typically last 6 months

                                31

-------
Reason for Contract:
Additional Clarifying
Information:
Contractor support:

Type of Work:
to one year

Expertise  unavailable   within  OARM;
"one-time,"   short  term   nature   of
projects.
Contract  support  varies   each  year
depending on  which fiscal  policy and
cost accounting issues and initiatives
are undertaken.  The management support
contract  under which  these  delivery
orders are  issued is  currently being
recompeted.    Booz,  Allen   &  Hamilton
staff  have   been  reviewing   Agency
indemnification    of     Superfund
contractors,   Agency  agreements  where
PRPs have provided future  funding  of
Superfund   cleanups,    and    Agency
procedures  for   assembly   of   cost
recovery  packages.    They will  be
reporting on their findings and will be
making recommendations on strengthening
our  fiscal  management procedures  and
policies.  They are also analyzing and
recommending  changes   to   Superfund
financial guidance prepared  for State
assistance recipients.
Payroll   data   entry
management support
and
records
Approximate Annual Amount: $1,100,000

Work Performed:            On-site
Length of Contract:
Reason for Contract:
Delivery   orders   issued   annually;
contractor  support will  be  required
indefinitely

Cost beneficial  to the government and
decisions made not to invest workyears
in this area
Type of Work:
Time-sharing services with Control Data
Corporation  in  support  of  mandated
external reporting requirements by OMB
and Treasury.

     32

-------
Approximate Annual Amount:  $118,000

Work Performed:             Off-site

Length of Contract:         Delivery   orders   issued    annually.
                            Contractor  support  will  be  required
                            until mid FY94

Reason for Contract:        In-house capability not  available

Additional Clarifying
Information:                It is  anticipated  cnat the  Integrated
                            Financial Management  System will have
                            the    applications    and     reporting
                            functions   capability   necessary   to
                            generate reports by mid FY94.

IFMS support:

Type of Work:               Software  development, operations  and
                            maintenance for  the  IFMS,  ADCB, MARS,
                            and IFMS system  interfaces with other
                            administrative systems such as EPAYS,
                            CPS,  ADCR, GICS,  FMS,  RMIS, and CPARS.

Approximate Annual Amount:  $1.1 million

Work Performed:             Off-site/On-site

Length of Contract:         Delivery   orders   issued   annually;
                            contractor  support will be  required
                            indefinitely

Reason for Contract:        Expertise   and   in-house   resources
                            unavailable within OARM
AMS:

Type of Work:              Transaction testing for Audit Follow-up
                           reporting.

 .pproximate Annual Amount: $100,000

Work Performed:            Off-site

Length of Contract:        Until  Expiration  of  Agency  Support
                           Contract

Reason for Contract:       Expertise unavailable within OARM
                                33

-------
CSC - Audit Management:
                                         v
Type of Work:              Operation and Maintenance of MATS
Approximate Annual Amount: $55,000
Work Performed:            On-site
Length of Contract:        1992
Reason for Contract:       Expertise unavailable within OARM

AMS - Audit Management:
Type of Work:              Desk procedures for  operation of MATS
                           and RMO audit management.
Approximate Annual Amount: $75,000
Work Performed:            Off-site
Length of Contract:        Duration of Agency Support Contract
Reason for Contract:       Expertise unavailable within OARM
Internal Controls:
Type of Work:              Upgrade  Internal   Control  Guidebook;
                           Prepare   Internal   Control   Training
                           Package
Approximate Annual Amount: $125,000
Work Performed:            Off-site
Length of Contract:        Duration of Agency Support Contract
Reason for Contract:       Expertise unavailable within OARM
AMS - P3 Analytic Support:
Type of Work:              Analytic  Support   for  Environmental
                           Financing.
Approximate Annual Amount: $300,000
Work Performed:            Off-site
Length of Contract:        Duration of Agency Support Contract
Reason for Contract:       Expertise unavailable within OARM

-------

-------

-------
      ?z 15:5. EPH osRn D:REC~OR
          UMITED STATES ENVIRONMENTAL PROTECTION AGENCY
                   Research Triangle Park, NIC 27711

                          April 16, 1902
                                                            office OP
                                                          ADMNSTRATION
                                                          AND RESOURCES
                                                           MANAGEMENT
MEMORANDPM

SUBJECT:  Re-direction  of FTE  to Provide for Contract Management

FROM:
TO:
Willis E. Greenstreet,
Office of Administration and
(MD-20)
                                           ources Management - RTF
Christian R. Holmes
Acting  Assistant Administrator  for Administration  and
Resources Management  (PM-208)

Edward J. Hanley
Deputy  Assistant Administrator  for Administration  and
Resources Management  (PM-208)
     Re-direction of FTE within OARM/RTP to meet the requirements
for improved contract management is not praotioal and it would be
illogical due  to the  existing high contractor/EPA employee ratio
performing our national missions.

     In the  National  Data Processing  Division,  the  entire staff
necessary to provide  computing and telecommunication services to
the Agency are provided by a  Facilities Management contractor with
approximately  450  contractor personnel managed  by  34  government
employees.   Within that group,  the  Architectural Management and
Planning  function  in  NDPD is responsible  for the Agency ADP and
telecommunications  strategic  planning,   technology  assessment,
managing  the  Agency  information  technology  architecture  and
conducting   ADP   and   telecommunications    procurements   from
requirements   definition   through   implementation.      Current
procurements  in  process have  a  total value  of  over  $1 billion.
This function  is heavily contractor supported with  11 government
FTE and 28 contractor workyears.

     The National Contract Payment Division   which is responsible
for payment of all EPA contracts utilizes CSC as a majority of the
support  staff, which was  criticized  in  the  CSC   Audit.    CSC
personnel  provide  management  information and quality  assurance
support,  contract  invoice processing  and  records  maintenance,
Superfund  site specific  accounting and  documentation,  Contract
Payment System (CPS) software maintenance  and contract obligation

-------
document  processing.   The contractor has a staff of 47 personnel
compared  to the EPA staff of 34 FTE.

     Within the Facilities Management Division, approximately  120
contractor  personnel  provide  building  and building equipment
maintenar.ee,   repair,   and   alteration,   warehouse   services,
supply/storeroom, security guard force/ reproduction, nail room and
custodial services in support of not only the OARK but also the  OAR
and  ORD  functions in  RTP.  In-house personnel  provide essential
government  services   such  as  contract  and  personal  property
management, preparation of Government bills  of lading, contract
services  Management,  and facilities management and planning, to
include the planning for the RTP consolidated facility and planning
for  Say City.

     In summary,  OARM/RTP is heavily leveraged with contractors
performing  much   of  the   legitimate   support  work  for   the
organization.  In fact, the only OARM/RTP functions which are  not
heavily contractor supported are the placement and administration
of contracts and small purchases and routine personnel management
functions of recruitment,  position management, labor relations  and
training.   The existing FTE within each of my divisions must remain
in place  to perform the  inherently governmental functions.  This
pre-requisite  was highlighted  in the  recent OIG  audit  of  the
Nationwide esc support  contract. Therefore,  it would be illogical,
if not impossible, to  redirect any of these  PTE  to the contract
management function in one division,  leaving the same void in the
loosing division.

cc:  John Barker
     Leonard Shen

-------
  X08^
    ^   UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                             REGION 9
                          75 Hawthorne Street
                        San Francisco, CA 94105


     6 1992

MEMORANDUM

SUBJECT: ^Review of .Regional Contract Management^VuLner«bi
-------
Headquarters administers.  For the national off-site LOE contract
category, we view Headquarters as the appropriate source of
complete information.  We recommend sharing a comprehensive list
of all off-site LOE contracts with the Regions, once the
information is available.

     Region 9 is taking immediate strides to address our contract
management performance, using the expertise and involve"ant of
contracting staff throughout our office.  We are organising an
inter-divisional Quality Action Team (QAT) to address contracting
procedures which will benefit our entire contracting effort.  A
second Quality Action Team addressing work assignments for
Alternate Remedial Contracting Strategy contracts has already
begun tackling Superfund-specific issues.  We feel that these and
other corrective measures, as outlined in the following pages,
will lead to significant improvements.

     However, I  continue to be very concerned about the Agency's
and Region 9's ability to effectively manage contracts with
existing levels of management resources.  During my last visit to
Headquarters, I discussed with Dave O'Connor the need for
additional contracting resources for Region 9; both for general
contract management and, more specifically, for Superfund
contracting (note: Region 9 is the lead for the Western zone).
We project, based on both current and projected workload in
program contracting needs, an additional nine FTEs are required
for Region 9.  Because I am taking my responsibilities as Senior
Procurement Officer for Region 9 very seriously, I feel very
strongly that, with existing resource levels and without adequate
staffing, I am handicapped in managing and addressing the full
spectrum of contract issues.

     If you or your staff have any comments or questions
concerning the information that we have provided,  please contact
Rich Hennecke, the Regional Management  Controls Coordinator, at
(415) 485-1630.


Attachments

-------
                          ATTACHMENT  A

                      REGION  9  INFORMATION
                     ON  THE VULNERABILITIES
                         ASSOCIATED WITH
                      CONTRACTS MANAGEMENT

1.   VULNERABILITIES IDENTIFIED IN GOVERNMENT ACCOUNTING
     OFFICE/OFFICE OF THE INSPECTOR GENERAL (GAO/OIG) AUDITS OR
     PROGRAM MANAGEMENT REVIEWS

     A.   OIG AUDIT(S)

     1.   "EPA's Management of Computer Sciences Corporation
          (CSC)  Technical Operational  Support Services (TOSS)
          Contract," Draft Audit No.  E1NME1-94-0169.

          "In Region 9,  the OIG found  that we:

     (a)   administered  the CSC contract as a  personal services
          contract:

          The Technical  Operational Support Services (TOSS)
          Contract is being administered as a personal services
          contract; six indicators from the Federal  Acquisition
          Regulations suggest  that a personal services contract
          exists between  EPA and the Computer Sciences
          Corporation (CSC).

              Contractor is performing critical functions;
              Contractors and EPA staff perform comparable
              services;
              Contractor employees are supervised by EPA staff;
          -    Performance on  site;
          -    Tools and equipment furnished  by the  government;
          -    The need for the service will  last beyond one
              year.

              Some of  the issues raised in this September 1991
          draft  finding are inherent to the contract (e.g.,
          performance on site, equipment furnished,  period of
          performance)  and must be addressed  at the  national
          level.

          (i) Critical  Services:

          Contractors are performing  tasks which are critical to
          the accomplishment of the missions  of the  Agency or are
          performing functions in key  or sensitive areas.

              The Region has  analyzed the Office of the
          Inspector General's  (OIG) concern that contractors are
          performing in Critical Service capacities.  The issue
          that contractors are performing critical services also
          must be addressed at the national  level, although we

-------
have expressed concern that we would not use our
limited Regional funds for services which were
"unimportant".

CORRECTIVE ACTIONS TAKEN/COMPLETED

     We have verified that no services performed by the
contractors are inherently governmental in nature,
which is clearly prohibited from contractor
performance.  In addition, EPA personnel in the
Information Resources Management Branch (IRMB) Delivery
Order are required to be knowledgeable of the services
to be provided thereby eliminating the risk that an
essential service would not be accomplished because of
contractor failure to perform.  All programming/system
support work performed by CSC contractors must contain
complete documentation thereby reducing/eliminating the
potential for fraud or abuse.

     Finally, IRMB does not have any contractors
performing tasks which we consider to be "sensitive" in
nature.  However, as we progress toward a totally
automated environment, every activity contributing to
the development and maintenance of the automated system
becomes critical to ensure data and system integrity
regardless of how mundane or routine the activity.
Consequently, the automated system,  and management of
it, should contain security measures to ensure that
data entry errors are corrected and system security is
not breached.  IRMB has verified that security measures
exist to minimize any risk when contractors perform
tasks in areas which some may consider "sensitive."

(ii)  Comparable Services;

EPA staff perform the same or similar tasJcs.

CORRECTIVE ACTIONS TAKEN/COMPLETED

     IRMB re-wrote its Statement of Work (SOW)  to
clearly state the tasks that contractors will perform
in an effort to define those tasks performed by
contractors.  In addition, the TOSS contractors now
have a CSC label placed upon their name plate to
identify them as non-EPA employees.   And,  we will work
with HQ to ensure that contractors wear badges which
identify them as contractor employees.

fiii) Supervision. Hiring. Promotion & Evaluation of
Contractors;

EPA has performed relatively continuous supervision of
contractors.  EPA staff were involved in the hiring,

-------
 promotion,  and evaluation of contractor employees.

 CORRECTIVE  ACTIONS TAKEN/COMPLETED

      The OIG's concern regarding EPA supervising
 contractors has been addressed.   The Region has
 required improvement and taken measures to avoid this
 situation.   IRMB has re-written  the  SOW for its
 Delivery Order to ensure that tasks  are specific and
 easily understandable.   The  Delivery Order Project
 Officer (DOPO)  and Alternate DOPOs in this Delivery
 Order have  received additional training and guidance
 regarding their responsibilities.  This, coupled with a
 new CSC site manager and the improved SOW,  has
 drastically reduced the occurrence for  EPA to be
 involved in the work performed by contractor staff  and,
 therefore,  eliminate the possibility of forming an
 employer-employee relationship.   The Region has also
 eliminated  contractor attendance  at  meetings except for
 those portions  of the meeting  where  the topics  are
 directly related to tasks within  the SOW.   In addition,
 guidance has been provided to  EPA Regional  TOSS
 personnel which  informs  them of appropriate contract
 management  practices  regarding the hiring,  promotion,
 or  evaluation of  contractor staff.  All personnel
 associated  with  overseeing contractor tasks  on  the  CSC
 contract delivery  orders have attended  the  requisite
 Contract Administration training course.

 fiv)  EPA Monitoring Contractor Performance;

Monitoring  controls were weakened as a result of the
existing employer-employee relationship.  Contractor
labor charges are not independently verified.
Contractor  evaluations are not performed.  Items
identified  in the  contractor's monthly progress reports
were  outside the SOW. One specific person's  time should
not have  been billed as direct labor to IRMB's  delivery
order.   And, there is a lack of communication between
Delivery Order Project Officers and  the people
knowledgeable in  the contractor's performance.

CORRECTIVE  ACTIONS TAKEN/COMPLETED

      With respect  to these issues, IRMB's re-written
SOW will provide the vehicle for monitoring  contractor
performance and the monthly progress report will be
closely  reviewed for adherence to the SOW and the
Project Plan.  All appropriate contract personnel have
received a  copy of the SOW, and will receive a  copy of
the Project Plan and monthly Progress Reports.
Monitoring  labor charges should not have been an issue
pertaining to the  IRMB delivery order.  Labor charges

-------
will continue to be monitored  in accordance with HQ
guidance.  In addition, HQ has stated that independent
maintenance of attendance records is not an appropriate
activity for EPA.personnel.  However, because of iRMB's
heightened sensitivity to this issue, informal
contractor time sheets are being reviewed by the
Alternate DOPOs weekly to make sure that time charges
are appropriate.

     The OIG raised a concern  regarding "outlying"
contractors within the IRMB delivery order and the lack
of communication between the OOPOs and the EPA staff
who have direct knowledge of contractor performance.
IRMB has separated these "outlyers" into their own
delivery orders and appointed  Delivery Order Project
Officers for these new delivery orders.  This has
reduced the number of contractors working in the IRMB
delivery order, thereby making it more manageable.   It
has also allowed EPA staff who are familiar with the
work performed by these outlyers to monitor the
outlyers1 activities.

INCOMPLETE ACTIONS

     IRMB has submitted a request to CSC HQ (with a
copy of the request to EPA HQ)  to resolve the issue of
inappropriate charges billed to the IRMB delivery
order.   Our request asks that the time card charges of
this individual be amended such that the charges are
billed to a Program Management Overhead (PMO)  category
and not paid as direct labor to the IRMB delivery
order.   CSC is in disagreement with our request,
stating that the labor category previously used is  not
an appropriate PMO billable category.   The EPA Project
Officer is aware of this issue and IRMB is awaiting
guidance from the Office of Information Resources
Management (OIRM)  regarding a possible alternative
course of action.

     IRMB believes that on-going activities and
dissemination of information are required to ensure
that EPA will not administer this contract as a
personal services contract.  The IRMB Management Analyst
has assumed a lead-role in providing guidance to EPA
TOSS personnel regarding contract issues and
appropriate EPA behavior in an effort to maintain their
awareness of good contract management practices.  The
Region is organizing a Quality Action Team (QAT) for
all EPA staff involved in Contract
Management/Oversight.  The goal of the QAT is not only
to improve the quality of Regional contract management,
but to foster a changed attitude and perception.   We
feel that, except for continuous awareness of, and

-------
 training in,  appropriate contract practices,  the issues
 of Critical Services,  Comparable Services,  Contractor
 Supervision,  EPA Participation in Hiring,  Promotion,
 and Evaluation of CSC  Employees,  and Monitoring of
 Contractor's  Performance have been fully addressed and
 no further action is required in response to  the audit
 for this delivery order.
 (v)  Contractor  Travel  and  Training;

 There  are numerous  instances where EPA-approved
 contractor  travel and  training costs were not directly
 related  to  the  needs of  the delivery order or which
 maintained  contractor  expertise in a specific area.
 Also at  issue are the  hours billed to EPA while
 contractors were attending meetings or classes.

 CORRECTIVE  ACTION TAKEN/COMPLETED

     IRMB will  carefully oversee the contractor travel
 and  training during FY 1992.  However, as an immediate
 response to concerns regarding travel and training,
 IRMB has discontinued the practice of inviting
 contractors to  attend  in-house training in areas which
 they are expected to be fully qualified.  We have
 disallowed  the  use of our facility for training if its
 purpose  is  unrelated to tasks in the SOW.  Finally, we
 have made sure  that no hours are billed to EPA if the
 training or travel is not specifically supported by the
 SOW.

 (vi) Contractor Personnel and the Earthquake of October
 1989;

EPA  approved paying for contractor employee's time at
home after  the  San Francisco Bay Area earthquake of
October 17,  1989.

 CORRECTIVE ACTIONS TAKEN/COMPLETED

     Authorization to pay contractors during the period
 of time contract staff were working at home was
 requested of and received from Procurement Contracts
 and  Management  Division  (PCMD)  at HQ.  In addition,
 during this time, Region 9 made sure that the time
 spent at home by contractor staff was kept to a
minimum.   Many  contractor employees were relocated to
temporary facilities within a very short period of time
and  their skills were utilized to support the Region in
 its  operations  and its many moves.  Those contractors
working at home were given tasks to perform,  and
therefore were providing the Region with a service.

-------
 (b)  Contracted Employees Who Did Not Meet Qualification
     Requirements.

     Region 9 did not .ensure that CSC employee
     qualifications comply with contract requirements.  Many
     of the contractor resumes reviewed by the OIG revealed
     that experience or educational requirements were unmet.
     Also at issue is the practice of requesting waivers for
     contractor employees who do not meet minimum
     qualifications.

          IRMB has reviewed the resumes and the
     qualification requirements of all the contractors
     performing in IRMB's delivery order.  In addition,
     prior to hiring any future contractor employee, IRMB
     has implemented procedures to review contractor resumes
     for compliance with contract minimum requirement
     standards prior to a commitment for employment from
     CSC.

     INCOMPLETE ACTIONS

          IRMB has formally requested that CSC HQ and EPA HQ
     take action to reimburse EPA for costs associated with
     the nonqualified or misclassified CSC contractor
     employees associated with the IRMB delivery order.  On
     February 7, 1992 a response by CSC-HQ to our request
     was received which cited many verbal agreements made
     between CSC-HQ and EPA's Contract Officer for the TOSS
     Contract.  These agreements modified contract
     experience and educational requirements and waived
     contractor staff into positions.   As of this date,
     confirmation of these verbal agreements has not been
     received by EPA-HQ.

          Regarding qualification requirement waivers,
     according to guidance received by EPA HQ, waivers of
     classification requirements are requested by the
     Contractor to the Project Officer in EPA HQ.  The
     Regional Office does not play a role in requesting or
     granting waivers of contract qualification
     requirements.   Therefore, the Regional Office is not in
     a position to discontinue this practice, as recommended
     by the OIG.
B.   GAO AUDITS

     1.   An extensive physical search was made of the
          Region's audit files, but no relevant reports were
          uncovered.  Also, the Management Audit Tracking
          System (MATS) does not currently contain any
          related GAO audit records.

-------
C.   PROGRAM MANAGEMENT REVIEWS/INTERNAL CONTROL REVIEWS

     In July 1991, a national senior management task force
     conducted an Alternate Remedial Contracting Strategy
     (ARCS)  Management Review in Regions 9 and 10.   Region
     9 performed a vulnerability analysis of its Superfund
     ARCS program as part of that effort.  Region 9
     responded to the vulnerabilities raised in a report to
     the task force, dated August 21, 1991.

     INITIATIVES TAKEN

          With respect to ARCS administration,  the  Region is
     participating in an equipment warehouse pilot
     (Equipment Management Facility,  or EMFAC)  to reduce
     equipment costs and tighten equipment controls.   The
     EMFAC constitutes an equipment pool for contractors to
     share,  located at a central warehouse.   This project
     centralizes equipment procurement,  inventory,
     scheduling,  maintenance,  and control functions in one
     work assignment with one  of our  ARCS contractors.   The
     Region  has also formed a  Quality Action Team to
     streamline the ARCS work  assignment process.


     The  Region has performed  a  review  of its Annual
     Assurance Letters and Management Control Plans for the
     past five years.   There are a  number of reviews  listed
     that relate  to periodic performance evaluation board
     evaluations  of contractor performance.   The  summaries
     of the  contractor performance  are  very  voluminous  and
     have not  been  reviewed from the  perspective  of "lessons
     learned"  by  the Agency in its  contract  management
     responsibility.   Since the  results  of the  reviews  by
     the  performance evaluation  boards  are submitted  to
     PCMD, we  request clarification on  whether  you  want this
     Region  to perform an indepth review of  these various
     contracts,  some of which have  expired.

     1.    The  FY  1991 Management Control Plan (MCP) for the
          Hazardous Waste Management  Division (HWMD)  lists
          an Internal Control Review  (ICR) on Superfund and
          Resource  Conservation  and Recovery Act  (RCRA)
          contracts.   They are:

     (a)   Technical Enforcement  Support Performance
          Evaluation Board (ICR,  1991).

     (b)   Alternate Remedial Contracting Strategy
          Performance Evaluation Board  (ICR,  1991).

     (c)   Technical Assistance Team Performance Evaluation
          Board (biannual)  (ICR,  1991).

-------
(d)  Emergency Response Cleanup Services Performance
     Evaluation Board  (biannual)  (ICR, 1991).

(e)  Review for RCRA Implementation Support  Services
     Contract (-3/yr) (ICR, 1991) .

(f)  Semi-Annval Review for Technical Enforcement
     Support Contract  (RCRA)  (ICR, 1991).

2.   The FY 1988 AAL and MCP for HWMD lists  the
     following reviews on Superfund and RCRA contracts.
     They are:

(a)  Technical Enforcement Support Performance
     Evaluation Board  (1988).

(b)  REM Contractor Review (Superfund, 1988)

(c)  FIT/TAT Contractor Evaluation (1988)

(d)  Quarterly Review for Technical Enforcement Support
     (TES)  (RCRA)  Contract (1988).

(e)  Quarterly Review for TES (Superfund)  Contract
     (1988) .

(f)  Semiannual Review for Technical Enforcement
     Support Contract  (RCRA) (ICR, 1991).

-------
INVENTORY of REGION 9 CONTRACTS: ON-SITE
CONTRACT
[and Support Swvferts (TOSS)
  FacW8es Management
  Regional Delivery Order 345
TYP£
Indefinte quantity/
indefinite delivery
  Geographic Information System
  Regional Detvery Order 491
  Underground Injection Control
  Regional DeMvery Order 473
  Supcrtund
  Regional Defvery Order 69
  Emergency Response
  Notification System
  Regional Detvery Order 474
PURPOSE
Computer Operations
Information Center
Geographic Information System
Data entry and computer
system maintenance for
Human Resources Mgmt Brancr
Data entry and payment voucher
processing for Integrated
Financial Management System
Development of GIS applications
! and databases
UtC data entry and program
irxxfflcations
System development using
FOCUS and Lotus 1-2-3
Graphics Support

Monitoring of emergency cats
Comprehensive data and
system maintenance
R9 EMPLOYEES
VALVE \ASSK3NH? (f)
S47I.3QO
FY-92)
$16.700
(FY-32)
S20.800
(FY-«Z)
$30,000
(FY-92)
$35,eoo
(fY-9£)
7DOPOS
2DOPOS
2DOPOS
2DOPOS
2DOPOS
                                                                                                                  eg
                                                                                                                  ni

-------

-------
CONTRACT
|i, TtKS CoWract eoodnued _
Federal insecticide, Fungicide,
andRodenticidcAct
Region* Delivery Ordei 343
FTT5 Program
National Delivery Order 316
Superfund Cost Recovery
National Deivery Order 339
\AJ^*uta»
water
National Deivery Order 260


FINOS
National Delivery Order 320
TYPE
Indefinite quantity/
ndefinrte delivery








^URPOSE

Data management for pesticide
establishment registration
Support for Federal Insecticide,
Fungicide and Rooenucide Act
and Toxic Substances Control
Act tracking system*
Enforcement-related data entry
Creation and maintenance of
Superfund oringinal and site
files
Preparation of cost recovery
packages for negotiation and
ffttgation
Data entry of NPDES effluent
Imits to the Permit Compliance
System and NPUeS compMNHAU
Pieuwitinent inspection tracking
system
Data entry and processing of
Discharge Monitoring Reports
Review of EPA permit application!
in EPA databases
J
VALUE

S2G.OOO
FY-92)
(HQ-Tunded)

(HQ-funded)
(HQ-funded)

i
(HQ-funded)

W EMPLOYEES
$SIGNED(
-------
CONTRACT
 CERCLIS
 National Delivery Order 285
 Docket
 National Delivery Order 321
 Voice Telecommunications
 Regional sub-contract
 National Defivery Order 382
TYPE
PURPOSE
                              Indefinite Quantity/
                              iidefinite delivery
                    System administration and data
                     entry for Supertumf computer
                     systems
                    Printer servicing
                    Generation of reports
(Cost reimbursable
   SftE
   Regional Deivery Order
   Superiund
   Regional Delivery Order
   Potation Prevention
   Regional Def very Order
                              Indefinite quantity/
                              indefinite deivery
                    (Maintenance of the regional
                     docket lot trie Office of
                     Enforcement
                    Phono system InstaMation
                     and enhancements
                             $56,400
                                                 Lab aupport and ojuafty
                                                  assurance
                                                  Perform
                              i of library services
                    Delivery of Superfund related
                     information services
                    Deivery of Pollution Prevention
                     related information services
                                                 VALUE
EPA LUPLOYEES
ASSIGNED (*)
                             (HQ-fumfed)
                                                                     1DOPO
                             (HCMunded)
                                                                     1OOPO
                                                 37 positions
                                                 (HQ and Refunded)
                              $289.327
                              hduded
                              above

                              Included
                              above
                                                                     1DOPO
                                                 IPO
                                                 5 Task Monitors
                                                                     ZDOPOs
                                                                     2DOPOS
                                                                     2DOPO6
                                                                                                                                Q

                                                                                                                                O
                                                                                                                                65

-------
CONTRACT
3. LabM Aru^aort Inc. Coritmct
*0riGn**- $ji ;• l;^&% ^ ^
Superfund
National Delivery Order
SuperTund
National Delivery Order
RCRA
Regional Delivery Order
Ji\^JfiliWVift4tfi^*IftH^M*^d4&U4klftl4H^ **'
^isftUAfeAMflV y ( »> * X**
\fvf^rnSfv t $. r **
Hi— it*>jmi tAf«uA«
FMuionfti wonc
Asslgnmeni R204

Nttttonol Work
Asaignrnenl R2933

^Siydirot^*! ft^fcfi-

lp«3CRpiB|iil^^!p"H';*if;W;;:
lMi^^imi*'i%"'H^::/-:


TYPE
Indefinite quantity/
Indefinite delivery


Fixed price
Cost reimbursable





f^r—t mhrrfiia'^ilUlt
IsUSl icnimna<«UR;

Fixed price
(through S8A)


«/RPOSE

Preparation of a Superfund
information directory
Superfund Records Center
maintenance
Lixary's maintenance of
Part A files

Staffing liilumiaUmi
Notification Lne
Assignment 01 EPA id. Numbers
Providing UST/LUST guMetnes
to Native Arnencaii constiueiils

and litigation services
EmrJence auditing for
Superfund
Supply room operation
Shippiig/receiving mal
Photocopy services
Conference Ceiiiei set-up
VALUE 1

$15,000
(FY-92)
$1^93^14
(FY-92)
$60,000

$280,000
(FY-92)

$200,000
(FY-9EJ

*3o,OOO,OOv
(funded nationally
tfiruNEIC)
$313,740



R9 EMPLOYEES
ASSIGNED (/)

1 OOP-)
t ADOPO
tPO
1DOPO

1WAM


1 WAV


NEIC PO

IPO

I

18
C9



Q
m

-------
INVENTORY of REGION 9 CONTRACTS: OFF-SITE
CONTRACT
TYPE
                          Cost relmborsaWe
                    _;  , :
                          Cost referbirsaMe
                          Cost reimbursable
                          Cost refmbursaWe
                          Cost reimbursable
                          Cost reimbursable
                          Cost reimbursable
                          Cost reimbursable
                           Fixed price
PURPOSE
                 Remedial work
                 Rernedtaf work
                 Remedial work
                 Remedial work
                 Remedial work
                 Remedial work
                 Emergency removed &
                  sttectean-up
                 TechrtcaVHtigation support
                  at StrtngfeHow
                 Removal action at
                  Biuewater
VALUE
                          $267,795,372
                          (780.000 hours)
                                            5279.757,767
                                            (780,000 hours)
                          574,588,698
                          (200,000 hours)
                          $286,760,199
                          (780,000 hours)
                          $270.527,172
                          (780,000 hours)
                          $71,237,382
                          (700.000 hours)
                          $59,681.813
                          $200,000
                          $227,937
R9 EMPLOYEES
ASSIGNED (*)
                                                                                        1 CO, 1 PO
                                                                                        14 WAMs
                                            1CO-1 PO
                                            14 W Vis
                                                                                        1 CO, 1 PO
                                                                                        14WAMS
                                                                                        1 CO, 1 PO
                                                                                        12WAM3
                                                                                        1 CO. 1 PO
                                                                                        2WAMS
                                                                                        1 CO, IPO
                                                                                        9WAMa
                                                                                        1CO
                                                                                        1 WAM
                                                                                        1CO
                                                                                        1 WAM
                  1 CO
                  1 WAM
                                                                                                                   
-------
CONTRACT
^SSSSSSi ., ,/

^sssy^^...

H&8G&i&:'r£'i:'i':$' • • .
[nu0Mijii( niiiit.iiit j. .;!;.'!'... .. '.'

£398301^:.':;'^
Planning Research Corp.
National Delivery Order


SAIC
National Deflwry Order

E&E
National Delivery Older
TYPE
Cost reimbursable
(ttiruSBA)

Cost reimbursable

Cost reimbursable


Cost reimbursable

Cost reimbursable


Cost Reimbursable

PURPOSE
Study of abantionned
weds at Anetri Reid

Enforcement and expert
witnessing for South San
Francisco Bay
Ecotogfcal assessments



Superf unc2 enforcenient
support


Superfund ettiorcement
support

Emergency response support
VALUE
574,609

$300,000

$353,899



$40.000.000


$40,000,000

$85.000,000
P9SWPLOVEFS
ASSIGNED (if)
1CO
1PO

1CO
1 WAM

100
1 WAM


IPO
26WAMS


1 PO
19WAMS

IPO
BWAMs
m

-------

-------

-------

-------
    1222.
UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
            WASHINGTON, D.C. 20460

                MR ?4  1992
    MEMORANDUM                                                 OFFICE OF
                                                          IW TC RN ATION AC ACTIVITIES

    TO:        OIA Staff

    FROM:      Timothy Atkeson  / X>

    SUBJECT:   Contractor Management  in OIA


        In  late  February, the EPA Inspector General issued an audit
    report criticizing the Agency's management of some of its largest
    contracts.  The IG was especially critical of an Agency "culture"
    which failed  to distinguish between contractor personnel and EPA
    employees, allowed contractors to perform inherently governmental
    functions, and promoted an atmosphere where using contractors for
    personal services  occurred with disturbing frequency.  Because of
    this criticism which has been leveled at the Agency,  I wish to
    remind OIA personnel of who our on-site contractors are and of
    the guidelines which govern our relationships with them.

    1.   On-Site Contractor Personnel / Personal Services Issue:

        Our contractors perform work set forth in delivery orders or
   work assignments.   Requesting contractors to perform work not
   described in the applicable work request usually constitutes a
   personal service,  a breach of proper contract management.   Asking
   a contractor to send a fax,  type a memo, or deliver mail are
   common examples of personal service requests:   each implies an
   employer/employee relationship between a Government worker  and a
   contractor.  Contracting Officers usually disallow costs which a
   contractor incurs  in performing such work.   Furthermore,
   Government employees who direct personal services may lose  their
   Project Officer or Work Assignment Manager warrant, receive an
   official reprimand, or (in extreme cases)  be held financially
   liable for costs incurred.

        Personal services relationships rarely arise from criminal
   intent,  or even from a desire to stretch the limits of a scope of
   work.   Most personal services begin because a Government employee
   does not know what work a contractor may or may not perform.   Too
   often,  Government personnel are unaware that some of  their  "co-
   workers" are actually  contractor employees.   OIA currently  has
   four contractors working on-site:
on «t-cyn(ecJ Paper

-------
      Debbie  Taylor-DuConge  (Unisys)  —  Debbie  serves  as  OIA's  LAN
Administrator.   Her duties  include  running system  backups,
installing new  LAN  software,  providing  assistance  to  users  having
difficulties with the  LAN,  adding new users to the LAN,  providing
LAN  training, and providing for  overall maintenance of the  LAN.

      Barbara McBeth (Unisys)  —  Barbara serves as  OIA's  Backup
LAN  Administrator.   Her duties are  essentially the same  as  Debbie
DuConge's.   Barbara also provides basic user training in the
software packages available on the  LAN  and registers  OIA
personnel  for the WIC's computer classes.

      Chris Holben (Labat-Anderson)  — Chris provides  general
support to the  TIPS project.  His duties include coordinating
distribution of TIPS with USIA,  coordinating the review  of  TIPS
by other EPA offices,  and creating a directory  of  locations for
TIPS.  The delivery order under  which Chris works  runs through
September, 1992.

      LaWanda Britt  (CSC) — LaWanda serves  as the  Data Input
Operator for OIA's  Travel Cable  System,  INFORM System, and other
in-house databases.   LaWanda's work is  strictly limited  to data
input and does  not  extend to programming, general word
processing,  or  PC user support.  The delivery order under which
LaWanda works runs  through September, 1992.

      POD has asked  each of our on-site contractors to place signs
at their cubicles which clearly  identify them as non-EPA
employees and has reminded them to wear their security badges at
all times.  The  revised OIA phone list will also distinguish
between government  and contractor employees.

     In order to assure that personal services  relationships do
not evolve within our office, please do not ask our contractors
to:

     *  write/sign/issue official correspondence;

     *  make photocopies,  send faxes, act as couriers, type
        documents,   or perform any other clerical/secretarial
        duties  not  specifically set forth in a  scope of work;

     *  attend  meetings not directly related to their job
        as set  forth in the statement of work  (if a contractor
        does attend  a meeting, he/she must  identify himself/
        herself  as  a contractor);

     *  assist  in the preparation of purchase requests,  work
        assignments, independent government estimates, or other
        documents which contain sensitive information and could
        result  in an unfair competitive advantage on future
        procurements;

-------
      *  attend office functions such as going away parties,  brown
         bag lunches,  Christmas parties,  etc.

 2.   Management Accountability;

      OIA has already  taken steps to improve the  quality of
 contracts management.   Within the past  three  months our office
 has  sponsored two on-site presentations  of the PCMD course in
 contracts administration.   As a result  of these  courses,  17  OIA
 personnel received the training required of an EPA Delivery  Order
 Project Officer.   The  number of OIA staff members  registering for
 the  course has increased  substantially  from last year's total of
 three.   Because a relatively large number of  OIA staffers  have
 now  received DOPO training,  it  will be easier for  our
 organization to avoid  personal  service relationships.

      In accordance with Christian Holmes's recent  memo  on
 contract management in EPA,  OIA has appointed two  Senior
 Procurement  Officers who will assure the effectiveness  and
 integrity of all  procurement activities  within the  office.  Alan
 Hecht will serve  as the SES-level  SPO and Joan Fidler will serve
 as the  alternate  SPO.   Also  in  accordance with the  Holmes memo,
 every member of the Senior Executive Service  will complete a
 special  seminar on their roles  and  responsibilities  in  contract
 management by the  end  of FY  1992.

 3.  Process  Implications:

     Given the  Agency's emphasis on proper contract management,
 POD must  review all future delivery orders,  work assignments, and
 grants  in greater  depth.  Because of increased scrutiny, the
 level of  detail required in  new work requests  will  likely
 increase.  The  lead-time for processing will  grow accordingly.
Work assignments,  delivery orders, and grants  should be submitted
to POD at least four weeks prior to the  required date of
 issuance, particularly  as many of these documents require OGC
 review.   Longer lead times allow POD to correct problems before
 the procurement request package  leaves OIA.   As always, POD will
make every effort  to process work quickly.

     If you  have any questions regarding what  work  our
contractors  nay perform or questions concerning the processing of
work requests,  please contact either Dennis Cunningham  or Stephen
Kovash.   Dennis may be  reached at 260-4195.   Stephen may be
 reached at 260-4799.

-------

-------
   y*"*^
                                                 \,V; Wv:-Ul.' V f

                UNITED STATES ENVIRONMENTALPROTECTION AGENCY
                             WASHINGTON.D.C. 20460
                                                            OFFICE OF
                                                         PREVENTION, PESTICIDES,
                                                         AND TOXIC SUBSTANCES
                           April  17,  1992
MEMORANDUM

SUBJECT:

FROM:
TO:
Contract Management Follow-up

                  0   x-//^^*—*-
             Linda J. Fisher
             Assistant Administra torpor Prevention, Pis'ticides,
             and Toxic Substances^ -                    v

             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,
management 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  OPPTS' Material Weaknesses and
Agency-level   Weaknesses   are    inplace   to    address  reported
vulnerabilities.  Audit  follow-up  corrective  actions in response to
DIG 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 Summary
Contractor
Kline 4 Co. (Sole Source)
Kevric Coapany 
Procure. Request Proposal
Research Triangle Inst.
loane Marketing Research
•vnamac
ON Engineering
Ualcoff * Associates, Inc.
Labat -Anderson, Inc.
Leidlau fnvironmnt Service
Acurex, Inc.
Versar, Inc. (OTS)
URC (OHim>
Clement
' URC (OHRM)
URC (OMRH)
DPHA, Inc.
Equity Associates 
-------

-------
                                                                                                   MAR
992
EPA    TRAINING  CN    FUNDING
                                              (ON-SITE)    * ol TASK/         AMOUNT FUNDED
                                DELIVERABLE  # CONTRACTOR   DELIVERY   FY92 COMM.-  FY92 TOTAL  TOTAL $$         BRIEF
OONTRACTQB
DIVISION: EED
ALLIANCE
Baltella Mem.
Clement (OPP)
Cox 8 Assoc.
Cox 8 Assoc.
Gen. Sciences
Corp.
ICF (OGWP)
Midwest
Research Insl.
Research Triangle
Institute (ORD)
Versar Inc.
Woslal, Inc.
DIVISION: ETD
ABT. Assoc.
ADT. Assoc.
Hampshire
ICF
Malhtoch
SAIC
TRI
CONTRACT *

68-DO-8180
68-DO-0126
68-D1-0075
68-DO-0061
68-DO-0099
6B-DO-0080

68-CO-0083
68-DO-0137

68-01-0099

6B-D9-0166
68-D9-0174

68-DO-0020
68-D9-0169
E8-DO-0165
68-08-0116
C8-D8-0112
68-D1-0156
68-D9-017G
ppai OFFICER

E. Sterrell
E. Slerretl
WAM:J. Scott
E. Slerrelt
E. Sterrell
L. Delplre

W.M. Romblad
J. Breen

SIA1U3

Certified
Certllled
Certified
Certllled
Certllled
Certllled

Certllled
Certified

WAM: R.Rolllrc Certllled

T. Murray
E. Sterrott

E. Fesco
C. Rawlo
P. Bennett
C. Pawle
C. Rnwlo
C. Rawle
R. Rakshpal

Certllled
Certified

Certified
Certified
Certified
Certified
Certified
Certified
Certified
51LU

No
No
No
No
ND
No

No
No

No

No
No

No
No
No
No
No
No
No
.lire..

CPFF
CPFF
CPFF
CPFF
CPFF
CPFF

CPAf
CPAF

CPFF

CPAF
CPFF

CPAF
CPFF
CPFF
CPFF
CPFF
CPFF
CPFF
'

LOG
Lee o
LCe 1 n/a
LOS o
LOE 0
Time & mater. 0

LC€
LOE 0

LC6

Time 4 mater. 0
LCG 0

Spec, dellvrbl 0
Spoc. dollvrbl 0
Spec, dollvrbl 0
Spec, dellvrbl 0
Spoc. dollvrbl 0
Spec, dollvrbl 0
Spec, dellvrbl 0


1
26

11
21
12

1
33

1

35
20

118
104
7
151
71
9
8



612.000
20.000
83,000
135,000
162.000
175.000
1,400,000
20.000
200,000
300,000
504.000
175000
2.200.000
20.000
500.000
600.000
834.000

150,000 150.000 150.000
1.132,500

250.000
••" ?.'!•'•
"•It-
540.000
105.000
3.200,000

250.000

. " 2.500.000
aoo.-oob
6.565,000

250.000
.*»'
6.200.000
1.800.000

621.275
345.000
0
324.517
125.000
240.000
0
2.000.000
1.220.000
0
1.100.000
830.000
7B7.000
463.000
5.381.942
3.508.690
800.427
5,156.990
1.869.909
3.600.231
1.362,997


Lead Prev.Handbook
Survey Design
Support
PCB Seminar
Slat Anal. Support
Slat. Anal. Support
Model Sup. Exposure

Rule SupVPCB
Sampling/Ana.
of selected subs.

RESEARCH/LEAD
;: *.iti
. EXP. ASSESS.
*»*"'
&TAT,ANAL

Gen. Tech. Support
Economic Analysis
TRI Data Analysis
Gen. Tech. Support
Economic Analysis
Engineering Suppor
Chemistry Support

-------
Ol  >

CONTRACTOR
TRI
DIVISION: IMD
CSC - CBI Center
(OIRM)

CONTRACT «
68-D1-0161



PRC/ATI -CBI Imaglns
CAS - TSCA Invenlor}68-W0-O028
CRMI
(OARM) .:-
PRO
CSC/NMI
(OIRM)
CSC (Non-CBI)
(OIRM)

Computer Based
Systems, Inc.
Labat-Anderson, Inc.
(OIRM)
MOL
(OARM)
PRC/Sycom
Boor-Allen
(OIRM)
SYOOM
Viar i Co.
6B-D1-0026

68-01-7361
68-WO-0043

68-WO-0043


68-08-0013

68-W9-0052

60-WO-0007

68-01-7381
6B-W9-7361

68-W1-0050
68-W8-0083
EPA. TRAINING
PROJ. OFFICER STATUS
>
\ V
R. Rakshpal Certified

J. Geer Certified

J. Martin Certified
H. Lau Certified
Y. Klnney Certified

Y. Klnney Certified
Y. Klnney Certified

D. Sellers Certified


D. Sellers Certified

:G Brown .... Certified
(WAM)
Y. Klnnoyh Corllllod

Newburg-RlnnCerlllled
Newburg-RlnnCerllfled

Newburg-RInn Certified
C. Drew Certified
ON
SUE
No

Yes

Yes
No
No

Yes
Yes

Yes


No

No

No

No
No

No
Na
FUNDING
TYPE'
CPFF

IDIQ

IDIQ
LOE-CR


IDIQ
IDIQ

IDIQ


IDIQ

IDIQ



IDIQ
IDIQ

IDIQ
IOIQ
DELIVERABLE # CONTRACTOR
JYPE" PERSONNEL
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 FV92COMM.- FT92 TOTAL TOTAL $$
ORDERS OBLIGATED
2 260.000
PLANNED | IN CONTRACT
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 a.e'Qo
•

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

215000
*
'
4100000'

337500

50000

495000
75000

310000
33000
BRIEF
DESCRIPTION
Chemistry Support

Doc. Proc. Center

CBI Imaginary
TSCA Inventory




'
'* '. **
tS'f . -
A
'•Z*'^* '

Journal Subsc.









-------
UNISYS

DIVISION: HAD

CSC (OIRM)

Rll

DIVISION: PPD

ICF. Inc.  (OPPE)

SAIC  (Clnnclnnall)

Cadmus. (OW)

Ballella  (    )

Booz-Allen  (OPM)
                                   EPA     TRAINING    ON   FUNDING-
                  CONTRACT H  PRCU, OFFICER STATUS  SHE    TYPE'
                  68-01-7347    Nowburg-RlnnCertWed  Yes   IDIO
6B-WO-0043   S. Davis     Cerlllled  Na
               (WAM)
69-01-0011    W. Woodbum Cerlllled  Yes
68-W9-OOBO   J. Krleger    Cerlllled
               (WAM)
68-CB-0062   P.  Flailery   Cerlllled
               (WAM)
              P.  Flailery   Cerlllled

68-CO-0063   E.Yang (WAM) Cerlllled

80-01-706    J.Edward    Cerlllled
                                                                                    (ON-SITE)    »  ol TASK/         AMOUNT FUNDED
                                                                      DELIVERABLE  ((CONTRACTOR   DELIVERY   FT92COMM.-  FY92 TOTAL   TOTAL $$
J. Edward
 (WAM)
                                        TYPE"


                                     Service



                                     LOE

                                     LOE
                                                               OPPT TOTALS =

                                                                * ol OPPT Contracts

                                                              # of OPPT Contractor!
PERSONNEL     QBDEBS    OBLIGATED    EL&NNEQ  I IN CONTRACT


                             396.900     451.000



          0           1   •  691,175     2230000

         12          n/a      809,900     1200000



                               75,000

                               40.000

                               30,000

                               25.000

                               75.000

          86         746    14395167    31105500   72195665
                                 ,VI' •
                             ..     '•.-.   •     •   ;  .••-'.

     2J                             >:'   . . .: - •  -
                                                                                                                                     BRIEF
                                                                                                                                  DESCRIPTION
  451000



2.230.000   ASHAA Loans/gram

4.800.000   TSCA Hotline



           P.P. Stale Demo.
                                                                                                                  Analytical  and
                                                                                                                    Logistical Suppor
                                                                                                                  LCA Impact Assess.

                                                                                                                  TCM

-------
CONTRACTOR
CONTRACT #
UAM/DOPO
TRAINING
ON/OFF FUND/DELIV 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
AHS
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
WIC/OSA
68-W8-0104
68-00-0020
68-D9-0169
68-WO-0043
68- C8- 0062
68-W9-0039
68-D8-0017
68-08-0017
68-00-0020
68-UO-0025
68-W8-0083
68-WO-0043
68-C8-0066
68- UO- 0083
68- WO- 0083
68-WO-0043
68-WO-0043
68-WO-0043
68-W8-0083
K.
K.
K.
P.
P.
P.
V.
P.
P.
P.
P.
D.
P.
D.
D.
J.
D.
C.
M.
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
PODNIES I NSKI CERTIFIED
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/IO
FP/ID
LOE
LOE
LOE
IQ
10
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
#3-06
#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
D0100841
WA
DO
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

-------
\
                 \

-------

-------
OPR-13-1992  13:07   FROM  NET I  x CONTRACTOR LISTING  TO             2609053  P. 02
                  UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                              WASHINGTON, D.C. 20460
                                  APR  -3 1992
                                                            OFFICE Of ENTOfCEMEKT
  MEMORANDUM

  SUBJECT:   Contract Management in EPA
  FROM:     Herbert H. Tate, Jr.
             Assistant  Administrator

  TO        Christian R. Holmes
             Acting  Assistant  Administrator
             Office of Administration and Resources  Management
       Pursuant to your  memorandum of February  28,  1992, I am hereby
 designating  Gerald  A. Bryan as the Office  of Enforcement's  Senior
 Procurement Officer  at  headquarters and Frank Covington  as the Senior
 Procurement Officer  at  the  National  Enforcement  Investigations  Center  in
 Denver,  Colorado. These individuals will have full responsibility for the
 effectiveness and integrity of  all procurement activities  in this office.

       In addition,  I  have directed these individuals to re-emphasize  the
 necessity of maintaining a proper relationship with contractors to all  OE
 staff who participate in procurement and contract management activities.
 They have  been directed to assure that contract employees have, and
 wear, identification that is visibly  distinct from EPA employees and to
 review  current  space utilization  practices  to assure that contractor
 workspace is physically segregated from  EPA employee workspace
 whenever possible.   Lastly, they will conduct  an  immediate review  to
 determine that contractors  (1)  ore  not  trained  at EPA  expense  beyond
 what is  required by  their contract, (2)  are not participants  in  EPA events
 such as  awards ceremonies, (3) are not attending  EPA staff meetings
 except in specific  defined roles (such as delivering a briefing) and  (4)  are
 not  assigned to positions or activities in which they may be mistaken for
 EPA staff.

-------
OPR-13-1992  13:08   FROM NET I / CONTRACTOR LISTING   TO             2609053   P.03
        I am attaching for your information a memorandum to all OE
   managers, supervisors  and  contract management staff  alerting them to our
   concerns.  Each has also received a copy of your February 28, 1992
   memorandum which highlights  areas  for particular attention.
   Attachment
  cc Gerald A. Bryan,  Director
     Office of Compliance Analysis
      and  Program  Operations

     Frank Covington,  Director
     National Enforcement  Investigations  Center

-------
                UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                             WASHINGTON, D.C. 20460
                                APR  -3 !332
                                                           OFFICE Of ENFORCEMENT
 MEMORANDUM
 SUBJECT:   Contract Management
 FROM:
 TO.
Herbert H. Tate, Jr.
Assistant  Administrator
All OE Managers and Supervisors

All Office of Enforcement  Procurement
and Contract  Management  Staff
      I have designated Gerald A.  Bryan as the Office of Enforcement's
Senior Procurement  Officer (SPO) for headquarters and  Frank Covington  as
the SPO for the National  Enforcement Investigations  Center in Denver,
Colorado.   These individuals will have  full responsibility  for preserving
the effectiveness and  integrity of  all our  procurement and  contract
management  activities.

      Initially, one of their principal functions  will be to assure that each  of
us recognizes that, as public servants, we have a unique  responsibility to
adhere  to  all  regulations  governing  procurement and contract  management
activities.  Failure to conduct our activities consistent with  the  spirit  and
substance of  these  regulations  undermines public  trust in  our undertakings
and  weakens  our  ability to achieve the  agency's mission.   Our relationships
with  contractor personnel  must  be straightforward  and aboveboard
without even  an appearance of abuse of any kind.

      I am  attaching a memorandum  from Christian R.  Holmes, Acting
Assistant Administrator for  Administration  and Resources  Management
which spells out in more  detail  some initiatives which  we have been asked
                                                                 Pnnt«de>f< Pt>fyr.l*ri Paper

-------
to take to assure that our activities comport  with Federal procurement
regulations as well as Agency policies.  J have asked our SPOs to conduct a
review  of our  current procurement  and contract management
activities/practices  to enable us  to  identify potential  weaknesses  and
develop appropriate corrective  measures.   Your active participation  in  this
review is  essential if we  are  to be successful in  our efforts.
Attachment

cc Gerald A. Bryan, Director
   Office of Compliance Analysis
   and Program Operations

   Frank Covington, Director
   National  Enforcement  Investigations Center

-------
                UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                             WASHINGTON, D.C. 20460 i
                                   APR   3  1992
                                                            OFFICE OF ENFORCEMENT

   MEMORANDUM

   SUBJECT;   Contract Survey

   FROM:     Gerald Bryan, Directoj
              Office  of Compliance
               Program  Operations
              Frank Covington, Director
              National  Enforcement Investigations  Center

  TO:         All Office of Enforcement Office Directors
      As a result of the Inspector  General's draft audit report on  the
Agency's contract with  the  Computer  Sciences Corporation, EPA has  begun
to evaluate all  contract and procurement activities  in  order to develop an
effective  corrective  action  plan to address the weaknesses which were
identified.   The thrust of the report alleges that EPA's "culture" is
characterized  by a  lack of attention to Federal procurement regulations
and  an inappropriate reliance upon, and  relationship with,  contractors.   I'o
coordinate activities in  this  regard, the  Assistant Administrator has
designated us as the Office of Enforcement's (OE)  Senior Procurement
Officers for headquarters and the National Enforcement  Investigations
Center  respectively.   Our  responsibilities include assuring the effectiveness
and  integrity  of all of  our procurement  practices.

      The Assistant Administrator for Administration  and Resources
Management has pointed out that, as public servants,  we  must recognize
that  we have a special  responsibility  to  obey both the spirit and  the  letter
of the law.  No matter the urgency and  importance of our work  to protect
the environment,  cutting corners  in  contract management  is not  acceptable.
                                                                  Puwtetf on Recycled Paper

-------
-lj-1992  13=10   FROM  NETI  / CONTRACTOR LISTING   TO             '2609053
 It will only undermine public  trust in EPA and weaken our  ability  to
 protect the environment. The Agency has an  obligation to act quickly  and
 decisively to correct the real  and potential abuses  reported  by the
 Inspector  General.

      In  order  to meet this  responsibility our first task is to summarize
 OE's current an,fj projected contract/procurement activities  and  to  assess
 the  effectiveness of the management and  oversight  mechanisms which are
 currently being utilized.  The  attached  survey form  was developed  to
 facilitate  and expedite  gathering the  information needed to respond to
 inquiries from  both  the Office  of the  Administrator and the Office of
 Administration  and  Resources  Management concerning our  procurement
 activities.  Please make  every  effort to return the completed  forms  to  the
 attention of Pat Alberico (112 NE Mall) by the close of business on April
 10, 1992.  If you  have  questions or otherwise need assistance please
contact  Pat on FTS 260-2564.
Attachment

-------
                                 OE Contract Survey - Part  I

  1. Name of Respondent:  __-M______--_-..^_____-<1-1______

    Telephone Number;    _^_____ ^_——_—«_____   Date:
                          Area Code             Number                          M/O/Y
    Office:  	
 2. Total Contract Dollars Budgeted for FY1992:
                                                                       intramural
                                                                      Extramural


 3. Total Dollars Committed to Date;
                                                                       Intramural
                                                                      Extramural


 4. Total Dollars Obligated to Date:                                	   	
                                                                      Intramural
                                                                      Extramural


 5. Contract Mechanism Used;
   (Pltast Include name of office which aponaortd this procurement ana contract number along with type of contract - fixed fee, level
    or errort etc.}. Also include name and telephone number of contract of riwr.
            Office:
            Contract Number:   _________—___  Type of Contract

            Contract Officer                   --

            Telephone:   	   	.
                         Area Code           Number

 6. Term of Contract:
                         Start Date or Projected Start Date;
                                                                   M/D/Y

                         End Date or Projected End Date:
                                                                   M/D/Y
7. purpose of procurement:
   (Brief description of service* or goods procured)
                                                                                     Page 1

-------
   ftPR-13-1992   13=11   FROM  NETI / CONTRACTOR LISTING   TO
                                                                           2609053   P.09
                                   OE contract survey
 8. Name of Contractor:
 0. Art contractor personnel working on site at an EPA facility or facilities?
   If yes gfve number and locations.

  9a.  Number:  ___^_ Location:    ————————.————.
                                                    Yes D  NO
                                                       .Bulldlng/FadHty

                                                       .Street

                                                       . City/State
  9b. Number:
Location:
                               Add additional sheets If necessary.
.Bullcfing/FacilUy

 street

 City/State
10. Name of main OE staff contact directing this effort:

           Name:  __———__——____-
           Telephone:
                          Area Code
                       Number
            Has this person filed a confidential statement of
            financial interests (EPA Form 3120-m

            Has this person had project officer training?

            Has this person had contract officer training?

            What other contract management training
            has this person had?
                                             Yes Q    No Q


                                             Yes n    NO D

                                             Yes D    NO D
                            Add additional sheets if necessary.
                                                             Page 2

-------
   ftPR-13-1992  13=12   FROM  NETI / CONTRACTOR LISTING   TO               2609053   P.10



                              OE Contract Survey - Part 11


  11. Vulnerabilities tbat were identified in any program, management or otner audit (e.g.
 by OIG or GAO) during me last rive years;
 12. Vulnerabilities that were identified In any internal control review pursuant to
 FMFIA requirements during the last five years
13. Corrective actions initiated or completed to address such vulnerabilities;
14. implementation schedules for any corrective actions not yet completed;
                             Attach additional sheets as necessary.                      Page 3

-------

-------
tag
I UNITED STATfcji ENVIRONMENTAL PROTECTION AGENCY
/                WASHINGTON. D.C. 20460


                   .  MAR 2 4 1992
                                                   THE INSPECTOR GENERAL
 MEMORANDUM

           Contract Management Review

           William K. Reilly
           Administrator

      This is in response to your March 10, 1992, memorandum in
 which you request an assessment of contract management problems  .
 in the Office of Inspector General.

      In the Spring of 1991, as the CSC findings were becoming
 apparent, the Office of Audit looked closely at contract
 management in our fiscal 1991 Internal Control and Alternate
 Internal Control Reviews (ICRs and AICRs).  Among other things,
 these reviews were to determine whether the OIG in effect had
 converted any contracts into illegal personal services contracts
 because of continuous supervision and control by OIG employees.
 Based on the results of these reviews, we concluded that this was
 not the case for any of our contracts.  In the course of these
 reviews several other matters came to our attention that we
 corrected to avoid even the appearance of impropriety.  These
 included moving a contractor off-site, and requiring Project
 Officer training for employees who perform (or with the perceived
 authority to perform) contract management duties.

      We believe that our internal control evaluations have
 provided reasonable assurance that adequate controls are
 exercised over contract management within the Office of Inspector
 General. In addition, an OIG Manual chapter issued last year
 specifically addresses contract management procedures in the OIG.

      In a further effort to ensure that we are complying with all
 regulations and have good contract management practices within
 the OIG, we are scheduling a meeting of all our project officers
 in the next quarter.  We will discuss any additional concerns we

-------
have, such as whether we .consistently develop independent cost
estimates for each audit assignment we give to CPA contractors,
and we will take corrective actions to address any deficient
areas.

     I share your concerns regarding the importance of good
contract management at EPA.  Should you or your staff have any
questions, please call me on 260-3137.
                                         .  Martin

-------

-------

-------
\

-------

-------

-------
have, such as whether we consistently develop independent cost
estimates for each audit assignment we give to CPA contractors,
and we will take corrective actions to address any deficient
areas.


     I share your concerns regarding the importance of good
contract management at EPA.  Should you or your staff have any
questions, please call me on 260-3137.    r\
                                           Martin

-------

-------

-------
NOTE:

On 4/10/92, the Senior Project Officer for OCEPA, Christian Rice,
orally informed SCCM that, upon receiving the Administrator's
3/10/92 memorandum, the Associate Administrator for OCEPA decided
that his 3/9/92 memorandum was a sufficient response.  Therefore,
OCEPA did not prepare a separate memorandum directly responding
to the Administrator on his 3/10/92 memo.

-------

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

                             WASHINGTON DC 20460


                                MAR  3
 »«^m*j"Lr>AKTT-iTT«*                                            OFFICE OF COMMUNICATIONS
 MEMORANDUM                                              AND PUBUC AFFAIRS

 SUBJECT   Contract Management In OCEPA

 FROM:      Lewis S.W. Crampton ]L
            Associate Administratdr

TO:         Gordon Binder
            Chief of Staff

   In response to the Christian Holmes memo of 28 Feb. regarding Contract
Management at EPA (attached), there are several actions that the Office of
Communications.  Education, and Public Affairs (OCEPA) must take to Implement a
strong contract-management program. Carl. Chris, and I have met with Diane
Bazzle and Debbie Lake (OCEPA's Administrative Officer) and discussed this matter.
This memo outlines the major steps.

      1.     Management Accountability:  OCEPA's senior managers must lead.
            counsel, and set expectations to carry out contract management.

            Action One:       Designate a single manager, reporting directly to
                             the AA, to serve as "Senior Procurement Officer'
                             with full responsibility for the effectiveness and
                             integrity of all procurement activities within
                             OCEPA.

            Implement:       Christian Rice of my senior staff is an EPA-certifled
                             project officer ('83) and contract administrator
                             ('92). He holds an MBA and is an appropriate
                             choice  for this assignment.

            Action Two:       Every SES member of OCEPA must complete
                             special seminar on their roles and responsibilities
                             in contract management. Course will be developed
                             soon.

            Implement:       Five personnel (Crampton. Smith. Knight. Torrusio
                             and Gagllardl) will be submitted for the  SES
                             seminar when announced.

      2.     Clear Distinction between Contractors and EPA: OCEPA will maintain
            clear distinction between EPA staff and contractors to avoid potential
            abuses in contract management.

            Action Three:      All  OCEPA contract employees will have and wear
                             Identification that is visibly distinct from that of
                             EPA employees.

-------

-------
04/10/82   15:45                           PVBLIC AFFAIRS
                   UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                                  WASHINGTON DC 20460


                                    April 2, 1992


                                                                OFFICE Of COMMUNICATIONS
                                                                   AND PUBLIC AFFAIRS
    MEMORANDUM

    SUBJECT:   Follow-up Response to OCEPA's Review of Contracts Management

    FROM:      Lewis S.W. Crampt
                Associate Admini

    TO:         Christian R. Holmes
                Acting Assistant Administrator
                Office of AdTnfpJstratfnn and Resource Management

       This is In response to your Mar. 31 memorandum to AAs and RAs in which you
    clarify the scope of the Administrator's request for Information about present or
    potential contract management problems in EPA.

       Thank you for the kind mention in your memo of the actions we have outlined
    within OCEPA to ensure that any vulnerabilities in contract management are
    corrected Immediately.

       Following is additional information about contract management within OCEPA:

    *      Vulnerabilities identified in any audit during the last five years:

          Response:  There have been no GAO, IG. or other external audits conducted
                     within OCEPA or its predecessors in the last five years
                               any contract vulnerabilities.
          Vulnerabilities identified in any internal control pursuant to FMFIA
          requirements during last five years:

          Response:  OCEPA's FMFIA controls have identified several beginnfng-of-
                     coutract-cycle vulnerabilities that have, in feet, manifested
                     themselves in seven violations of purchasing regulations with
                     respect to unauthorized procurements over the last several
                     years. Each of these violations have been subsequently ratified
                     and an have been less than $10.000, with most being for less
                     than  $500. These actions  did. however, reflect a need to
                     tighten purchasing policies within the office to avoid
                     unauthorized procurements. Most were a result of lack of
                     knowledge, loose internal procedures and an effort to start
                     work prior to PCMD approval. These internal procedures have
                     all been tightened and all  personnel involved in the purchasing
                     chain are being trained.

-------

         Corrective actions Initiated or completed to address such vulnerabiUUes-









        Implementation schedules for any corrective actions not yet completed-
                   agin this
                   performance requirement In fflM?5r «SgJ S? ££»f
                   performance appraisals.             *eview ana end-of-year

       Number of contracts managed by OCEPA:





            Name of contT7,rfT>r
 Education  Versar                 
-------
    04/10/92   15:46                           PUBLIC AFFAIRS                          il006
            In addition to the above contracts. OCEPA has several (approx. 12) Blanket
        Purchase Agreements (BPAs) with sources in order to provide general service
        support. Most of the BPAs do not exceed $10.000 per year in calls, but one BPA,
        for design/layout and editorial services, is NTE $100.000 over a 3-year period. We
        are currenilj- working with PCMD to competitively bid this as an IQID contract
        OCEPA point of contact: Chris Rice. 260-5986.

        •     Number of procurement personnel and legal staff assigned to contracts
              management;

              Response:   Procurement personnel:        None

                          Program staff:                 1 Project Officer
                                                       3 WAMs (one for each WA)
                                                       6 personnel authorized to make
                                                       rails on approx. 12 BPAs (no
                                                       more than 3 on any one BPA)

                          T-egal staffi                     None

           Thank you for the opportunity to expand on the items in our earlier response.
        Please let me know if any addition Information Is necessary.

        cc:   Gordon Binder
             Diane Bazzle
             Carl GagUardi
             Chris Rice
             OCEPA Division Directors
C

-------
                                              AFFAIRS
® 003
     la addition, those personnel responsible for caHs on blanket purchase
 agreements or contract administration within OCEPA will also receive the training
~ this year or ensure that they meet the 3-year recertification requirement. With rare
. exception, these people have done an 'outstanding Job at these acquisition functions
 and OCEPA needs their continued support and performance.

     I have appointed Chris Rice as OCEPA's senior procurement officer responsible
 for seeing to it that we meet both the letter and spirit of the acquisition regulations
 and appropriations requirements. Chris will lead a QAT effort within our office
 during the month of April to correct any deficiencies and establish a set of simple
 purchasing and contracting groundrules for OCEPA,

     In the tnfertm, all documents requiring commitment of OCEPA funds will be
 channelled through Chris on their way to signature by Carl or myself in order to
 make a spot-check for adherence to policy. In Chris's absence, Sheri Johnson will
 perform this function. Division directors can assist fhfs effort by ensuring that a
 well-stated Justification and description of how the intended purchase fits into the
 bigger picture is Included.

    I realize that acquisition procedures sometimes appear to be in conflict with
 our requirements to accomplish an education or outreach activity In a timely
 manner. Information is our business, gn^ information jg dynamic, not static. I am
 aware of the burdens placed on you in this regard, arid I win do  everything I can to
 support your efforts to serve our clients in a timely and effective way. As our
 representative to the Procurement Task Force.  Chris Rice wffl reflect our concerns
 and requirements that the system work for us as wefl as we support It,

    Please give this memorandum to members of your staff. I know I can count on
 their and your continued support to make OCEPA an even better organization as we
 build our foundation for future successes.

 cc;    Gordon Binder
       Christian Holmes
       I>ianeBasde                           '   .                  -
       Chris Rice   .
       Sheri Johnson                            ......

-------

-------

-------

-------

-------
              UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                         WASHINGTON, D.C. 20460
                           3 April 1992
                                                     OFFICE OF REGIONAL OPERATIONS
                                                      AND STATE/LOCAL RELATIONS
MEMORANDUM

SUBJECT:  Assessment  of Present or Potential Contract  Management
          Problems  in OROSLR

FROM:     J^eflmt/D. Goodman
                Late Administrator

TO:       Christian R.  Holmes
          Assistant Administrator
          Office  of Administration and Resources Management

    OROSLR manages  one small and disadvantaged  business set aside
contract  with AScI Corporation (68-CO-0055).   The value  of  the
contract to date is about $600,000. The purpose of the contract is
to provide support  to the National Environmental Services Officer
and the Environmental Monitoring Management Council.  The contract
also provides support to the Office of Environmental  Education's
grant program.

    We  have   no  vulnerabilities  identified  by the  DIG,  GAO,  or
pursuant  to   FIMFIA  requirements  during  the last  5  years.    I
recently appointed Denise Zabinski to serve as Project Officer and
requested  her to  perform  a review of our AScI  contract.   She
replaced  the  current Project  Officer  (PO),  who  no  longer  has
contracting   responsibilities.     Denise  also  serves   as  Work
Assignment Manager on 2 Work Assignments and is the only person in
the office no involved in contracting  activities.

    The review revealed  the items discussed  below.   We anticipate
having all problems corrected as soon as possible but no later than
September 30.  Denise is assigned full time  to  contracting duties
and  is working  closely with  Cincinnati's  Contract  Management
Division (CMD) to rectify all problems.  We are currently reviewing
our contracting  requirements and  do not  anticipate that we will
exercise Option 2 of  this contract.

1.  Personal  Services

    CMD  is  currently investigating the  occurrence  of  personal
services  under Work  Assignment  (WA)   2  of  the contract.    The
investigation is currently underway  and  details  cannot yet be
discussed.  A stop work  order was  issued on  the  WA  on  March 31.
We will change the manner in which we task the contractor under the
WAs.  In the  future,  WA  managers  will  issue  work service  requests
in writing through the Project Officer.  The definition of  personal
                                                           Printed on Recycled Paper

-------

-------
             UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                        WASHINGTON, D.C. 20460
                            APR  I 6 1992
                                                      OFFICE OF
                                             SOLID WASTE AND EMERGENCY RESPONSE
MEMORANDUM
SUBJECT:  Information Requested March 31, 1992, Concerning EPA's
          Contracts Management
FROM:     Michael Kosakowski
          Deputy Senior Procurement Officer

TO:       Christian R. Holmes
          Acting Assistant Administrator
          Office of Administration and Resources Management


     The attached material supplements the information that OSWER
submitted on March 27, 1992.  The additional material includes
the vulnerability assessments done by each of our offices and
lists their contracts and project officers.  Since your original
and follow-up requests did not specify a format, each office
presented the information in a different format.  In order to
track this information at the AA's level we looked into creating
a new system, but it quickly became evident that a considerable
amount of information would have to be entered and then
frequently updated.

     In preparing for the contracts hearings of the past weeks
your Procurement and Contracts Management Division supplied us
with a printout from their Contracts Information System  (CIS).
This system captures any extramural obligation by PCMD and can
retrieve for each allowance holder information on each contract
into which funds were obligated.  I confirmed this yesterday
afternoon with John Oliver the Information Management Staff
Director in PCMD who  is responsible for CIS.  I suggest  that  this
become the Agency's system to track the information that you
requested.  I believe that the staff to the Standing Committee
have the misunderstanding that CIS only captures initial contract
obligations.  However, you may want to add additional data
elements, such as approximate number of work assignments,  if  you
deem that information to be crucial.

     The last item that you requested was  the number of  legal
staff assigned to contracts management.  There  are none  in OSWER.
The Deputy General Counsel must  approve all attorney positions
outside of OGC and OE.  As you may remember when you were  in
OSWER, we were not very successful in getting this for our
                                                        Printed on Recycled Paoer

-------
enforcement primary responsibilities.  It is,.therefore,  unlikely
that we could justify this for administrative positions,  assuming
we had the FTE.   We have relied upon the OGC attorneys assigned
to PCMD and the Competition Advocate in PCMD to review our new
procurement packages, and we consult with them on our ongoing
contracts as the need arises.  We have also on an informal basis
given draft copies of our proposed Technical Enforcement  Support
contracts to our OE counterparts to review.  However, these
consultations are for purposes of ensuring that the statement of
work is comprehensive, rather than legally correct.

     I hope that you will find this submission to be
satisfactory.  I look forward to working with the Standing
Committee and its technical staff on this effort.  I served on
the OARM group that assumed control of the OPPE contract
management functions that you mentioned in your memorandum of
February 28, 1992, on Contract Management in EPA.  The term
"culture" was frequently used there to describe the problems we
encountered.  Although I do not believe that you will find OSWER
to possess this "culture" to anywhere near the extent that we
have noted elsewhere, OSWER is committed to continued
improvements.
cc:  R. Guimond
    J. Kertcher

-------
              UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                         WASHINGTON, D.C. 20460
                                4 1992
                                                       OFFICE OF
                                              SOLID WASTE AND EMERGENCY FIESPONSE
MEMORANDUM

SUBJECT:  OERR Contract Management Oversight/ a/^1  Initiatives

FROM:     Henry L. Longest II, Director
          Office of Emergency and RemedJ

TO:       Don R. Clay
          Assistant Administrator


I.  INTRODUCTION

       Contracting policy within EPA has come under increased
scrutiny of late, and programs have been tasked with developing a
list of vulnerabilities and action plans related to contract
management.  This is to provide you with a summary of the Office
of Emergency and Remedial Response contract management oversight
and initiatives.

     No program with the large volume of contract resources at
stake, as are managed under OERR, can afford to take contracting
responsibilities lightly.  OERR historically has been proactive
in its contract management oversight, promoting continuing
improvement in this important area.

     Contracts management, in fact, was one of the first areas in
which we applied large scale total quality management efforts to
streamline and improve our activities, through the Long Term
Contracting Strategy.  We are undertaking a similar analysis of
our delivery of analytical services.

     OERR has also modified its organizational structure to
enhance contracts management oversight, and is planning further
modifications.  We have undergone extensive audits, and learned
from them.  We have issued numerous guidances and bulletins on
contract management.  We have instituted a mandatory training
program for work assignment managers and project officers, and
offer or support additional training programs.  Within OERR, each
division has incorporated contract management in  its operating
plan, and performance standards for contracts management have
been developed.

-------
     This memorandum contains fourteen attachments, documents
that have been developed to support OERR contracts management.
The sheer number and variety of OERR guidances, memorandums,
workplans and forms attests to how seriously OERR has taken this
responsibility in the last few years.

     The point that I want to emphasize is that identifying
vulnerabilities and developing corrective actions has been a
long-term effort within OERR, and not a new initiative.  With
this in mind, this memorandum will summarize those contracts
administered by OERR; describe our contract management policies
and initiatives; and describe further efforts OERR will undertake
to implement the strategy described in the February 28, 1992
Memorandum from Christian Holmes, Acting Assistant Administrator
of the Office of Administration and Resource Management.


II.  SUMMARY OF OERR CONTRACTS

     There are four main areas of contract support within OERR.
Although there is some overlap in these classifications as they
apply to individual contracts, the general areas are remedial,
removal, analytical, and headquarters support.

1.  Remedial (ARCS)

     That aspect of the Superfund program dealing with assessment
of sites and the long-term remedial cleanup of sites on the
National Priorities List relies to a great extent on contractor
support.  With the advent of the Alternative Remedial Contracting
Strategy (ARCS) in 1987, supporting contracts and contracts
management were decentralized and delegated to the regions.  A
total of 45 contracts were, awarded with a total potential value
of $6.8 billion.  All contracts were cost-plus-award-fee, level
of effort type, with 10-year periods of performance.  The con-
tracts provide for the full spectrum of site assessment and
remedial activities, from preliminary assessments, site investi-
gations, remedial investigations and feasibility studies, to
design and construction.

     These contracts are managed in the regions with headquarters
oversight provided by the Hazardous Site Control Division  (HSCD)
with the Hazardous Site Evaluation Division  (HSED). The complexi-
ty and magnitude of these contracts mandate considerable over-
sight.  The regional management team includes both technical
project officers and administrative contracting officers.
Headquarters provides assistance in contract design and place-
ment; national contract capacity monitoring; program management
cost analysis; and general guidance on contract management,
including participation in audits and other studies.

-------
2.  Removal  (ERGS, TAT, REAC, HMIRT)

     Emergency Response Cleanup Services  (ERCS)

     Emergency Response Cleanup Services  (ERCS) contracts provide
emergency, time-critical, and rapid remedial cleanup support to
EPA regional offices in containing, recovering, or disposing of
hazardous substances, at NPL and non-NPL sites.  They also
provide assistance in sample analysis and site restoration.

     The early generations of ERCS contracts covered large multi-
region zones.  Responding to recommendations in the Long-Term
Contracting Strategy that smaller contracts would enhance compe-
tition, the new contracts cover smaller zones, and in fact we are
now seeing new contractors competing for, and being awarded,
these contracts.  We are also modifying these contracts to allow
performance of rapid remedial responses.  The total potential
value of the fifteen contracts currently awarded or under pro-
curement, with expiration dates ranging from 1992 to 1997, is
$200 million per year.   These contracts are managed by the
regions, with headquarters oversight provided by the Emergency
Response Division (ERD).

     We are also encouraging site specific contracting,  and,
working with PCMD, have instituted strategies to assist in
standardizing solicitations and conforming to the latest gui-
dances.  Headquarters also tracks capacity,  issues guidances,
conducts biannual ERCS conferences, participates in the negotia-
tion of the regional contracts and serves on their Performance
Evaluation Boards.

     Technical Assistance Team (TAT)

     The Technical Assistance Team (TAT) contracts provide a
broad range of technical support services to EPA regional offices
for the removal program as it operates under CERCLA, the Oil
Pollution Act, and RCRA.  TAT offices have been established in
each of the ten EPA regions, with additional offices to support
the Environmental Response Team (ERT) in Edison, NJ, and EPA
headquarters.  TAT activities include technical and administra-
tive support to On-Scene Coordinators during responses,  sampling,
field and laboratory analysis, quality assurance, inspections,
contingency planning, training, and data management.

     TAT services are provided by zone contractors, two of which
were recently awarded 8(a) contracts.  All are managed by ERD at
headquarters. Performance periods, with options, run through
1995, with a potential value of $340 million.

-------
     Response Engineering and Analytical Contract  (REAC)

     The Response Engineering and Analytical Contract provides
technical support to ERT in Edison, NJ.  Managed by ERT, it
provides multidisciplinary support to Superfund field activities.
It is a five year contract, ending in August 1992.  Although its
potential value is $102 million, we expect to spend about $58
million.  The Environmental Response Team  has been proactive in
its administration of this contract, for example, developing a
computerized work assignment system for statements of work that
include independent cost estimates and milestone dates.

     Hazardous Materials Incident Response Training (HMIRT)

     The Hazardous Materials Incident Response Training program
contracts for the development and presentation of training to
EPA, other federal agencies, and state and local organizations.
The subjects covered are health and safety certification, treat-
ment technologies, air and water sampling,  risk assessment, and
other technical issues.  Like the REAC contract, it is managed by
ERT.

3.  Analytical Support (ESAT, CLP, SMO)

     Environmental Services Assistance Teams fESAT)

     The Environmental Services Assistance Teams (ESAT)  contracts
provide for in-house analytical services to the regions, includ-
ing sample gathering,  tracking, data review, review of Quality
Assurance Project Plans,  and hands-on special analyses.   These
contracts are divided into two multi-region zones,  each held by a
separate contractor, awarded in September,  1991.  The contracts
covers one year with three one-year options.  A headquarters
project officer from the Hazardous Site Evaluation Division
(HSED)  is responsible for overall contract oversight and regional
project officers are responsible for day-to-day management and
oversight, including working with the contractor "Team Manager."
The overall value for both contracts is $102.1 million over four
years.

     Contract Lab Program (CLP)

     The Contract Lab Program provides for firm fixed price
contracts for analyses of Superfund samples.  It is designed to
meet large volume, routinely requested needs, called Routine
Analytical Services.  These contracts are managed at Headquarters
by HSED.  They involve about 60 laboratories, have a duration of
30 months, and involve annual costs of about $60 million, depend-
ing on regional requests.

-------
     Sample Management Office  (SMO)

     Another analytical  service contract managed by HSED  in
headquarters, this contract handles the logistics of data collec-
tion and evaluation. It  also handles requests for analyses that
are not routine, called  Special Analytical Services.  The annual
cost of this contract is approximately $20 million for Special
Analytical Services and  $8 million for logistics support.  It is
currently operating under a 2.5 year option period.

4.  Headquarters Support

     OERR's Office of Program Management (OPM) also manages eight
contract vehicles to support management, technical services, and
analytical functions.  These contracts have an average life of
three years, and a total value of approximately $51 million.  The
activities include on-site operation of the Superfund Docket and
documents center; collection of data for the Annual Report to
Congress; and technical  and support assistance with cross-cutting
programmatic activities  including the populations at risk analy-
sis, strategic planning, site assessment and NPL listing,  and
Technical Assistance Grants.  They also provide support in daily
management services,  such as the structuring of an internal
customer service desk within OERR, and coordinating HMCRI confer-
ence exhibits.

     In addition to these,  there has recently been awarded the
Technical and Analytical Support for Emergency Response Activi-
ties Contract to support EPA in areas related to releases of oil
and hazardous substances.  This contract his managed by the
Emergency Response Division at headquarters,  and covers a range
of technical,  economic,  regulatory development,  and implementa-
tion support for CERCLA,  particularly hazardous substances and
reportable quantity (RQ)  adjustments,  and Oil Pollution Act
activities.   The total cost for the base year and four option
years would be $34.9  million.

     OERR maintains a Contracts Management Information System
listing of our contracts, project officers and financial  status.
A detailed list of our current Headquarters and regional  con-
tracts with their assigned project officers is attached as
Attachment 1.
III.  GENERAL OERR POLICY AND TRAINING ON CONTRACTS MANAGEMENT

     POLICIES

     OERR's policy with respect to contracts management is one of
continuous self-analysis and improvement.  In 1987, for example,
OERR conducted a review of contracts management practices,
particularly as they related to management support contracts.

-------
The focus was to see whether contractors may be performing
inherently governmental functions; whether we are making effi-
cient use of government resources; and whether contractors who
also perform response work may be providing support to policy
decisions.

     While no serious problems were found, several initiatives
were developed to improve contracts management.  Periodic direc-
tives have been issued to implement those and other initiatives
that are developed as OERR's contracts and contract policies
evolve.  Attachment 2 is a partial list of OERR's guidances and
directives on contracts management.  Below is a summary of some
of the more important OERR policies.

     1.  Each division develops a Contract Operating Plan - This
plan is incorporated in the operating plan.  This ensures that a
high level of management approves the areas suitable for con-
tracting, and that contract hours are divided equitably among
divisions.

     2.  Roles and responsibilities of Project Officer and Work
Assignment Manager are clearly defined - Roles are provided in
the PCMD manual and emphasized through OERR guidances and train-
ing.  Attachment 3 is a sample guidance given to Work Assignment
Managers on their responsibilities with respect to headquarters-
managed contracts.

     3.  Evaluations of work assignments are required every
trimester - Scheduled evaluations are to ensure that problems
with performance are identified early, and where necessary
brought to management attention.   An evaluation form (Attachment
4) has been developed to ensure completeness of, and consistency
among, evaluations.

     4.  Performance Standards reflecting contracting responsi-
bilities have been developed for Superfund Project Officers,
Deputy Project Officers, and Work Assignment Managers/Delivery
Order Officers (Attachment 5).

     5.  An OERR Organizational Conflicts of interest Review and
Approval Program has been established that requires that all new
work assignments under the headquarters support contracts be
reviewed for potential organizational conflicts of interest and
approved by the appropriate division director (Attachment 6).

     6.  Recommendations from audits of OIG and General Account-
ing Office have been, or are being, implemented.  A list of
audits from OERR's audit reporting system is attached  (Attachment
7).

     7.  To ensure that policies are widely disseminated, period-
ic updates of contract issues, policies, and procedures have been

-------
provided to headquarters and the regions.  The purpose of the
CORAS Bulletin is to serve as a forum for information exchange
between EPA Headquarters program offices, the Regions, and the
Procurement and Contracts Management Division on planning,
management, and administration of Superfund contracts. (Copies
attached as Attachment 8).
     TRAINING

     OERR has followed up on disseminating these policies via
comprehensive training, including the following:

     1.  Required Training for Work Assignment Managers  - OERR
has developed a specialized, mandatory training course for
headquarters Work Assignment Managers, over and above what is
provided by PCMD.  It covers appropriate types of work assign-
ments, guidance for monitoring, ethical responsibilities, evalua-
tion of performance, etc.  It is geared towards day-to-day
contract oversight and issues specific to Superfund contracts.
Attachment 9 is a copy of the training agenda and completion
certificate.

     2.  Specialized training for Regional personnel is offered -

     Between April and November 1989,  OERR offered WAM Training
     for RPMs in eleven cities to provide over 200 RPMs and other
     contract administration personnel from all ten regional
     offices with the skills and knowledge they need to function
     as effective work assignment managers of Superfund contrac-
     tors.  RPMs from the State of Maryland also attended.   The
     course was developed primarily for new RPMs,  however,
     attendees include both inexperienced and experienced RPMs.

     In early 1989,  the WAM Training for RPMs was incorporated
     into the OSC/RPM (On Scene Coordinator/Remedial Program
     Manager) Basic Training Academy.   The Academy was one compo-
     nent of the OSC/RPM Support Program.  The Academy was de-
     signed to train newly hired OSCs/RPMs in some of the basics
     of the Superfund program.  The Academy trained over 200 RPMs
     and OSCs since the first session on contract management in
     August, 1989.

     In November of this year, OSWER's Technology Innovation
     Office began offering training courses through its newly
     established, state-of-the-art CERCLA Education Center (CEC).
     Initially, courses will be taught at the North Carolina
     State University, but may be offered at other locations in
     the future.  The CEC course curriculum is designed to build
     a firm base of knowledge and facilitate a better understand-
     ing of the laws, regulations, policies, and sciences that
     make up the Superfund program.  The CEC is intended primari-

-------
     ly for OSCs, RPMs and other EPA staff involved in the
     Superfund program.  The CEC takes a tiered-structure ap-
     proach to training, which allows participants to choose the
     courses that best meet their needs.

     TIO is also offering an Advanced Contracts Administration
     course through the SUTI for RPMs and OSCs.  OERR sent a
     questionnaire out to the RPMs and because of the results and
     recommendations from the RPMs OERR is participating in the
     design of this course.

     As followup to the ARCS Task Force recommendations to get
     managers more involved in contracts implementation, OERR is
     developing an executive training course on Contracts Manage-
     ment Issues.  This course will provide senior management
     with some basic understanding of current contracts manage-
     ment issues that may affect their performance and to provide
     some direction on overseeing a contractor dependent program.
     There will be a 2-hour condensed briefing on current con-
     tracts management issues for Division Directors (ready for
     delivery by May 1992)  and for Branch and Section Chiefs
     (ready for delivery by June 1992)  a 1-day session on solving
     every-day problems and contract management issues.


IV.  RECENT OERR CONTRACT MANAGEMENT INITIATIVES

     Again,  OERR has adopted a policy of continuous improvement
in its contract management practices.  Some of these activities
have involved developing long-term strategies; others have
involved issuance of guidances.   Some practices were adopted as a
result of an audit or study.   Below is a summary of some of the
more recent initiatives, which are at various stages of implemen-
tation.

1.  Long Term Contracting Strategy

     The Long-Term Contracting Strategy (LTCS) undertaken by OERR
has had the most dramatic effect on OERR policies on contracting
and oversight.  A task force comprising representatives from the
ten regions, OSWER, the Office of Administration and Resource
Management, and the Office of Small and Disadvantaged Business
Utilization, used Total Quality Management principles to develop
a road map for the next decade of Superfund contracting.  This
group examined vulnerabilities as well as future needs.  The
resulting strategy and implementation plan, developed in December
of 1990, is included in the attached Federal Managers' Financial
Integrity Act (FMFIA) work plans (Attachment 10).  This will
summarize some of the key recommendations of the LTCS.

-------
     The task force determined that Superfund contracts would be
more effectively and efficiently managed if the majority of the
contracts were managed in the region by the individuals directing
the technical work.  In addition, placing contract officer
support in those regions would improve the contracting office's
ability to work efficiently and effectively with the technical
program personnel.  The delegation of contract management to the
regions is expected to strengthen performance as well as finan-
cial oversight.

     Another vulnerability identified by the task force was a
lack of flexibility in the current contract structure in that
contracts were segmented to serve program areas (remedial,
removal/ etc.) rather than by function and skill.   One result has
been the development of time critical/rapid response contracts to
serve both remedial and removal personnel in short-term activi-
ties.  Longer-term investigative and construction management
services to the remedial, removal and enforcement areas will be
performed under Response Action Contracts (RACs)  that will
replace the current ARCS and will be based on workload projec-
tions for each Region.

     The increased flexibility created by contracting by function
also allows for changing program directions.  Contracts struc-
tured around earlier mandates led to potential excess capacity in
some areas (e.g.,  ARCs)  and under capacity in others (e.g.,  rapid
response).  The new structure being implemented as a result of
the task force recommendation allows for changes in demands
across program areas.

     The LTCS also addressed vulnerabilities related to competi-
tion.  Large contracts tended to limit the number of firms
eligible for Superfund contracts (and also created a greater
potential for conflict of interest).  The resulting strategy
focusing on regional contracts, and based on functions rather
than complex combinations of skills, is  expected to increase the
number of firms obtaining Superfund contracts as well as reduce
the potential for conflicts of interest.

     The LTCS is designed to reduce EPA vulnerabilities in
general, by enhancing contract oversight, providing for cost-
efficient use of contractor support, increasing competition, and
reducing the potential for conflict of interest issues.
Implementation is continuing, but to be most effective it must be
implemented in concert with other initiatives, including the
study of the ARCS program; the 30-Day Study;  (both described
below) and the work of the Superfund Revitalization Team.  An
OERR organization modification has been developed to facilitate
LTCS efforts, as well as to generally improve contract oversight
within OERR.  A copy of that reorganization plan is attached as
Attachment 11.

-------
2.  Delivery of Analytical Services Initiative

     The Long Term Contracting Strategy was widely acclaimed
within the agency for changing the way the program contracts in
order to meet its future needs.  A similar strategy was thought
to be needed for analytical services, hence the formation in
April, 1991 of a task force to develop a long term strategy for
the delivery of analytical services.  As with the LTCS, this will
be a total quality management effort to examine Superfund's long-
term needs, the respective roles of EPA and its contractors, and
alternative delivery mechanisms for sample analysis.  This task
force is expected to develop its recommendations in late 1992.

3.  Contracts Labs Program Initiative

     As a result of OIG audits of CLP laboratories, a review of
the CLP program was conducted by Willis Greenstreet of the Office
of Administration and Resource Management in Research Triangle
Park, NC.  The objectives were to determine whether management
controls were in place,  and whether they were effective.  The
finding was that internal controls were in place,  but were
designed to determine the analytical competence of the labs
rather than to detect fraud.  The report recommended that the
program conduct six Alternative Internal Control Reviews by the
end of FY 1992, and implement an additional fifteen recommenda-
tions.  Those recommendations fall generally within the catego-
ries of overall program costs; organization and management of the
program; laboratory certification; methods development; and other
considerations.  These have been incorporated into OERR's FMFIA
plan (Attachment 10).   We have requested additional resources to
support 3 FTEs to assist in this effort.

4.  90-Day study of ARCS

     In response to public criticism directed at the management
of the Superfund ARCS contracts, a task force was established of
senior EPA managers and analysts from headquarters and the
regions to review the program and make recommendations for
improving ARCS contracts management.  The final report, issued in
October, 1991, contained 32 specific recommendations, divided
into six major  categories: 1) program management; 2) ARCS
capacity and utilization; 3) ARCS contract controls; 4) financial
audits and reviews; 5) award fee process; and 6) EPA management
processes and organization.  Implementation plans have been
established for each recommendation, and are incorporated in
OERR's FMFIA plan (Attachment 10).  A copy of the ARCS study is
also attached as Attachment 12.

     An ARCS Council has also been formed to monitor the progress
of the implementation plans to continually look for opportunities
to improve ARCS contracts management.  Each region will also have
an ARCS management team to ensure successful contracts manage-

                                10

-------
ment.   In  addition,  a  Superfund Acquisition  Program Manager,
reporting  directly to  the Deputy  Assistant  Administrator  of
OSWER,  has been appointed to oversee Superfund acquisition
decisions  and activities.

5.  30-Day Study on  Accelerating Cleanups

     At the same time  that the ARCS study was initiated, another
effort  was undertaken  to look at how the Superfund cleanup
process could be accelerated.  The resulting 30-day study  con-
tained  several recommendations related to contracting, generally
aimed at increasing  the agency's flexibility in contracting for
cleanup work.  Implementation plans for these recommendations are
also contained in OERR's FMFIA plan (Attachment 10).

6.  Organizational Modifications to Improve Contracts Management

     To provide a central focus for OERR contract management
issues, the Contracts  Operations, Review and Assessment Staff
(CORAS) was established to develop and implement an integrated
approach to continuously improve OERR contracts management.  A
recent  realignment proposal, not yet approved,  would  create a
new Headquarters Contract Management Section to focus on the
eight Headquarters support contracts within OERR.  (Attachment 11
describes  this reorganization proposal.)   Further, in the Con-
tract Laboratory Program,  we have created a new section to focus
on vulnerabilities linked to that program,  including contract
performance and administration.


V.  PLANNED INITIATIVES TO IDENTIFY AND CORRECT POTENTIAL
     VULNERABILITIES

1.  Reexamine Resource Needs to Reduce Dependence on Contractors

     In FY 1990,  OERR  conducted a detailed study of work being
performed under Superfund headquarters support contracts.  This
was done in response to a recommendation contained in the 90-Day
Study of the Superfund Program that EPA begin increasing in-house
staff to reduce dependence on contractors for policy and regula-
tory development work.

     Twelve contracts  were selected for review, based on criteria
that included the amount of dollars involved.  -The work hours
contained  in hundreds  of work assignments were categorized, and
the categories were prioritized for being brought in house if
additional resources were obtained.

     A  recommendation  was made to include the FTE associated with
the top three categories in the FY 1992 budget.  These categories
were 1) analysis of regulatory,  policy, and legislative issues,
2) compilation of guidance to implement EPA policy, and 3)

                                11

-------
analysis/compilation of responses to comments on notices pub-
lished in the Federal Register. (A copy of this memorandum is
attached as Attachment 13.)  While these FTEs did go forward in
the FY 1993 budget request, they.were not included in OMB's
passback.  We will reexamine these needs for the FY 1994 budget
process.


2.  Reexamine Resource Meeds Relative to Contracts Management

     OEKR proposes that an analysis of the distribution of
contracts management resources be conducted to determine whether
these resource distributions may pose a vulnerability to
Superfund contracts management.  This proposal responds to issues
raised in the regional ARCS vulnerability assessments,  LTCS
implementation plans and continuing OIG and GAO Superfund con-
tracts management audits.   This analysis is necessary to update
the workload models to reflect the new LTCS contract structures,
and reexamine the contracts management activity factors that
determine the resource requirements and the pricing of those
activities.  This review would also examine the extent to which
current resource allocations are being devoted to contracts
management- related purposes.   OERR proposes that this assessment
be conducted jointly by the Superfund Revitalization Team,  OERR,
Office of Waste Programs Enforcement, and PCMD,  since in today's
contracting structure these elements are interdependent.

3.  Examine Recommendations from Past Audits of Individual
    Contracts for Application to Others

    OERR contracts have been subject to numerous audits in the
last several years.  (Attachment 7 is a list of those audits
conducted by the OIG or GAO.)   Recommendations from those audits
have been, or are in the process of being implemented,  and those
recommendations are also contained in OERR's FMFIA plan (Attach-
ment 10).  As a new initiative to look for vulnerabilities in
contracts management,  OERR will reexamine each recommendation to
see whether it has potential application to contracts that were
not within the scope of that audit, and implement them as neces-
sary.

4.  Conduct Internal Review of Selected Contracts

     OERR will undertake internal review of selected contracts,
in light of the February 28, 1992 memorandum from Christian
Holmes, Assistant Administrator of the Office of Administration
and Resource Management identifying agency vulnerabilities in
contracts management.  Areas to be examined will include perfor-
mance of personal services; co-location of contractors and EPA
employees, whether at headquarters or on-site;  performance of
inherently governmental functions by contractors; supervisory
involvement in contracts management; oversight of regionally-

                                12

-------
administered contracts;  and  fiscal management.  We will  focus  on
the more high  risk  contracts,  including  several headquarters
support contracts.

     OERR expects that the implementation of our on-going  efforts
under the Long-Term Contracting Strategy, Delivery of Analytical
Services (DAS) Strategy  and  ARCS 90-day  Study will serve as the
primary means  of continued identification and resolution of
vulnerabilities.  For example, the LTCS  implementation plans
address the actions the  designated lead  offices will take  to
oversee regional contracts.  In addition, we expect such poten-
tial vulnerabilities as  personal services and inherently govern-
mental functions to be examined as the Headquarters offices
create model contract Statements of Work (SOWs) and as the
regions create their individual SOWs.

     One of the major evaluation factors to be used in developing
the DAS Strategy is "vulnerabilities".   A committee has  been
designated specifically  for  this purpose and will be examining
the future delivery options  for such potential issues as personal
services,  inherently governmental functions, contractor  co-
location,  and conflict of interest.  Oversight of regional
contracts will also be incorporated into the DAS Strategy.

     The ARCS 90-day Study implementation plan specifically
addresses the actions to follow up on the regional vulnerability
assessments that were prepared under the study.   A task to
examine Headquarters and Regional management roles and responsi-
bilities,  identify strengths and weaknesses and make recommenda-
tions and implement them is expected to address such issues
supervisory involvement and oversight of regional contracts.
There are numerous implementation tasks that address continuing
fiscal management.

     We are unaware of additional potential vulnerabilities not
already reported in the FY 91 FMFIA "assurance letter,"  or being
addressed by our ongoing efforts.  However, we are reviewing for
potential vulnerabilities on a continual basis,  and have identi-
fied several contracts which must be carefully managed to avoid
any perception of impropriety.

     In the area of vulnerability to personal services,  we have
identified the Environmental Services Assistance Team (ESAT)  and
the Technical Assistance Team  (TAT) contracts (each involving two
"zone" contractors)  as ones to which particular attention must be
paid.  This is true due to the co-location of EPA and contractor
employees in laboratories (ESAT)  and Regional response centers
(TAT) in some Regions.

     Concerning the issue of inherently governmental functions,
we have identified the Emergency Response Division's contract to
provide analytical/technical support in  the "reportable  quanti-

                               13

-------
ties" area, as well as the CLP sample management office contract.
These contracts must also be carefully managed to assure that
contractors have no involvement in functions which are "inherent-
ly governmental."

     We plan to address these issues.  At the Regional level, the
Contract Operations Review and Assessment Staff (CORAS) is
planning to conduct an "assessment" in the areas of personal
services and inherent government functions.  This review will
seek to determine whether there are any vulnerabilities and
whether any improvements are warranted in Regional contract
management procedures relating to contracts such as those dis-
cussed above.

5.  Request that OIG Audit Major Contracts

     In August of 1991, OSWER requested that the OIG perform
audits of its major contracts.  A copy of that memorandum is
attached as Attachment 14.  We are anxious to work with the OIG
to further review our contract management practices,  and make
modifications where necessary to insure the integrity of our
contracts.

6.  Implement 7MFIA Recommendations

     Most of the recommendations to be implemented in the area of
contracts management are contained in OERR's FMFIA plan (Attach-
ment 10).  This includes the LTCS, ARCS study,  30-day study, CLP
study, and audits by the OIG and GAO.  If the proposed initia-
tives develop additional vulnerabilities, these too will be
incorporated into OERR's FMFIA obligations.

VI.  SUMMARY

     OERR has been actively pursuing excellence in its contracts
management.  With recent emphasis on agency contracts management
policies, we intend to increase these efforts,  to look for areas
of potential vulnerability through the actions described herein.

     We are requesting OSWER's support on three areas discussed
in this memorandum: 1) OERR's proposal to modify its organization
to enhance contract oversight; 2) additional FTEs for contractor
oversight, as proposed in the FY 1993 budget request; and 3)
resource dollars to support 3 overceiling FTEs in the Contract
Lab Program.
                                14

-------
     Please let me know if you have any questions on OERR con-
tracts management policies, or if you would like a briefing on
this subject.

Attachments:

1  - Headquarters and Regional contracts and Project Officers
2  - List of OERR Guidances and Directives on Contracts Manage-
      ment
3  - Sample Guidance to Work Assignment Managers (WAMS)
4  - Evaluation Forms for Work Assignments
5  - Performance Standards Related to Contracts Management
6  - Conflict of Interest Review and Approval Program Summary
7  - List of OIG and GAO Audits
8  - CORAS Bulletins
9  - Certificate and Agenda for WAM Training
10 - OERR FMFIA Plan
11 - OERR Reorganization Plan to Enhance Contract Management
12 - ARCS Study
13 - Memorandum from OERR to AA, OSWER re Bringing Certain
     FTE In-house
14 - Memorandum to OIG from AA, OSWER Requesting Audits of
     Major Contracts
                                15

-------

-------
KEY REGIONAL PERSONNEL IN SUPERFUND CONTRACT MANAGEMENT
Contract
REU
ARCS
ERCS
TAT.
RT
TE8
E8AT
Headquarters
(PO.DPOrf possible)
REMI - Tracy Loy. EMAN.5201
REMII - Tracy Loy. EMAN.5201
REMIH -Tracy Loy. EMAJL5201
3088349
REMIV -FtorencaBUr.EMAft.5201
B* Zobel. EMAIL
308-8346
Barbara McDonough. EMAIL
308-8348
Zone 1 - Patricia Tidwel. EMAJL551 1
3622688
Zone 1 - Pal Hawkins. EMAIL S191
3622456
Zone 2 - Karen Torramatsu. EMAU0026
4759661
Zone 1 - Tim Fontaine
4759748
Zone 2 - Rick Webster. EMAIL
47V9703
Zone 1 - Jack Jotokian. EMAI
308-8650
Zone 2 - Jean Wright. EMAI.
308-8659
Zone 3 - Mariana Lamro. EMAI.
308-8639
Zone 4 • Nancy Deck, EMAI.
3068647
Lynn Beasley. CUAIL5449
475-8607
Zone 1 - Reg 1.2.3. A 5
Zone 2 - Reg. 4.8.10. * HQs
Region 1
Nancy Barmakian. 833- 1797
EMAIL9170
US EPA. HCP<*N7
JFK Federal BuMng
Boston. MA 02203
Nancy Barmakian. 833- 1797
EMAN.9170
Diane Keley. 833-1672
EMAft.9171
US EPA. HCP-CAN7
JFK Federal BuMng
Boston. MA 02203
John Carlson. 828-6624
EMAIL9119
US EPA
641 Chestnut Street
Philadelphia, PA 19107
John Cartoon. 828-6624
EMAIL9119
US EPA
60 Westvtew Street
Leungton.MA 02173
Don Smith, 833-1648
EMAIL
US EPA.
JFK Federal BuMng
Boston.MA 02203
Rick Leighton. 833-1654
EUAIL9156
US. EPA
JFK Federal BuMng
Boston. MA 02203
EMAHS161
US EPA
60 Wesivtow Street
Lexington. MA 02173
Regton2
Shaheer AM. 264 2221
EMAIL9204
US EPA
26 Federal Plaza
New York. NY 10278
Jril Hacker. 264-4197
EMAIL
Fernando Rosado. 264*130
EMAIL
KerthKolar. 264-1576
EMAIL
Keith Mondno. 264-9300
EMAIL
U S EPA
26 Federal Plaza
New York, NY 10278
Norm Vogelsang. 340-4346
EMAN.9283
Charles Fuzsimmons. 340-6608
EMAN.9490
US EPA
345 Courtand St. NE.
Edrson. NJ 06837
Lisa Guarneiri. 34041 80
EMAIL
US. EPA
Edison. NJ 06637
Amy Brochu. 340-6802
EMAIL
US EPA
Woodbndge Avenue
Edison. NJ 06837
Cathy Moyfc. 264 8123
EMAN.9206
ErwmSieszek. 264-4311
EMAK.
US EPA
26 Federal Plaza
New York. NY 10278
Joseph Hudek. W41\i
EMAH9252
US EPA
26 Foderal Plaza
New York, NY 10278
Regions
James McKenzie. 597-3229
EMAN.93035
US EPA
841 Chestnut Street
PMadetohia. PA 19107
Elaine Spiewak. 597 3229
EMAIL
James McKertoe. 597 3229
EMAIL93035
US EPA
641 Chestnut Street
PMadstohia. PA 19107
Rich Fetter. 597- 1369
EMAIL 9324
US EPA
641 Chestnut Street
Philadekihia. PA 19107
Charlie Kteeman. 597-4016
EMAIL 9340
US EPA
641 Chestnut Street
PMadstotM. PA 19107
Greg Hamm. 597 8229
EMAI.
US EPA
641 Chestnut Street
Phttadekihia. PA 19107
Donna McGowan. 597-8230
EMAIL
US EPA
641 Chestnut Street
Philadelphia. PA 19107
ferry Simpson. 655 5lM
EMAH.93018
Dan Stays. 652-2192
EMAIL
US EPA
639 Beslgate Road
Annapolis. MO 21401
Region 4
Ken Myer. 257 2930
EMAIL
U S EPA
345 Courtand St . NE
Atlanta. QA 30365
Man Rotbina. 257 2930
EMAIL9428
Doug Thompson. 257 2234
EMAIL
Charles Swan. 257 2234
EMAIL
U S EPA
345 Courtand St .. NE.
AtanU.GA 30365
Sharon Camp. 257 2930
EMAIL
345 Courtand St^NE.
Attanto. GA 30365
Carol Monel. 257 2930
EM*.IL9490
US ^PA
345 Courtand Si . N E
AHanU.GA 30365
Charts* Swan 257 2234
EMAIL
US EPA
345 Courtand St . NE
Arlanu. OA 30365
Keo Meyer. 257 2930
EMAIL
US EPA
345CourtandSl NE
Afanti.GA 3036S
Bobby Carrol. 546 3309
EMAI.9434
US EPA
Station Road. ASB
Athens. GA 30613

-------

-------
 03/20/92           OFFICE OF EMERGENCY AND REMEDIAL RESPONSE
                    CONTRACT MANAGEMENT INFORMATION SYSTEM

           CURRENT LIST  OF ACTIVE PROJECT OFFICERS BY PROGRAM TYPE
                                    Page:1
DESCRIPTION

ANALYTICAL SUPPORT

CLP QA TECH ASSISTANCE
CLP-SMO
ESAT ZONE I, REG 1-3 & 5
ESAT ZONE II, REG 4, 6-10  & HQ
TRANS SERVICES  (COOLER SHIP.)

MANAGEMENT I ADMINISTRATION SUPPORT

ADVIS & ANALYT SUPP (SM BUS./EMS)
HQ SUPPORT 8(A)
MANAGEMENT & TECH SUPPORT  (VIAR)
NPL-(MITRE)
REAC (ERT/WESTON)
SF MANAGEMENT SUPPORT (BAH)
SF MANAGEMENT SUPPORT (MNG)
SF MANAGEMENT SUPPORT (TMS)
TECH & ANAL SUPPORT FOR EMERG (ICF)
TECH MANAGEMENT SUPPORT (RTI)

REMEDIAL
ARC* REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARC- REG
AR, REG
ARCS REG
ARCS REG
ARCS REG
1 (COM)
1 (EBASCO)
1 (LITTLE)
1 (M&E)
1 (NUS)
1 (TRC)
1 (WESTON)
2 (CDM)
2 (EBASCO)
2 (ICF)
2 (MP)
2 (TAMS)
2 (WESTON)
3 (B&V)
3 (E&E)
3 (HILL)
3 (NUS)
3 (TT)
4 (B&V)
4 (BE)
4 (CDM)
4 (EBASCO)
4 (HILL)
4 (WESTON)
5 (B&V)
5 (DONOHUE)
5 (E&E)
5 (HILL)
5 (PRC)
  PROJECT OFFICER NAME
• BARRON, JAMES
• WILTSHIRE, PATRICIA
• SIMPSON, TERRY
• SIMPSON, TERRY
• BEASLEY, LYNN



• VAN EPPS, BETTI
• VAN EPPS, BETTI
• VAN EPPS, BETTI
• WIAZ,  JUNE
• CIBULSKIS, BOB
• HAN A VAN, FRAN
• MCMASTER, JIM
• VAN EPPS, BETTI
• WAITERS, 'HUBERT
• HANAVAN, FRAN



• BARMAKIAN, NANCY
• BARMAKIAN, NANCY
• HORAHAN, HEIDI
• BARMAKIAN, NANCY
• KELLEY, DIANE
• KELLEY, DIANE
• KELLEY, DIANE
• KOLLAR, KEITH
• HACKER, JILL
• MONCINO, KEITH
• KOLLAR, KEITH
• ROSADO, FERNANDO
• HACKER, JILL
• SPIEWAK, ELAINE
• SPIEWAK, ELAINE
• SPIEWAK, ELAINE
• MCKENZIE, JIM
• MCKENZIE, JIM
• SWAN,  CHARLES
• THOMPSON, DOUG
• THOMPSON, DOUG
• THOMPSON, DOUG
• THOMPSON, DOUG
• SWAN,  CHARLES
• NORMAN, CARL
• VOGTMAN, PATRICIA
• SHORT, THOMAS
• NATHAN, STEPHEN
• NORMAN, CARL

-------
03/20/92           OFFICE OF EMERGENCY AND REMEDIAL RESPONSE
                    CONTRACT MANAGEMENT INFORMATION SYSTEM

           CTRRBMT LIST Of AOfTVB PROJECT OFFICERS BY PROGRAM TYPE
                                                                Page:2
DESCRIPTION
REMEDIAL  (cont.)
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
ARCS REG
REM VI

REMOVAL
5 (WESTON)
5 (WW)
6-8 (COM)
6-8 (FD)
6-8 (HILL)
6-8 (JACOBS)
6-8 (MK)
6-8 (SVERDUP)
6-8 (URS)
6-8 (WESTON)
9,10  (BE)
9,10  (E6E)
9,10  (HILL)
9,10  (ICF)
9,10  (URS)
9,10  (WESTON)
ERGS ZONE III, REG 5
ERCS ZONE IVA, REG 6-8
ERCS ZONE IVB, REG 9,10
REG ERCS REG 3
REG ERCS REG 3
REG ERCS REG 3
REG ERCS REG 4
REG ERCS REG 4
REG ERCS REG 4
REG ERCS REG 4
REG ERCS/EMERG, REG 4-
TAT 8(A), ZONE I
TAT 8(A), ZONE II
TAT ZONE I, REG 1-4 ERT  &
TAT ZONE II, REG 6-10
DIOXIN STORAGE BLDGS, REG  7
LAB RMVL, REG 7
OIL & HAZARDOUS SUBSTANCES TECH.  SU
S.E. WOOD PRESERVING BIOREMEDIATION
      (EHR&T)
      (ET)
      (GES)
      (ET)
      (FOUR SEASONS)
      (HAZ)
      (OHM)
              (OHM)
                 HQ
                               PROJECT OFFICER NAMH
• NATHAN, STEPHEN
• VOGTMAN, PATRICIA
• MOREY, DEBI
• BOSS, EVE
• HARGREAVES, GREG
• MOREY, DEBI
• MASHBURN, JEFF
• MOREY, DEBI
• MASHBURN, JEFF
• BOSS, EVE
• MITGUARD, MATT
• LABAW, JOANNE
• STERN, ROBERT
• NIKZAT, SHERRY
• MITGUARD, MATT
• LABAW, JOANNE
• BLAIR, FLORENCE



• BRASHER, CHARLES
• STAFFORD, LARRY
• LONGSTON, BILL
. FETZER, RICHARD
• FETZER, RICHARD
• FETZER, RICHARD
• BOTTS, COLETTE
• BOTTS, COLETTE
• BOTTS, COLETTE
• BOTTS, COLETTE
• BOTTS, COLETTE
• WEIGEL, GREG
• MALONEY, JENNIFER
• HAWKINS, PATRICIA
- TOMIMATSU, KAREN
• STAFFORD, LARRY
• HAMPTON, DAVID
• CUNNINGHAM, JOHN
• GARCIA, FRANCIS
                                                                              ' "N,
                                                                               J

-------
     .
USB
MEMORANDUM
               UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                          WASHINGTON, D.C. 20460
                                         MAR 24 1992
                                                            OF
                                               SOLID WASTE AND EMERGENCY RESPONSE
SUBJECT:   OSW Contracts Management Action  Plan

FROM:      Sylvia K. Lowrance, Direct
           Office of Solid Waste

TO:        Richard Guimond, Deputy Assistant Administrator
           Office of Solid Waste and Emergency Response
     The attached is our response to  the Administrator's directive
to assess the  use of contractors and  to  develop action plans to
address vulnerabilities.  As  I  conveyed  to you recently, OSW has
had an  ongoing action plan designed to  address our problems and
vulnerabilities in contracts management.  We have had a significant
amount of success,  and  we believe we have a strong  foundation in
place to further  strengthen our contracts management activities.
Based on the Administrator's directive, we have outlined a number
of actions  we  plan to  initiate immediately, most  of  which were
items  already   included in  our  ongoing  action  plan,   but  with
accelerated timefraroes.

     My staff  has  offered  its assistance to Judy Kertcher as she
develops an overall OSWER response.

Attachment

cc: OSW Division Directors
    OSW Deputy Division Directors
                                                          Printed on Recycled Paper

-------

-------
                      Office of Solid Waste

             Contracts Management Program Description


     OSW  has faced  some  incredible statutory  and court-ordered
deadlines in the past few years.  As workload increased, FTE only
moderately   increased   while   extramural   dollars   increased
dramatically to accommodate the workload.  This lower than usuual
FTE to extramural  dollar  ratio  in the  program led the program to
become concerned in  1988 about its contract management practices.
This concern was  furthered by  a 1989  Inspector  General's audit
report on contracts management in the Office of  Solid Waste.  That
report  identified  a  number of  serious contracts  problems  that
needed immediate attention and made recommendations for improving
contracts management that ranged from more and better training for
contract managers  and  improved  oversight of  contractors,  to more
closely monitored  work  assignments  and  shorter  turn-around times
for processing to prevent unauthorized work.

     In 1988 OSW initiated a comprehensive program, in cooperation
with PCMD,  to  dramatically  improve its  management  of  contracts.
Since then OSW has been committed to continuous improvement to deal
with its unique contracting issues.  Steps taken that have made a
significant  difference  have included centralization of  contract
administration  in  Divisions to  fewer,   better  trained and  more
experienced  Project  Officers   combined with   putting  in  place
accountability  mechanisms,  an  automated  tracking  system,   and
establishment of better and more  regular communications  with the
Procurement and Contracts Management Division (PCMD) through an OSW
Project Officers workgroup.   Finally, the addition of a full-time
FTE  dedicated   to  overseeing  and  monitoring   OSW's  contracting
activities has turned OSW's contracts management program into one
of the stronger ones.

     OSW  continues to  face very dramatic program expectations.
Contractor  resources are critical  to  the accomplishment  of our
mission.  Equally critical is practicing good contracts management.
We have proven  through  our  commitment the past few  years  that a
balanced approach  to the  administrative as  well as the technical
requirements of our work does result in  improved quality of work.
For example, OSW's Office-specific training program for contracts
managers  along  with   the  development  of  standard  operating
procedures and Office-specific policies  for managing contracts is
building a cadre of  informed and knowledgeable  contracts managers
who  not  only   understand  the  necessity  of   practicing  proper
administration  but  who  are  performing  more consistently  in this
manner.  Management and communications processes also put in place
over time are helping all  members  of the contracts management team
to identify and more clearly understand  their respective roles and
responsibilities.

-------
     But this is only the  beginning.   Each year OSW continues to
identify through the development of its annual contracts management
workplan, areas that  need  correction and  strengthening.   OSW is
committed to continuous  improvement  and vigilance of its contracts
management operations.  Attached is the supporting information on
the status of OSW contracting activities.

-------
                      ATTACHMENTS








A ... List of OSW Contracts and Delivery Orders



B ... Summary of Existing Internal Controls



C ... Vulnerabilities declared under FMFIA



D ... Potential Vulnerabilities



E ... Description of Oversight of Regional Contracts



F . .. Plan for Conducting Internal Review of Contracts



G ... Potential Impact of Termination of CSC contract

-------

-------
Contract No
                 Attachment A




OSW Level of Effort (LOE) CONTRACTS AS OF 3/92




   Contractor Name         Project Officer
68-W9-0040
68-W9-0041
68-WO-0025
68-W9-0028
68-W9-0091
68-W9-0081
68-WO-0009
68-WO-0032
68-W9-0027
68-W9-0011
68-WO-0042
68-W9-0068
68-W9-0072
68-W9-0069
68-W9-0088
68-WO-0029
68-WO-0039
A.T. Kearney
PRC
SAIC
Labat-Anderson
SAIC
ICF
ICF
RTI
SAIC
SAIC
ICF
Versar
Radian
Radian
Labat-Anderson
Hydrogeologic
Booz, Allen & Hamilton
Allen Pearce
Allen Pearce
Kent Anderson
Carlos Lago
Bertha Harvell
Dave Levy
Doug Ruby
Norma Hughes
Norma Hughes
Bertha Harvell
Wendel Miser
Angela Wilkes
Angela Wilkes
Angela Wilkes
Lynn DePont
Norma Hughes
Barbara Roth
(Award fee)
(Award fee)
(Award fee)
(Fixed fee)
(Fixed fee)
(Fixed fee)
(Fixed fee)
(Fixed fee)
(Fixed fee)
(Fixed fee)
(Fixed fee)
(Fixed fee)
(Fixed fee)
(Fixed fee)
(Fixed fee)
(Fixed fee)
(Award fee)
N.B. OSW has a number of Work Assignments in contracts outside OSW.

-------
                                                      3/20/92
MANAGER

Michael
Shannon
Bertha
Harvell

Lynn
Depont
ORD
                     Attachment A - continued

                       OSW Delivery Orders
 TITLE

 RCRIS/BRS
          Regional
          Data Handling

          RCRIS/BRS &
          Regional Data
          Handling
 Conference
 Support
     CONTRACTOR

     CSC


     CSC


     CSC
Univ. Research
 System Support      CSC

 RCRA Docket         LAI

Modelling Support    	
DO number

68-WO-0043
     DO 437

68-WO-0043
DO 357

68-WO-0043
DO 111
68-W8-0414


 68-WO-0043

 68-W9-0052

 68-C1-0024

-------
                                  Attachment B

                               Office of Solid Waste

                    Existing Controls for Contracts Management

      The single most important element in ensuring that internal controls work is the
OSW Ombudsman for contracts management who acts as the focal point for handling
process issues and problems. OSW has instituted contracts management controls at two
different levels.  Controls for managers are contained within the FMFIA controls.
Controls for Project Officers and for Work Assignment Managers are contained in Nuts
& Bolts:  Managing Work Assignments in OSW as well as the OSW Project Officers
   jide.
Below is sample list of major controls in place for work assignments on level of effort
contracts:

1. Work Assignment Manager(WAMVProject Officer (TO) Certification Form:
      o Certifies that person working on contract and/or work assignment has
      completed required training. This form required with submission of all new
      contracts and work assignment requests.

2. Work Assignment Manager/ Project Officer Performance Standards:
      o All Work Assignment Managers and Project Officers are required to have
      performance standards reflecting their responsibilities in contracts management in
      their performance standards.

      o Model performance standards on contracts management for managers are
      currently under development.

      o Major Roles & Responsibilities of each member of contracts  team are clearly
      outlined in Nuts & Bolts: Managing Work Assignments in OSW.

3. Standard Outline  and Language for Work Assignments:
      o A standard outline and standard paragraphs required for all OSW work
      assignments capture the major important elements required for all work
      assignments.

4. QSW Estimating or Pricing Forms:
      o OSW has developed standard pricing forms that are  required for each OSW
      work assignment.

5. QSW Work Assignment Request Form:
      o This OSW form requires sign-off by the WAM, technical and programmatic
      review sign-off by the WAM's Branch Chief, contract compliance review sign-off

-------
      by the Project Officer, and overall review sign-off by the PO's Branch Chief
      before final sign-off by the Contracting Officer.

6. OSW Work Plan Approval Form:
      o This OSW form requires the same sign-offs as no. 5.

7. ADP Concurrence Form:
      o This OSW form requires certification by the WAM  that ADP services are or are
      not required for a particular work assignment.

8. Finger Tip Filing Plan:
      o All WAMs are required to keep an official work assignment file for each work
      assignment. The plan explains WAM responsibilities  and outlines what
      documents must be kept in the file as well as  how the file must be arranged.

9. Voucher Verification Checklist:
      o All OSW WAMs are required to verify costs incurred on their particular work
      assignments each month; note discrepancies and work with contractor and PO
      (and Contracting Officer if necessary) to resolve problems.

10. Work Assignment Manager's  Report on Deliverables:
      o This OSW form is completed for each deliverable described in the work
      assignment. In addition to quality ranking a deliverable, the form indicates the
      location of each product.

11. Work Assignment Close-out Request and Final Evaluation:
      o The forms are completed at the end of a work assignment.

-------
                           Attachment C

            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 Agency-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;
I

1

2


3

4

5
MILESTONE

Evaluate current practices
PROJECTED
COMPLETION

12/90
Develop standardized record-  4/91
keeping procedures
Train OSW staff

Implement new procedures

Review implementation to
assess effectiveness
8/91

9/91

4/92
STATUS

COMPLETED

COMPLETED


COMPLETED

COMPLETED

ON SCHEDULE
Budget Implications. If Any;

     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 D

                        OSW Contracts Management Program

                               Potential Vulnerabilities

       During the past three years, OSW has aggressively pursued controlling potential
vulnerabilities through the establishment of a full-time FTE position to provide oversight
and guidance to programs, through the creation of the Project Officer workgroup to
identify and correct early on, potentially vulnerable activities, and the provision of OSW-
specific training for WAMs. In addition, steps have been taken to put in place a set of
standard operating procedures  for handling routine contracts management activities
across OSW. All these activities have created a heightened level of awareness for
contracts managers about what constitutes a potentially vulnerable activity and as a
result, we have been able to identify and substantially reduce or mitigate the number of
potential vulnerabilities in OSW contracts.

       Internal contracts management oversight activities have identified several
potentially vulnerable areas where we have (1) already addressed potential vulnerabilities
or (2) are in the process of reviewing potential problems. In the first instance, focus
groups were formed as a result of specific situations or problems to develop guidelines
and examples that can be shared office-wide.  For example, an issue surfaced recently
around contractor costs for return of CBI materials. A focus group reviewed the issue
and developed standard language on CBI costs that is now included  in all OSW work
assignments that contain CBI.   Other focus groups  have reviewed conflict of interest
(COI) and information collection request (ICR) issues that  are resulting in more specific
and clearer guidance to work assignment managers.

      Challenges still remain.  With respect to potential problems, we have already
identified  several areas that are potentially vulnerable and require clarification or
reinforcement to reduce their potential for  vulnerability. These include:

      o      The "Hotline" - Clarifying again the internal chain of command in terms of
             how OSWER staff interact with the contractor.

      o      Working with sub-contractors - Reinforcing once again how OSW staff
             should interact through the prime contractor when working with sub-
             contractors.

      o      Re-emphasizing the respective roles and responsibilities of Project Officers,
             Work Assignment Managers and their supervisors.

      o      Re-visiting and re-clarifying the relationship between OSW staff and
             contractors in terms of how we operate and communicate on a regular
             basis.

-------
      Attachment F presents our plan for addressing these  potentially problematic
areas.

      In response to specific potential vulnerabilities discussed in Christian Holmes'
memo of February 28, 1992:

      o OSW has reviewed the issue of personal services.  We do not believe that we
      have a personal services problem but have taken steps to eliminate any
      appearance.  OSW has a total of eight on-site contractors at this time, plus nine
      who are located in the RCRA Regulatory Docket library. All on-site contractors
      and their work spaces are clearly identified.  One additional work assignment
      where we were unable to resolve the appearance of personal services and co-
      location, we have terminated.

      o OSW has worked for the past year to assist work assignment managers to
      understand and recognize and thus avoid "prohibited and sensitive" contracting
      areas.  The key to this is strengthening the work assignment and the work
      assignment monitoring process.  This has been  done by developing a standard
      outline required for OSW work assignments along with standard paragraphs for
      critical areas and  providing Project Officers with the  tools to improve review of
      work assignments.

      o A number of OSW supervisors have attended the OSW-specific contracts
      management training sessions during the past year.  Some have also attended the
      one day course for supervisors of contracts managers.  OSW is currently
      developing  its own OSW-specific orientation  to contracts management for
      supervisors. Model performance standards for  supervisors are also under
      development.

      o OSW is currently reviewing our oversight of Regionally managed contracts in
      two areas.  The first deals with the RCRA implementation contracts that entail
      permitting support; over the past year extensive work has been done with
      Regional Project Officers that has resulted in much improved management
      controls. In addition, other possible problem areas identified in the current
      contracts are being addressed in the upcoming  re-competes. The second is the
      CSC National Delivery Order that assists Regions with data entry support.  Steps
      are being taken now to improve controls in the Regions until this delivery order
      can be moved to the Regions.

      o OSW is well into a project that will greatly improve monitoring of OSW
      contracts at the Division level. OSW Project Officers have located a contract
      work assignment and financial tracking system  in another part of the Agency that
      is being tailored to OSWs needs and is scheduled to  be brought on line in each
      Division by September,  1992. In the meantime, Project Officers in each Division
      currently monitor work tasked against obligations and routinely provide status
      reports  to managers.

-------
                                  Attachment E

                   Description of Oversight of Regional Contracts
       OSW Headquarters works with the Regions on two major efforts — RCRA
Implementation Contracts (RIC) and RCRA Information Systems data entry support
(RCRIS). The RIC involves two large contracts managed out of Headquarters. The
data entry support for RCRA Information Systems is partially funded and tasked using
delivery orders also  managed out of Headquarters.

       RCRA  Implementation Contracts

       Oversight of RCRA Implementation Contracts (RIC) that support OSW's
permitting activities, is carried out by a Headquarters Project Officer (HPO) who works
closely with designated Regional program staff.  The HPO reviews and approves all work
assignments and work plans,  reviews and monitors costs, and  ensures that all
administrative  requirements of the contracts are met. Detailed Progress and Financial
Reports are reviewed monthly and Regional staff raise any issues or problems to the
HPO if they can not be resolved at the Regional level.  There are two major RIC
contracts (A.T. Kearney and  PRC) and both are award fee type contracts.  Performance
Evaluation Board (PEB) meetings that include Regional Project Officers are held every
four months to assess and evaluate contractor performance to determine eligibility for
award fee.  In  addition, conference calls and semi-annual meetings of all Regional
Projects Officers with the  Headquarters Project Officer and and others  involved in
contracts oversight, are held to discuss issues and solve problems.  The  fact that OSW
has a designated Headquarters Project Officer and that  both RIC contracts are award
fee ensures close oversight of these contracts.

       RCRA Information Systems Support

       OSW and OWPE currently utilize a National Delivery Order contract (CSC)
managed out of the  Office of Information Resources Management (OIRM) to partially
fund data entry services to the Regions for EPA's  National Data Systems.

       The Headquarters  Delivery Order Project Officer has put in place controls and
approval mechanisms that monitor basic activities  in the Regions.  The DOPO
coordinates with a designated EPA liaison in each Region. The management of this
project has been carefully assessed.  As  a result the Headquarters Delivery Order will be
terminated. The actual data entry functions will continue in the Region under their
Regional contract vehicles.

-------

-------
                           Attachment F

                  OSW PLAN REVIEW OF CONTRACTS

     OSW had anticipated a review of contracting activities
during the Spring of 1992.  This will be implemented as
scheduled.

     Oversight

     The OSW Ombudsman will review OSWs overall contracting
strategy and contracts oversight systems to identify strengths
and weaknesses, review training and information needs, make
recommendations on proposed courses of action and assist
Divisions in their review of contracts.

     Divisions

     Division-specific plans will be developed through quality
action teams (QATs)  at the Division level to review contracts in
that specific Division.  Each Division QAT will consist of
Project Officers, their supervisors, representative WAMs from
each Section and/or Branch and one Senior Manager from that
Division.

     During the next three months each Division QAT will conduct
a comprehensive review of its Division's contracts and work
assignments or delivery orders.  The OSW Ombudsman will kick-off
each Division's focus team by reviewing with them OSW's checklist
of activities for review.  The Ombudsman will also be available
as a resource to each QAT to clarify requirements and assist in
the resolution of issues.  This review will consist of the
following elements:

     1.  Review all contracting activities within a Division and
     ensure compliance with EPA ORDER 1900.2 regarding prohibited
     and sensitive contracting activities.

     2.  Review and strengthen all controls for any sensitive
     contracting activities.

     3.   Review accountability mechanisms in place and ensure
     that all parties understand their respective role in the
     accountability process.

     4.   Review implementation and ensure compliance with all
     OSW standard operating procedures as outlined in Nuts &
     Bolts.

     6.   Review and identify training and information needs on
     contracts management for their particular Division.

     5.   Review Division's overall contracting strategy  in
     view of program needs and demands.

-------
     Each Division will provide to the Office Director by June
30, 1992, a written report on findings and recommendations and a
plan of action for addressing issues.

-------
                                  Attachment G


                  Potential Impact of Termination of CSC Contract
       Following Agency policy to contract out information services, OSW participates in
a number of Delivery Orders through an Office of Information Resources Management
(OIRM) contract with CSC ... the most significant of these are the National Delivery
Orders that support the RCRA Information Systems (RCRIS) data services  discussed on
the next few pages.

       In addition, there is a  smaller but nonetheless important CSC Delivery Order
where  work stoppage would result in a considerable handicap to productivity.  OSW's
communication services depend heavily on automated systems that handle a multiplicity
of information from various document tracking systems to large mailing lists. OSW
communications services utilizes from $40,000 to $50,000 annually on developing
software programs and enhancements to meet its special tracking and data handling
needs.

      Termination of the CSC contract  would effectively mean that work could not
continue.  There are no available  FTE to absorb the workload in systems development
now provided through the CSC Delivery Order for systems enhancements for OSW
communications services.  Depending on how  the issue of support for automated
communications services is resolved, it could take from six to  eighteen  months  once
resources become available to achieve current momentum.

      See the following pages for discussion of potential impact on National RCRA
Information Systems.

-------

-------
         POTENTIAL IMPACT OP TERMINATION OP CSC CONTRACT
               ON NATIONAL RCRA INFORMATION SYSTEMS

A. BACKGROUND

     The RCRA program, by  legislative mandate,  is  largely
     delegated to States for program delivery.  Regions manage
     program areas  for which States have not yet received formal
     authorization.  The Resource Conservation  and Recovery
     Information System  (RCRIS) and the Biennial Reporting System
     (BRS) are the  primary tools these State and Regional users
     employ nationwide to manage, monitor and report on all
     subtitle C hazardous waste RCRA program activities.

     From the inception of the RCRA program, the hazardous waste
     component has  always been perceived by Congress and the
     public as a critical environmental responsibility.  RCRIS
     and BRS exist because of the ongoing need to have
     comprehensive automated systems which support the primary
     regulatory mission and ensure a consistent, national basis
     for operating the hazardous waste program.

     State and Regional program implementers use these systems on
     a daily basis to record program accomplishments and obtain
     essential management information concerning program status.
     EPA Headquarters relies on these systems to carry out
     fundamental program oversight responsibilities and provide
     information to members of Congress,  and to Freedom of
     Information Act requests from the public.

     For both RCRIS and BRS,  the CSC contract provides mission
     critical operational support for system maintenance,
     software enhancement (including development of technical
     specifications), librarian functions and management of
     system updates, performance optimization,  user support
     (including support activities during meetings and
     conferences),  national training, documentation, and database
     management.

B. POTENTIAL DELAYS IN WORK

 I. Basic Contract Support Issues

  a.  The Agency currently has no other Agencywide or other
     separate vehicle against which the full scope of necessary
     services to support RCRIS and BRS could be obtained.

  b.  National RCRA information systems currently draw on a range
     of contractual services and level of funding such that
     replacing them would involve a major procurement effort.

-------
B. POTENTIAL DELAYS IN WORK (cont.)

 I.  Basic Contract Support Issues (cont.)

  c.  Under current contracting assumptions there will be a period
     of not less than eighteen months before replacement contract
     services may be projected to be available.   During this
     time,  all national information  support services will cease.
     It is not too strong to state that such a disruption will
     have a disastrous effect on the ability of EPA and States  to
     effectively fulfill their legal mandates relating to the
     RCRA subtitle C program.

  d.  EPA recently underwent a major  transition phase moving these
     technical services and support  activities to CSC.   This
     occurred when the previous contractor (PRC)  was still
     available.   This enabled the transition to proceed with  a
     relatively smooth hand-off of functions and knowledge from
     one contractor to another.

  d.  The projections for delay in the following sections reflect
     the knowledge gained from this  recent,  relevant experience.
     However,  there would be a crucial  difference.   In  the event
     of CSC termination,  there would be no accessible base of
     prior  contractor knowledge and  skills with which to
     facilitate the assumption of new duties by a replacement
     contractor.   Clearly this will  increase the difficulty of
     re-establishing technical support.  This greatly increases
     the likelihood that delays will extend beyond the
     assumptions shown here.

  e.  The delay assumptions which follow are on top of the minimum
     eighteen month disruption noted above related to re-
     establishing basic contract mechanisms.


 II.  System Maintenance and Software Enhancement

  a.  EPA has no resources internally available to support these
     fundamental maintenance activities upon which the  systems
     depend.  Termination of the CSC contract will immediately
     halt all such activities until  qualified replacement
     services are available with the necessary knowledge of the
     program activities supported by the systems and mastery of
     all application software and operating features.

-------
B. POTENTIAL DELAYS IN WORK (cont.)

 II.  System Maintenance and Software Enhancement  (cont.)

  b.  Any software problems (either internal or system level)  or
     new functional requirements which may arise from program
     needs will remain unaddressed until such replacement
     services have commenced work and have successfully begun to
     address backlogged items.

  c.  Given the scale and complexity of these two national
     systems, delay in work (i.e.  putting into production  the
     results from programming work)  may conservatively be
     projected at not less than six months from the  time new
     contract resources are available to be accessed.  Truly
     responsive,  efficient operations will almost certainly not
     be achieved  for an additional six months to a year beyond
     that point.

 III.  Librarian Functions

  a.  Control over changes to software must be carefully managed
     and monitored to ensure reliable operations.  The CSC
     contract supports operational activities for this basic
     system management function.   EPA staff establish  system
     policy,  procedures,  operational guidance,  and provide
     oversight to ensure proper execution of librarian
     responsibilities.

  b.  From a technical perspective,  EPA staff would be  capable of
     carrying out all librarian functions.   However, given that
     the successful execution of librarian operations  is
     inextricably bound up with software development and
     production activities,  it  is  more appropriate for this work
     to be carried out by those who  are contractually  responsible
     for guaranteeing the operational functionality  and
     reliability  of the software.

  c.  Delay in carrying out librarian operations may  reasonably be
     projected to involve not less than one month from renewed
     availability of technical  support resources.

 IV.  Performance  Optimization

  a.  RCRIS and BRS are newly implemented systems replacing prior
     generation software.  Full production operations  have
     coincided with ongoing constraints to Agency mainframe
     resources.  These constraints have made it necessary  to
     pursue system optimization activities to a degree that might

-------
B. POTBKTIAL DBLAY8 IN WORK (COnt.)


 IV.  Performance Optimization (cont.)

     otherwise not have been so critical.   As things now stand
     without_implementing significant optimization measures,
     users will continue to face unacceptable response and system
     performance.

  b.  Under the technical system support services of the CSC
     contract, extensive efforts are currently underway to
     continue  and expand optimization measures for RCRIS and  BRS.
     Unless these optimization measures are brought to successful
     completion not only will RCRA systems begin to degrade,  but
     the performance of other national systems residing on the
     Agency mainframe will collectively suffer as all contend for
     decreasing availability of limited resources.

  c.  The intensely technical nature  of this optimization work
     requires  a comprehensive understanding of the most intricate
     operating characteristics of RCRIS and BRS.   EPA does have
     some access to relevant technical support under other
     contract  vehicles.   However,  their skills primarily address
     general system level operations.   None currently know RCRIS
     and BRS at a level sufficient to support this activity to
     the degree necessary.

  d.  Delay in  work from lack of access to  fully qualified,  fully
     knowledgeable replacements will be not less than three
     months from the time they become available.

 v. User Support

  a.  Under the CSC contract, EPA funds a national toll-free
     telephone hotline support system for State and Regional
     system users and managers.  Support covers a wide range  of
     activities from requests for copies of documentation, to
     general guidance on how to work with the system, to
     intensive trouble-shooting assistance if problems should
     arise with the system or the data.  The current User Support
     component requires multiple skilled system and data
     technicians on extended shift operations.  Contract
     termination would also disrupt the underlying toll-free
     communications services.  These would have to be re-
     established as part of new contract services.

  b.  This support function would cease immediately upon
     termination of the contract.  EPA has no other avenues to
     provide this support.

-------
B. POTENTIAL DELAYS IN WORK (cont.)

 V.  User Support (cont.)

  c.  Delay in work would vary depending upon the nature of the
     user's requirements.  Routine calls such as requests for
     copies of documents could be handled readily once new
     contract resources would be available.   Delay in effective
     troubleshooting assistance will almost certainly extend at
     least six months from commencement of work.


 VI.  National Training

  a.  EPA has a standing commitment to provide a variety of
     periodic training for the national RCRIS and BRS user
     community.   CSC supports the development of training
     programs and materials,  and is  also responsible for the
     delivery of training at  user sites nationally as well as at
     Headquarters.

  b.  At the present time, EPA is developing new comprehensive
     training initiatives for RCRIS,  and has recently implemented
     new training to support  BRS.  With RCRIS now in full
     production nationally, regular  training plays an
     increasingly important role in  ensuring continuity of
     operations and quality of data.

  c.  EPA has no other avenues to provide comparable technical
     systems training with RCRIS and BRS content.   Contract
     termination would severely disrupt the current progress on
     this important dimension of system support.

  d.  Depending upon when any  hypothetical contract termination
     might occur, delay in training  support delivered to end
     users could easily extend to a  full year from the point when
     new services are available.

 VIII.  Documentation

  a.  Under the CSC (and predecessor)  contract EPA has devoted
     considerable effort and  resources towards developing a broad
     range of documentation to support users, system managers,
     and system developers.  These are living documents which
     require ongoing revision and updating as maintenance occurs
     and enhancements are incorporated into existing functions.

-------
B. POTENTIAL DELAYS IK WORK (cont.)

 VIII.  Documentation (cont.)

  b.  Beyond existing documentation,  EPA has identified the need
     to develop and implement a new series of documentation tools
     which will assist non-technical program managers in making
     better use of the information available in the databases.
     Initial activity is currently underway on this phase of new
     documentation development.

  c.  These new initiatives in particular require the services of
     technical writers who also have a practical understanding of
     the kinds of information requirements and requests faced by
     RCRA program staff and managers.   This requires an in-depth
     knowledge of complex data requests and the ways in which
     information products may be used for program management and
     operational purposes.  Successful documentation tools must
     reflect an astute awareness of technical issues,  data
     structures, and program activity, and communicate
     information in a manner that will be clear to people who may
     not necessarily be skilled in system issues or terminology.

  d.  EPA does not have a pool of technical writers with extensive
     knowledge of both RCRA information and RCRA systems who
     would be able to assume this work.

  e.  Delay in documentation work will range from a minimum of one
     month from availability of new contract resources (in cases
     involving simple insertions and updates to existing
     documentation)  to over a year for new documentation
     initiatives and the more complex products involved with
     technical and system level documentation.

 IX.  Database Management

  a.  RCRIS and BRS operations involve extensive updating and
     complex movement of data among different dimensions of
     multiple databases.  Careful administration of system
     security is also critical not only for general principles of
     good system management but also because RCRIS contains
     enforcement sensitive data.  Regional EPA staff generally
     manage the majority of day to day system administration
     activities in cooperation with a national Database
     Administrator who has the responsibility for overall system
     management and security policies and procedures.

-------
 B.  POTENTIAL DELAYS  IN WORK  (cont.)

  IX. Database Management  (cont.)

  b. CSC provides essential  operational support for database
     management  functions.   These activities are closely tied to
     User Support and System Maintenance functions, but involve
     separate and distinct hands-on dealing with database files
     which are not routinely part of those other activities.
     Given the newness of RCRIS and BRS and the varying degrees
     of user skills, these database management activities
     supported by CSC have been absolutely critical to the
     ongoing operations of the systems.  This support is
     particularly critical during periods of intense updating
     (for instance in relation to quarterly STARS updates).

  c. Delay in work for these absolutely critical functions will
     be non-trivial.  It is  unrealistic to assume a new
     contractor would be able to take on these activities at a
     full performance level  right away, given the scope of the
     databases involved and the nature of the operations which
     occur.   An individual with a requisite general knowledge and
     skills (even at a high level)  would still require
     significant time to become fully adept at the
     responsibilities of the position.   It would almost certainly
     take at least six months from commencement of new contract
     support before work could be taken on at the current level
     of performance.


C. CONCLUSION

     The result of CSC contract termination at this point will
     mean near complete disruption of regular operations for
     national RCRA information systems for nearly two years, and
     from that point an additional one to two years before a
     point has been reached which would be comparable to current
     operations.

-------

-------
    'f
     \
             UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                        WASHINGTON, D.C. 20460
                       DRAFT
                                                     OFFICE OF
                                            SOLID WASTE AND EMERGENCY RESPONSE
MEMORANDUM

SUBJECT:  OUST's Contracts Management

FROM:     David Ziegele,  Director
          Office of Underground Storage Tanks

TO:       Judy Kertcher,  Director
          Resources and Information Management Staff
          Office of Solid Waste and Emergency Response

     In response to your  March  17, 1992 memorandum regarding
management of contracts,  attached  is OUST's submission.  First,
we attach a table which lists each of our contracts and includes
the following information:   the general area of support;
beginning and end dates of the  contract; name of the project
officer; the total capacity of  the contract and amount funded to
date; and principal work  assignment managers (where applicable).
Second, we have addressed the remaining issues, such as internal
controls, vulnerabilities,  etc., in bullet format, beginning on
the second page of the attachment.  Finally, OUST's
representative to OSWER's Quality Assurance Team is Karen
Ellenberger.

     Please call Karen (at 308-8862) or me if you have any
questions regarding the information we've submitted regarding
OUST's contracts management.

Attachment
                       DRAFT
                                                        Printed on Recycled Paper

-------
                                   Contractors to the Office of Underground Stor
 'LIST CONTRACTOR
 .'ONTRACT NO.

 CF Inc.
 Iconomics
 .8-W9-0082
GENERAL AREA
OF SUPPORT

Analyses of costs,
economic impacts &
benefits of policies
and action pertaining
to UST and LUST
programs.

Provides technical,
programmatic,and
institutional assis-
tance in implementing
UST and LUST programs.
Work is focussed in
three priority areas:
state program approval;
leak detection compliance
and enforcement; and
corrective action.
Midwest Research   i.d.  and  evaluate
CONTRACT
BEGIN/END OF

10/1/89-9/30/92
 PROJ.  OFFICER

 Stephanie  Bergnu
 308-8879
 CF Inc.
 implementation
Support
,8-WO-0024
5/25/90-5/24/93
 Brenda Smith
 308-8870
                           3/1/90-2/28/93
Institute(MRI)
Technical
68-WO-0015
Nancy Low &
Associates(NL&A)
Comm. & Mktg.
Support
68-WO-0030
 methods  and  techno-
 logies to prevent and
detect leaks from USTs
and perform corrective
action after leaks.

Support  for market
research and analysis,
preparation of communi-
cation plans and marketing
strategies, production
and distribution of
outreach materials,
and project evaluation.
                    Vinay Kumar
                    308-8872
6/29/90-6/30/93
Debbie RutherJ
308-8864

-------
                        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

-------
     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 remedial 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

-------
                              Issues

     OUST's issues focus primarily on a few areas where we would
like to see improvement in some of the services EPA's Procurement
and Contracts Management Division (PCMD)  provides to us.  In
particular, PCMD should:

     work to improve its turnaround time in processing routine
     contracts management paperwork:   we have experienced
     excessively long delays in PCMD's processing of our work
     assignments, modifications, work plan approvals, procurement
     requests, and requests to exercise options

     strive to decrease the high turnover rate in contract
     specialists and hire contract specialists with more
     experience and familiarity with  contracts issues

     improve PCMD's training

     o    training to certify work assignment managers and
          project officers needs to be offered more frequently to
          accommodate demand, and should  provide additional
          practical information on responsibilities and duties of
          project officers and work assignment managers

     strengthen existing outreach efforts and develop more
     formaI/routine communications systems from the contracting
     specialists/officers to program  project officers to ensure
     program offices are kept abreast of  contract management
     issues, such as recertification  requirements,  changes to
     procurement requirements, PCMD's expectations, etc.
                Vulnerabilities Already Declared

     none



                    Potential vulnerabilities

     a few of OUST's work assignment managers are not certified

     o    as training is available, these work assignment
          managers will participate in the training and obtain
          official certification

     OUST currently has a video consultant co-located on site two
     days per week; however, we have justified her presence to
     PCMD, received PCMD's approval for her to be on site, and

-------
have modified the contract appropriately.  Additionally, we
have clearly identified her as a consultant to staff.
               Major  Contracts  in Regions

OUST's contracts are managed in Headquarters; however, the
Regions do access our contracts via work assignments.  All
controls in Headquarters are applied to Regional work
assignments.  In addition, Regional work assignments require
approval of Regional management as well as Headquarters'
management.

o    the scope of work in OUST's contracts expressly permits
     use of the contracts by the Regions
       Plan  and  Schedule for Comprehensive Review

beginning in April (through the end of June),  OUST will
review our four contracts  to ensure they are being managed
correctly and appropriately,  and to identify potential
vulnerabilities and activities to remedy our deficiencies

o    PCMD performed an in-depth "Blue Team"  review of our
     contracts in January  1991.  They verbally debriefed us
     on their findings; however, they never  developed a
     written report.   OUST held follow-up meetings with our
     contractors to review the findings and  identify ways to
     improve.

o    PCMD performed a follow-up review in January 1992 and
     will submit a written report to OUST.   OUST will meet
     with PCMD to discuss  their findings, meet with
     contractors to review the findings, and identify
     remedial action to improve deficiencies.
           Impact of  CSC  Contract Termination

OUST uses the CSC contract to access ATLIS, a subcontractor
to CSC, who provides us with distribution management
services

o    DOPO:  Beverly Thomas
o    amount of funding:  $130,000 for FY92
o    time needed for transition:  2 to 4 months if we begin
     to use EPIC; up to 1 year if we have to recompete

-------
potential delays in work:  need time to set up an
alternate mechanism and transfer inventory from ATLIS
to that mechanism
termination of the CSC contract (and our access to
ATLIS) would severely impact the Regions, States, and
regulated community as there would be no warehousing of
large quantities of publications and no distribution
capability in place to respond to continuing requests
for information

-------

-------
                UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                          WASHINGTON, D.C.  20460
                             APR I 3 ice?
                                                         OFFICE OF
                                                SOLIO WASTE AND EMERGENCY RESPONSE
MEMORANDUM
Subject:  Contracts Management Review
                                     <
From:     Sylvia K. Lowrance, Director
          Office of Solid Waste     J*-

To:       OSW Division Directors
          OSW Deputy Division Directors
          OSW Branch Chiefs
          OSW Section Chiefs


     These past few weeks, several  articles/reports have  appeared?
in the news media criticizing the management of contracts within  }.
EPA.  The Administrator and Assistant Administrator for
Administration and Resources Management have both expressed
concerns about the contracts management culture within the
\gency.  In this regard, the Administrator has asked all
management within the Agency to assess present and potential
contracts management problems falling within their purview.  An
Agency-wide task force also has been established to identify and
address contract management issues  within the Agency.

      I consider proper contracts management one of our highest
priorities.  We have made significant progress in improving
contracts management during the past few years.  The recent
criticisms of the Agency in the contracts area only reinforce  my
desire to continually improve our own contracts management
functions.

     In performing our own internal assessment in response to  the
Administrator's request, several potential vulnerabilities were
found, two of which I believe are relatively major.  First,  I
want you to examine your performance standards and modify them,
as appropriate, to more clearly articulate your responsibilities
in managing and overseeing the contracting process.  Attached  is
a copy of a generic performance standard I want you to use as
guidance in modifying your own standard.  Cheryl Barton  is
available to give you advice if you need it.  By April 30th, I
would like you to give Cheryl a copy of your standard as  it
relates to your particular contract management responsibilities.

     A related, but larger concern  of mine, relates to the
 risibility and attention given to contracts management by OSW
                                                           Printed on Recycled Paper

-------
management.  While we have a Project Officers' work group to
address OSW-wide contract issues, we do not have in every
Division, quality action teams to address contract management
issues/problems unique to each Division.  To me, a truly
successful organization needs such a team in place to continually
address contracts issues, particularly an organization like OSW
where we rely heavily on contracts to accomplish our mission.
Therefore, I am asking you to establish a quality action team or
workgroup, if you have not done so already, to address new or
existing contracts management issues or concerns.  This team
should consist of Project Officers, their supervisors,
representative WAM's or DO/PO's from each Section and/or Branch,
and one senior manager; i.e., Division Director or Deputy
Division Director.

     Finally, each QAT or workgroup in a Division should provide
me by June 30th, a summary of findings and recommendations
associated with the following areas:

           1.  A review of all contracting activities within your
               Division to ensure compliance with EPA ORDER
               1900.2 regarding prohibited and sensitive        :
               contracting activities.                           j

           2.  A review of all controls to strengthen sensitive
               contracting activities.

           3.  A review of all accountability mechanisms in place
               to ensure that all parties understand their
               respective roles/responsibilities in the
               accountability process.

           4.  A review of contracts implementation procedures to
               ensure compliance with all OSW standard operating
               procedures as outlined in Nuts & BOLTs .

           5.  The identification of training and information
               needs on contracts management in each of your
               Divisions.

           6.  A review of each Division's overall contracting
               strategy in light of possible changing program
               needs and demands.

     We have a lot to be proud of in OSW with respect to
contracts management.  This is an area, however, where we can not
rest on our past accomplishments.  I am counting on you to follow
through on my requests.  We will be better professionals and a
better organization for doing so.

Attachment


cc:
                                      Pfis

-------
                      Office of Solid Waste

          Suggested Performance Standard for OSW Managers

Adjust these as appropriate to your specific
role/responsibilities.

     Assumption;  Knowledgeable and informed of Government,
     Agency and OSW-specific policies and procedures regarding
     contracts and their management.

     Standard;  Provides oversight in the management and
     administration of contracts through the following
     activities:

     o    In coordination with Branch and Division program
          priorities,  establishes and implements annual
          contracting strategy for Section and/or
          Branch/Division.

     o    Ensures all staff,  as appropriate,  performance
          standards contain contracts management and contracts
          administration performance criteria.

     o    Ensures that Section/Branch/Division  staff are
          appropriately trained to manage work  assignments,
          delivery orders and/or contracts.  Provides continuous
          opportunities for experienced and  new staff within the
          Branch/Division to  continually update and increase
          their knowledge and skills in handling contracts-
          related operations  and management.

     o    Carefully reviews work assignment  requests to ensure
          that work reflects  technical scope, schedule and budget
          estimates and appropriately fit within
          Section/Branch/Division program priorities.

     o    Routinely reviews work assignment  tasking against
          obligations, and rate of expenditure  of extramural
          dollars against obligations.

     o    Routinely meets with Project Officer  to review
          financial and tasking status of contracts, and status
          of problems and/or issues of concern.

     o    Ensures an overall  balanced approach  to meeting
          technical as well as administrative requirements of
          managing work assignments, delivery orders and/or
          contracts within Section/Branch/Division.

-------

-------
MEMORANDUM

SUBJECT:  Submissions on Contract Management
From:     Elaine Stanley, Deputy Director
          Office of Waste Programs Enforcement

To:       Judy Kertcher, Director
          Resources and Information Management, OSWER

     Attached please find information in response to your March
17 memo on contracts management.  I have organized the so-called
March 24 submissions by the seven bullets of your attachment 1
but have some comments to add on each of the bulleted response.

     Attachment 2, Part l: List of all contracts, etc.  The disk
is available if you would like it.

     Part 2: Summary of existing internal controls for contracts
managemenr.  In addition to the controls shown in the attachment
which are drawn from our FMFIA plan,   OWPE also has some
significant institutional controls on the use of contractors
stemming from our role as an enforcement organization.
Additional steps that we have taken include:
     -Stringent hiring criteria for people managing contract
activities.
     - Adherence to and exceedance of Agency guidelines for
training.  All designated WAMs have attende the contract
administration course and OWPE has held our own WAM training
sessions over the last two years to provide additional guidance.
especially on conflict of interest, to staff and managers.
     -Measures that stress good contract management and control
are required elements of performance agreements for all project
officers, work assignment managers and their supervisors.
     -Emphasis on constant review of proposed work assignments
against the the 1991 EPA order on contracting.
     - An OWPE-specif ic form  on organizational conflict of
interest/vulnerability assessment to be used by managers and WAMs
to identify potential problem areas and to resolve them.
(Memo attached)
     - An oft-stated disinclination on the part of the Office
Director and Deputy Office Director to the use of contractors
that has minimized this office's reliance on them and vigilance
in managing then.


     Part 3: Identify any vulnerabilities.  OWPE has not declared
any vulnerabilities office-wide in the area of contracting.

     Part 4: Identify potential vulnerabilities.  (1) OWPE is

-------
taking another close look at the day-to-day use of contractors
with particular attention to participation in meetings.  Plans
were to include contractors at meetings discussing the corrective
action plan guidance and on the RIP.  OWPE will take extra time
before the meetings to outline roles for the contractors who will
be present and then after the meetings to give direction as to
written products required.  All this will be documented.   (2)
OWPE continues to be concerned about regional use of contractors
in certain enforcement support activities.  I attach an earlier
memo on this subject. (3) A third potential area is contracts
management and staff turnover.  Although turnover has slowed
down, it is important to remain vigilant to the needs of new
WAMs, managers and employees in general for training and
refreshers on conflict of interest and good contracts management
practices.


     Parts 5 and 6:  Overseeing major regional contracts.  The
attachment from Walt DeRieux explains some of the day-to=day
activities that the Zone Project Officers.  These measures are
also exercised for the RCRA part of the regional TES contracts.

     Part 7:  Potential impact of termination of TOSS.   OWPE has
two current delivery orders under the TOSS contract.  One of the
delivery orders are for CERCLIS-related work, for enforcement-
related modifications to the software and for SETS operations and
enhancements.  The other is for the daily operations of the
TESWATS system, a computer-based tracking systems that assists
POs and COs in preparing, processing and managing TES work
assignments.  This delivery order requires 3 onsite contractors
who are located at the Fairchild building near PCMD.  In addition
to these two delivery orders, OWPE also puts funds in two
national delivery orders under the TOSS which provide for
regional data entry and ADP services; the DOPOs for these are in
OSW and OERR.  Termination of the CSC contract would
substanitally impact the enforcement information management
needs.  All work currently being done would have to be
transitioned to another contractor.  Our experience has shown
that a new contractor coming up to speed can take as much as 6
months after coming on board.
     In addition to this current use of CSC, OWPE had a delivery
order with CSC to do work for the cost recovery program.  That
order was terminated due to CSC's poor performance; it was also
one of the ones looked at by the IG.  I attach our response to
the IG's report for your reference.  Finally, OWPE had proposed
recently to initiate a delivery order with CSC to provide support
for the export-import notifications database but we have decided
not to pursue this further.


cc: Rich Guimond

-------
                                         Attachment  I,  Part  1

                         List of Contracts that OWPE Participates in
Popular
Name of Contract

Headquarters TES

RCRA Implementation

TOSS
Regional TES
Contracts
TES V
TES VI
Contractor

DPRA

A.T. Kearney

CSC


Booz, Allen & Hamilton   OARM

Cadmus                   Water Enf
COM
Alliance Technologies
Placement
Office
OWPE
OSW
OARM
Project
Officer
Marlene Lemro
Alan Pearce
William Cherry
OWPE
WAM
List Attached
Jack Jojokian
Rose Harvell
                                                                              Chris Nugent

                                                               Vicki Bailey   Luis Troche

                                                               Ron Coleman    Frank Biros
Mary Grealish, Reg 1
Cathy Moyik, Reg 2
TES VII
TES VIII

TES IX
TEX X
TES XI
TES XII
COM
Dynamac

PRC
Metcalf and Eddy
SAIC
PRC
Donna McGowan, Reg 3
Ken Meyers, Reg 4

Eva Howard, Reg 5
Gail Nabasny, Reg 5
Karen Hartis, Reg 6
Maureen Hunt, Reg 7

Sam Marquez, Reg 8
Judy Walker, Reg 9
Peter Rubenstein, Reg 10

-------
Popular
Name of Contract

RCRA HQs TES
Wic
Contractor

Booz, Allen & Hamilton   OWPE
RCRA Implementation    PRC
Pollution Prevention   Battelle
Unisys
Placement
Office
                                                OSW
                                                ORD

                                                NDPD

                       Booz, Allen & Hamilton   OERR
Proj ect
Officer
OWPE
WAM
                                                               Billie Perry   List Attached
                                                               Linda Kertcher
                                        Allen Perce


                                        John Buckle

                                        Ted Harris
                                                OARM
                              Billie Perry
                              Karin Leff

                              Davis Jones

                              Phyllis Donohue

                              Oarlene
                              Williams

                              Gwen Wilder

-------
                          Headquarters TES
                 Principal Work Assignment Managers
Marlene Lemro
Jim Woolford
Walt De Rieux
Amy Legare
Luis Troche
Rose Harvell
Frank Biros
Scott Blair
Renee Wynn
Ben Hamm
Chris Nugent
Sven Eric Kaiser  (OSWER)
Fred Seitz
Karen Hartis
Arthene Pugh (OE)
Jane Stieber (OSW)
Bruce Pumphrey
Cindy Byron
Chad Littleton
Billie Perry
                       RCRA Headquarters TES
                      Work Assignment Managers
Linda Kutsher
Ellen Epstein
Bob Small
Melissa Ward
Jim Thompson
John Dombrowski
Tracy Back
Billie Perry
Jeff Kelly
Darlene Williams
Rose Lew
Ellen Kandell
Mickey Post
Barry Korb
Rick Colbert
Kate Anderson
Shelly Fudge

-------

-------
             UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                       WASHINGTON. D.C.  20460
                       AUG  I 0 1990
MEMORANDUM

SUBJECT:  OWPE Directive - Contracting, in OWPE

FROM:   /T^ruce M. Diamond,
        •7 Office of Waste Programs Enforcement       \

TO:       OWPE Staff


     In recent months  considerable attention has been paid to EPA's
use of contractors. A number of  initiatives are being implemented
to assure compliance with applicable laws and regulations  and avoid
an appearance that contractors are  not  being  used for legitimate
reasons.

     To  accomplish these  goals  I  am   requiring the  following
procedures for all work assignment managers.

1.   All work assignment managers must complete both the three-day
contract  administration course  offered  by  PCMD  and   the  OWPE
seminar.

2.   All  project   officers,  work assignment  managers and  their
supervisors will have  a measure in their FY91 performance agreement
that stresses good  contract management and control. Draft language
from  Chapter 1  of the  Contracts Management  Manual appears  as
Attachment A.

3.   Before submitting a work assignment form,  each work assignment
manager must read  EPA Order  - Contracting at EPA  (The draft order
is Attachment B) to understand  the difference between prohibited
activities  and  vulnerable  activities.   There are  17  prohibited
activities  for  which  there  are  no exceptions and  15  vulnerable
activities for which a justification must be written to explain why
the work  cannot  be performed  internally and to  ensure  that the
final product is unbiased and represents Agency thinking;.

4.   For each new  or revised work assignment for  an OWPE contract
an Organisational  Conflict  of  Interest/Vulnerability Assessment
must  be  completed  (Attachment  C)   and  attached  to   the  work
assignment  form.    The purpose  of  this  form is  for  the  work
assignment  manager to  identify  potential  problem areas  and to
specify  ways  of  dealing   with  them.     Although  it  is  the

-------

-------
                      Attac.-.me.-.t  A
                 -Position  3escnc:
      rreoires  the crccurerr.er. t  recuest  raticr.ale cccu.~e.~t i.~
a	^^-.-s W 1 t.~.  t.~.e  Contracts  M s.~.£r 5.T.S ~. -  /'=."_£'  "Cr 3-C.7' =r' ".
crccure.-er.t request,  tr.e  Statement  cf  WcrX,  tr.e  esc-.-iti::
cudget, tr.e ;ustificaticn  fcr other  than  full  ar.c  ccer.
c c rr.c et^zicr. 'if  r.ecessar*''}/  t.~. e  evaluation  criteria  » i f
necessarv';, tne  justification fcr providing  governr.ent property
to a  contractor  (if necessary),  the  delivery schedule,  period
of performance,  and reporting schedule.

2.  Performs the technical evaluation  cf  proposals  in  accordance
with  tne Agency's source evaluation  and selection  procedures.
This  includes the initial evaluation cf technical  proposals,
tne evaluation of best and final offers,  and the evaluation
of cost proposals to determine cost  realism.   For  procurements
over  50Ck, recommends the selection  cf individuals  on  a  tecnnical
evaluation panel for the evaluation  of proposals in accordance
witn  tne procedures in £?A Acquisition Regulation  (SPAAA).
Serves as chairperson over the activities-of those  selected or.
the technical evaluation panel.

3.  Monitors the cost, management, and overall technical
performance of the contract after award.  Reviews and  reconnnends
approval or disapproval of work assignments  which  are  generated
under the contract to ensure that the work is within the  scope
of the contract. Ensures that the key personnel clause is
adhered to by the contractor throughout the  period  of
performance (where applicable).  Ensures  that  the  appropriate
appropriation/accounting data is present  on  the original  worx
assignment so that the finance office can properly  disburse
funds.  Ensures  that proper procedures are followed and
clearances are obtained for the use  of any additional  consultants
and/or subcontracts which may be needed to perform work  on  the
contract.  Notifies the Contracting  Officer  of any  potential  or
actual conflicts of interest occurring within  the  activity  of
the contract. ., Reviews and recommends  approval of  vouchers  for
payment.  Ensures that the Agency's  multiple appropriation
policy is properly adhered to.   Issues technical direction  to
the Contractor where permitted by the  contract.  Inspects and
recommends acceptance or nonacceptance of contract deliverables,
including the preparation  of comments  on  any -draft submittals.
Notifies the Contracting Officer of  any failure  by the Contractor
to meet delivery dates or  any other  terms and  conditions of; tne
contract.  Also  notifies  the Contracting  Officer when  the
Statement of Work or  contract terms  and conditions need  to  be
modified.
                             A-l

-------

-------
sue cert  - -- -  ar.c  ccer.  competition.
a.r.z  in ad ecu a te ly  detailsc  -err.r.ical evaluations wr. icr. a:
ir. ccr.i~rTr.ar.ce  wi-.-  tr.e  .-.cer.cy's  source evaluation ir.z
selectier. procedures.  Technical  evaluations ar.c source
selecticr1. res cc ~s ic ili t i. s s  are ~cc  cericrr.ec w.tr. i.~. ".*•=
cresericec ceaclir.e  estaelisr.ed by  tr.s supervisor.
zecr.r.i.eal eireeeier.  fer  cer.traeeer eereerrr.ar.ce wr.ier. v.ll
er.sure  ..-.e C-cverr.-e--  receives  er.e crce-ccs er services
purer, as ee.

Cu~s ear.dir.c :   E5"aclisr.es . reliaele ~ar.acer.er. t reecrcs ar.d
ce.^r.ur.icaeicr.  r.ecworxs whicr.  can  forecast witr. 95^ accuracy
(or "ore) er.e  wcrx or  eos e  status of  tr.e contract upcr.
request of tr.e supervisor or  Contracting Officer.  Always
initiates prccer actions  to control costs,  ensures that an
appropriate laocr mix  xs  maintained (where  applicable),
wcrx is performed within  the  scope of  the contract,  advance
clearances are ootained  for additional  subcontractors and
consultants,  that tr.e xey personnel clause  in the contract
is strictly adhered  to, and reasonaole  deadlines  are always
met by  th.e contractor.  Always  ensures  that the Agency's
multiple appropriations policy'  is strictly  followed.   Always
informs the supervisor and Contracting  Officer_of potential
conflicts of interest or actual conflict- of interest in
the contract as soon as  the faces are discovered.  Always
notifies the supervisor and Contracting Officer of any
failure or violation of  the teems and conditions  established
in the contract.  Always assists  in the timely close cut of
che completed  contract by providing the proper close out
information to the Contracting  Office within one  week of
request for such information.   Always provides precise,
timely, and appropriate  information to  the  Contracting
Officer which  assists  in  appeal actions,  protests, or any
default actions taken  by  the  Contracting Officer  (where
applicaole) .  •

Fully  Successful:  Establishes  management records and
communication  networks which  can  forecast with 90% accuracy
(or more) the  work or  cost  status of  the contract upon
request of the supervisor or  Contracting Officer.  Initiates
proper  actions to control  costs,  ensures that an appropriate
labor  mix is maintained  (where  applicable), work is performed
within  the scope of  the  contract  with  few (if any) objections
registered by  the Contracting Officer,  ensures- that
advance clearances are obtained for additional subcontractors
and consultants, that  the key personnel clause in the contrao'
is strictly adhered  to,  and ensures that reasonable deadlines
are met by the contractor.  Ensures that the Agency's
multiple appropriations  policy  is strictly followed.
Informs the supervisor and  Contracting  Officer of potential
conflicts or actual  conflicts of  '  »rest in the contract
within one day after the  facts  are discovered.  Notifies

                           A-3

-------

-------

                         Attachment 3
                    -Position rescripticn-
              Ccr.^racts X"cr;< Ass ,;r.:r.er. t Manager
c: wcr:< frr tr.e wcr:< ass :—_T.er.t  is wi-:-.i-  t.-.e  general  sc:;e
cf -'cr<- for tr.e overall contract.  C-tai.-.s  the  prcper  iur.di.-.g
commitments to fund t.-.e work assignee.".'  (if  necessary!.   3evelcps
tne government' s work estimate identifying  the  level of  effort
required to complete tr.e work assignment as  necessary.   3eter?.i.-.es
tr.e appropriate appropriation/accounting data  applicable  to  the
work assignment to aid the Finance Office  in properly  discursing
funds.  Ensures that the Agency's policy on  tr.e use of multiple
appropriations is complied with.  Calculates the  numoer  of work
years needed,  the proper labor mix, the project schedule  and/or
milestones, reporting requirements/ travel,  any government
property or equipment, and any other information  which the
Contracting Officer or contractor properly needs  to understand
the work requirement being issued.

2.  Reviews and recommends approval/disapproval of the work  plans
issued by the contractor describing the approach  necessary to
implement the  tasks in the work assignment.  Recommends  approval
/disapproval of any aspect of the proposed work assignment budget
except for the costs already established by  the contract  (fringe,
overhead rates/ G&A, and fee).  Ensures 'that any  consultants or
subcontractors identified in the work plan have been properly
authorized by  the Contracting Officer to perform  work on  the
contract.

3.  Monitors and oversees the performance of the  work  assignment.
Provides the necessary government technical  direction  to  the
contractor.  Reviews all vouchers submitted  by  the contractor  for
payment against the appropriate work assignment and recommends
approval or disapproval through  the Project  Officer.   Reviews  all
progress reports submitted by the contractor on the work  assignment
in order to properly monitor and control costs  as well as ensure
contractor performance and use of proposed  personnel.  Identifies
and reports any subcontractor, cost, performance, or conflict  of
interest problems to the Project Officer.   Reviews and recommends
approval or disapproval of all deliverable  products submitted  by
the contractor under the work assignment.   Submits a final  report
to 'the Project Officer on overall contractor performance, a
summary of costs'incurred, and a summary of  the tasks  performed.
                                 B-l

-------

-------
      supervisor.   .-rccer acccuntir.g/apprcpr lat icr. :ata :s _s_ally
      net identified nor sufficient funds secured to fund tr.e
      requirement,   "ails to ensure that the Agency's policy c-.
      multiple ar prcpriaticr.s is strictly complied w.t'n ens cr ^.cre
      tir.es.   Calculates (with less tnan 5G% accuracy1  government
      estimates w n i c n identify t r. e c r c c e r 1 a c c r r. i :< needed ~,~

      to ce transferred :r obtained, and anv ether, rests i.-.vclvei
      Objective * i:   -0 provide tecnnica. monitoring over contractor
      cerfcrmar.ee which will ensure that the government receives
      the products or services purchased in the work requirement.

      Cuts t and i.-.g :  Always maintains reliaole management reccr.s in
      order to accurately access the wcr< or cost status ef the
      wcr< assignment (with 95% accuracy or more;  upon request cf
      the supervisor or Project Officer.  Always initiates proper
      actions  to control costs, to ensure contractor performance,
      to meet  established milestones,  to obtain advance clearances
      for subcontractors and consultants,  to ensure proper utilization
      of contractor  personnel, and to  ensure that work performed is
      within tne scope of the contract.   Always identifies and
      reports  any performance or conflict of interest problems to
      the supervisor and Project Officer.   Always accurately
      evaluates contractor products/deliverables without any errors.
      Submits  a final report to the supervisor and Project Officer
      within one week of project completion identifying overall
V     contractor performance, a summary  of cos.ts incurred, and a
      summary  of the tasks performed.

      Fully Successful:   Maintains adequate management records in
      order- to reasonably determine the  work or cost status of the
      work assignment (with 90% accuracy or more)  upon request of
      the supervisor or Project Officer.  Takes proper actions to
      control  costs, to ensure contractor performance, to meet
      estaoiished milestones, to obtain  clearances for subcontractors
      or consultants, and to ensure proper utilization of contractor
      personnel, and to ensure that work performed is within the
      scope of the contract.  Promptly reports any cost, performance,
      or conflict of interest problems to the supervisor and Project
      Officer.  Evaluates" contractor products/deliverables with few
      (if any) errors.  Submits a final  report to the supervisor and
      Project  Officer within two weeks of project completion identi-
      fying overall contractor performance, a summary of costs- ..
      incurred, and a summary of tasks performed.

      Unsatisfactory:  Usually does not  maintain adequate management
      records  and cannot reasonably determine  the work or cost
      status of the work assignment (.with 90% accuracy) upon request
      of the supervisor or Project Officer.  Fails  to  take proper
      action one or more times to control costs, to ensure contractor


                                   3-3

-------

-------
                           DRAFT
 ATTACHMENT B


                       CONTRACTING AT F?
      -';~?C5i.  This Order establishes Agency policy regarding t.-.e
      a~ctir.g~for certain sensitive services at EPA."
                  EPA relies r.aavilv en
Nearlv every _?A employee is ir.vcivec. vicn t.~e ccr.'racz.r.r
ccr.-uni.ty  in one way or another.  Thus,  in a very real ser.se,
most EPA employees, including senior management,  can ce
considered contract managers.

     Agency responsibility and accountability begin when a
decision is made to use contract support.   And,  having accepted a
final product fron a contractor, EPA becomes responsible for its
content and for how it may be used in reaching Agency decisions.

     The extent of the Agency's contracting coupled with its
regulatory nature,  create a strong potential for conflict of
interest with members of the contracting community.   This problem
is magnified when a limited number of contractors provide support
in a variety of potentially sensitive areas.   EPA must consider
these facts when developing its contract requirements.   It must,
be judicious in deciding the most effective ways  to use its
contractors and look for ways of reducing the potential for
conflicts of interest.   And, once a contract is  awarded,  EPA must
play a proactive role in ensuring a final product that is
unbiased and represents Agency thinking.   The final product
provided under a contract may assist EPA in reaching a decision;
however,  a contractor should not make the decision for the
Agency.

     OMB Circular A-76 defines inherently governmental activities
as those "being so intimately related to the public interest as
to mandate performance only by Federal employees."   To protect
EPA's credibility,  Agency employees must ensure that inherently
governmental activities are performed only by EPA employees.

     NOTE:  For purposes of this Order,  "active contract
     managers" are defined as Project Officers,  Deputy Project
     Officers^Work Assignment Managers, Remedial Project
     Officers, On-Scene Coordinators, and Delivery Order
     Officers.  "EPA managers" consist of senior management not
     directly involved in contract management.         .  .

3.   POLICY.    .                               '

     a.  EPA will not allow any of the following to be performed
under its contracts:

           (1)  The actual preparation of Congressional testimony.

               Although it  is permissible  for a contractor  to
          perform basic research and retrieve factual data  for
          the Agency in its development of Congressional

-------

-------
                          DRAFT
          ensure the reliability of any assumptions,  options,
          opinions, or recommendations the contractor -ay have
          made.  In all cases,  there should be a clear record
          that the contractor's work was carefully reviewed  and
          that -final decisions  were made by Agency personnel.
          The appearance of "rubber-stamping"  seriously
          _r. is r~ir.es cue lie trust.

          (5)  Participating as a voting member on a  Perfcrr.ar.ce
Evaluation Board; participating in and/or attending Award Fee
meetings.

               The assignment of an evaluation score  and  the
          making of recommendations of prof it/fee  payments by cr.e
          contractor for another are clearly conflicts of
          interest.  All functions  relating to the decisions of
          award fees are inherently governmental and  should be
          performed exclusively by  Agency staff.   However,
          contractors may provide specialized  technical expertise
          as input to the Board prior to the actual evaluation
          meeting discussions.   The key determining factor is the
          nature of the support;  in all cases,  it  should  be non-
          judgmental,  i.e.  free from opinions  regarding the
          quality of a contractor's performance.   For
          confidentiality reasons,  no contractor may  be present
          during the Board meeting.   Any opinions  expressed as
          the result of a Performance Evaluation Board should be
          those of the Government.   Additionally,  due to  the
          subjective and confidential nature of the Board
          reports,  their typing should remain  an in-house
          function.

          (6)   Preparing Award  Fee  letters,  even under typing
services contracts.

               Because Award Fee letters contain significantly
          sensitive and confidential information that could
          possibly have a detrimental effect on a  firm's
          reputation, it is inappropriate to allow outside
          entities, even those  contractors performing typing
          serv^es, access to such information.

          (7)  The actual preparation of Award Fee Plans.

               This is an inherently governmental  function that
          details th« discretionary and judgmental decisions
          behind the process the Government will be using in its
          evaluation of a contractor's performance.  It would be
          inappropriate for any contractor to advise the Agency
          on what should be important to it.  Provided that  all

-------

-------
                        DRAFT
          issuance  forms.  This prohibition does not restrict
          contractors from preparing work plans which are,  in
          fact, their own responsibility.

          (11) " On behalf of EPA,  actually preparing responses
       rerrrts  frcn the Inspector General, General Accounting
      >  cr ether auditing entities
                               and

           (12)  On behalf of EPA,  preparing responses to
Congressional correspondence.

               Both of these items are analogous to the situation
          discussed under Item (1),  above.   Although it is
          permissible for contractors to perform in a research  cr
          fact-finding capacity,  the final  document should  be
          produced by EPA personnel  to ensure that  it is  free
          from outside bias and that it truly represents  Agency
          thinking.

          (13)  The actual preparation of responses to Freedom  of
Information Act requests,  other than routine,  non-judgmental
correspondence — in all cases,  EPA  must sign it.

               The key word here  is  "non-judgmental," being
          synonymous with "non-decisional."   We  do  not want
          contractors to decide what is releasable  under  FOIA
          since that is an inherently governmental  function
          involving the interpretation of statutes  and Agency
          regulations.  Recognizing  that some FOIA  work is  non-
          judgmental or non-decisional,  it  is permissible for
          contractors to be used  in  those areas.  For example,
          provided all Agency regulations regarding the release
          of confidential business information (CBI)  and  Privacy
          Act information previously have been followed,
          contractors may be used to collect data for the Agency
          as long as they are not deciding  what  data is
          releasable.  Similarly,  if CBI and Privacy Act
          regulations have been addressed,  contractors may  be
          used"*to redact documents provided that decisions  on
          what to redact are made exclusively by Agency
          personnel.  Questions concerning  interpretation of CBI
          and Privacy Act regulations should be referred  to the
          Office of General Counsel.

          (14)  Any contract which authorizes a contractor  to
represent itself as EPA to outside parties.

               No contract may contain such an authorization.
          There may be times when contractors are assumed to be
          EPA personnel; in order to gain the public's trust and

-------

-------
                          DRAFT
     This justification must be signed by the cognizant Assista.-.t
Administrator, Associate-Administrator, or Regional Administrator
if the reo^iest will result in the award of a new contract.   For
purchases less _than S25,000, the justification must be signed by
a crcrrar. official at least one level above the initiating
office.  If tr.e request is for a particular work assignr.er.t cr
task order under a contract, the justification must be signed :r.e
level _above the Project Officer.  The following are contract wcr.-:
areas necessitating this justification:

          (1)  Budget preparation support including but not
limited to workload modeling,  fact-finding,  efficiency studies,
and should-cost analyses,

          (2)  Reorganization and planning support,

          (3)  Support services such as analyses,  feasibility
studies,  etc. to be used by EPA personnel in developing policy,

          (4)  Regulation  development support,

          (5)  Any support in the in-house evaluation  of another
contractor's performance,

          (6)  Involvement in strategic acquisition  planning,

          (7)  Support on  improving contract management,

          (8)  Providing specialized expertise  in  the  contractor
selection process,

          (9)  Situations  where contractors  share  office space
with EPA employees,

          (10)  Providing  specialized expertise in the
development of Statements  of Work,  Work Assignments, other
contract-ordered tasks,

          (11)  Support in preparing responses to  Freedom of
Information Acfc -requests,

          (12)  Any situation where a contractor has access to
Confidential Business Information and/or any other sensitive
information,

          (13)  Any support involving EPA policy or regulatory
interpretation, such as manning hotlines, attending conferences
on behalf of EPA,  community relations efforts, conducting EPA
training courses,  etc.,

-------

-------
                         DRAFT
                (d)  The requirement to include in all EPA
 managers' performance standards language emphasizing strong
 contract management and control

           ;' 4 ')   Revising the current contract -ar.ager.ent tnir. :.-.r
 classes to ir.clude discussions of this Order.

           (5)   Instituting a one-day contract  management
 refresher course to be taken every three years by active contract
 managers in  order to maintain their certification.

     b.  EPA offices employing contract support are responsible
 for the following:

          (1)  Considering ways to break up requirements for the
 procurement of sensitive services into smaller components,
 thereby reducing the potential for conflicts of interest.

          (2)  Along with the performance standard requirements
 for active contract managers discussed within  the CMM,  including
 in all other EPA managers' performance standards  language,  as
 included within the'CMM,  emphasizing strong contract management
 and control.

          (3)  In accordance with guidance  established  in the
 CMM, requiring active contract managers to  attend the contract
management refresher course once every three years,  in  order to
maintain their certified status.

     c.  All Agency employees are responsible  for the following:

          (1)  Being aware of the content of this Order and
 bringing any suspected violations to the attention of the
 cognizant Contracting Officer.

          (2)  Ensuring that the "prohibited"  activities listed
 in Paragraph 3.a. and the "sensitive" activities  listed in
 Paragraph 3.b. are handled in accordance with  the guidance
 outlined in this Order and the CMM.
                                             William K. -.Reilly

-------

-------
     To the best of your knowledge, does the contractor perform
     work on this subject 
-------

-------
11.  No potential conflict of interest or vulnerability is known
     or if identified, I believe that all reasonable, necessary
     mitigative and control measures will be taken during the
     implementation of the work assignment; therefore, I
     recommend approval:

          Yes              No
Project Officer                                   Date
12.   This assessment must be reviewed and concurred on by the
    ' division director or staff office director of the work
     assignment manager if Item 9 b)  is answered "yes".  I
     believe that all reasonable, necessary mitigative and
     control measures will be taken during the implementation of
     the work assignment; therefore,  I recommend approval:

          Yes              No
Division/Office Director                           Date

-------

-------
                                1, ^^ t


              SUMMARY OF EXISTING INTERNAL CONTROLS
                     FOR CONTRACTS MANAGEMENT

CERCLA  and   R<:RA  Enforcement   Division's   FMFIA  Event  Cycle
Documentation essentially  contain the same language for Contract
Administration   and   Management.     PMSO's  role   in  contract
administration  is  limited to Work  Assignment Managers accessing
various contract vehicles  (TES XIII, TOSS, etc.).

Each Division has four major control objectives:

1)   Ensure designated staff have adequate experience/training
     (Contract Administration course and periodic WAM workshops).

2)   Ensure expenditures  don't exceed  authorized  funding and
     ceilings  and ensure  ceilings for  labor  categories,  labor
     hours, and consultants provided in contract aren't exceeded
     (various monthly tracking systems).

3)   Ensure work is performed  in accordance with contract/delivery
     order/work  assignment  (maintain  and review  files,  reports,
     work plans and meetings with the contractor).

4)   a)  Monitor contract payments to:

     1)  ensure timely and accurate payments to contractor
     2)  ensure proper expenditures by site-specific account number
     3)  ensure payment is made for work completed in satisfactory
        manner according to contract specifications.

     b)  Monitor contractor closeouts to:

     1)  ensure work assignment closeout and de-tasking of remaining
        funds
     2)  ensure timely and accurate payout to contractor and de-
        obligation of remaining funds.

     These objectives are  achieved  through  certifying  quality of
     performance and  completion of tasks, invoices, final payments,
     and detasking funds.

-------

-------
                              - 7 -

necessitated for the following reasons:

     1. CSC chronically failed to respond to the DOPO's phone
calls and written letters and other communications.  The DOPO
advised your staff that he specifically requested a change in the
CSC contact due to the unwillingness of the original contact
person, Mr. Massman, to respond to DOPO calls and communications.
Mr. Massman's replacement, Mr. Proctor, initially showed a
willingness to become more involved, but still failed to respond
to letters and other communications from the DOPO.

     Given the lack of response from CSC and the previously
described importance placed on the output of the Revenue
Projections Model, the only course the DOPO could follow to
fulfill program requirements was direct contact with the
subcontractor.   As indicated previously, complaints to the OIRM
PO or the PCMD CO were unsuccessful.

     2. NMI had greater technical familiarity with the project
due to its prior involvement in the Model's development and
maintenance.  Given the previously described demands on the DOPO
and the informational requests related to the Model's output,
direct contact with the subcontractor was the most efficient path
to achieve the required ends.

     Whenever NMI was contacted directly by the DOPO, CSC was
informed after the fact.

     d. There was difficulty in evaluating CSC invoices.

     As the DOPO pointed out several times in the audit, there
were large time lags between the time period that work was
performed, the time costs were billed and the time in which
invoices were received.  This is not unique to the TOSS contract.
The CO is typically the medium for facilitating greater
synchronization of these documents and  insuring that monthly
progress reports, billings, and invoices properly mesh.  As
mentioned on several occasions this level of coordination was not
achieved with PCMD nor RTP in this case.

     As mentioned-, previously, despite  large time lags between the
date that work was performed, the date  that contractor  progress
reports were received and the date that invoices were received
(often after the  required approval date) , the  DOPO made .every
effort to match up the documents and evaluate  performance, prior
to signing  the invoices.  There were a  few  instances where CSC
had not completed work reported in their monthly progress  report
or performed it unsatisfactorily.   In  these cases, the  DOPO
delayed payment until the work was completed correctly  or
withheld payment  altogether.

     '.\'e would recommend that  OIRM adopt an  approach  like  the  or.-:

-------
                              - 8 -

we use in managing our TES contracts, where contract specialists
provide a high level of support to work assignment managers on
request.

     As discussed in this memo, the problems described—in the
position paper were the result of inadequate communication and
coordination among the contractor, the OIRM. project officer and
the DOPO.  Recognizing that the Division has continuing delivery
orders under the TOSS contract, we will work aggressively to
improve communications among the contractors, TOSS project
officers, and our DOPOs to ensure that current delivery orders
are effectively managed.  This Division is committed to effective
management of contract programs in support of Superfund
enforcement.

     Again, thank you for the opportunity to respond to the
position paper and hope that you will consider my remarks as you
proceed with your audit report.

cc:  Charlene Dunn
     Patrick Gilbride
     Frank Biros
     Fred Seitz

-------
                                          CHPP CONTRACT ACTIVITIES
                                                  March 24, 1<>92
I.  List of contracts in which CEPP participates

Office         Contractor           Title

1. CEPP       ICF, Inc.       Analytical & Tech. Asst
 2. OSW
 3. ERD
 4. ERD
 5. ERD
 6. ERD
 7. OTS
 8. OUST
 9. OIRM
 10. OARM
 11. OARM
 12. OSW
 13. OWPE
 14. OARM
                                         Project Officer

                                         Charlotte Englert
 Booz-Allen
Western
 Ecology & Envt
 Research Appli
 Research Appli
ICF, Inc.
Nancy Lowe
UNISYS
EG&G Dynat.
DDD Public.
LAI
Booz-Allen
AMS
SF/RCRA/OUST/T-3 Hotline
Technical Asst Team (Zone 1)
Technical Asst Team (Zone 2)
Technical Asst Team 8A (Z 1)
Technical Asst Team 8A (Z-2)
Tech. & Analytical Support
Communications & Mktg Spt.
Inf. Mgmt & Support
Security Support Serves
Public. Storage & Distrib.
Information Mgmt
TES III
Information Mgmt
Barbara Roth
Pat Hawkins
Karen Tomimatsu
Greg Wiegel
Jennifer Maloney
Paul Tobin
D. Rutherford
Don Fulford
Phyllis McLarney
Earl Eastwood
Carlos Lagos
Rick Colbert
Donald  Wright
                                               WAM/DOPO

                                               Tony Jover
                                               Lea Anne Gleason
                                               Ken Stroech
                                               Kathy Jones
                                               V. Rodriguez
                                               Mary Greene
                                               John Ferris
                                               Coriolana Simon
                                               John Gustafson
                                               Sherry  Fielding
                                               Dorothy McManus
                                               Lyse Helsing
                                               Kathy  Bishop
                                               David Chung
                                               Craig Matthiessen
                                               Kim Jennings
                                                Mike Shannon
                                         Technical Monitor
C. Simon
Tony Jover
                     D. McManus
                     Kelly  Baxter
                     Kelly  Baxter
                     Kelly  Baxter
                     Kelly  Baxter
                     }. Gustafson
                     Ken Stroech
                     D. McManus
Tony Jover
Rick Colbert (OWPE)  John Ferris
Kathy Jones

-------
Office        Contractor            Title                 Project Officer        WAM/DOPQ         Technical Monitor

15.  OARM    CSC           Information Mgmt.            Brcnda Dailcy         Tonyjovcr
16.  OIRM     Vigyan        Information Mgmt.            Tom DeWald         Tonyjover
17.  ORD      TR1           ORD Support                Al Galli              D McManus/KJones
18.  OSW      ICF, Inc.       Mgmt&lnfSupt              Doug Ruby            C Englert/T. Titus
19.  OCEM     Delta         NACEPT/EMCAPSupt        David Graham                             Coriolana Simon

II. Summary of existing internal controls for contracts management

CEPP manages one level-of-effort contract with ICF, Inc.  Management controls currently in place include the following:

-  All work assignment managers are trained and certified as officials "WAMs"
-  Periodic meetings are held with:
       o CEPP managers and staff to discuss administration and implementation issues
       o CEPP division director, project officer and contract officer to discuss contract status, problems, emerging issues
       o CEPP senior managers, project officer and contractor, as needed
- Work assignment managers must review monthly technical progress reports and resolve disputed issues
       prior to invoice approval by project officer
-  Project officer receives and reviews monthly contract/work assignment cost summary report to ensure charges are consistent with
       projected estimates and activities.  Overall contract utilization and hourly rate are also reviewed and reported regularly to
       senior management.
-  All contract funding documents require approval by two CEPP senior managers.
-  Maintain up-to-date recordkeeping system that reflects all contract modifications, contract funding  documents, invoice payments,
       current work assignments/monthly progress reports, contract correspondence.

III. Identify vulnerabilities declared under FMFIA or identified & addressed as a result of a GAO/OIG review

There are currently no contract vulnerabilities declared under FMFIA, or identified through a GAO/OIG review.

IV. Identify potential vulnerabilities and how you plan to address them (note for each contract involved)

-  CEPP utilizes two contracts (EG&G Dynatrend for national security emergency preparedness support and UNISYS for PC support) that
require contract employees to be located on EPA premises. The program will take steps to reassess the need to have these employees on site
and will ensure all necessary management controls for co-location are in place, as required.

-------
                                                         -3-


- CEPP has in place approximately twenty-five work assignments under our level-of-effort technical and analytical support contract.  To
ensure these work assignments are specifically written to prevent personal service acitivities from being performed, the office will
establish a workgroup of senior specialists from each division to review all statements of work under the contract.

V. Briefly describe how you oversee major contracts in the Regions. Identify any existing or potential vulnerabilities, and how they will be
addressed.

- Regions are provided limited access to CEPP's technical and analytical, level-of-effort contract through one work assignment managed by
a headquarters staff person. Procedures for acquiring access and controls in place for monitoring regional activities follows:

        Procedures and Monitoring Controls
        o Region prepares outline of proposed project (including estimated number of hours to complete work)
        o Headquarters and Region discuss project via telephone to clarify issues
        o Once preliminary approval is given by HQs, region works with regional contract office to develop workplan
        o Regional  staff work directly with contractor field staff to carry out project activities
        o Receive monthly reports of activities conducted under each project
        o EPA and contractor headquarters with work with regional offices to resolve issues
        o HQ WAM maintains regular contact with regional office to monitor progress

- CEPP staff in the Regions utilize the Emergency Response Division's Technical Assistance Team contracts. Procedures for utilizing the
contract and controls in place for monitoring the work follows:

        Procedures and Monitoring Controls
        o CEPP Regional staff use the Emergency Response Division's (ERD) Technical Assistance Team (TAT) contracts to support
        CEPP's CERCLA activities. CEPP Regional staff works through ERD's DPOs to order contract services by issuing a Technical
        Directive Document (TDD).  Only POs and DPOs are authorized to approve TDDs.
        o Exceptional requests or requests for large numbers of contract hours are brought to the attention of CEPP HQ staff for comment. A
        verbal or written recommendation is given to the PO of the contract.
        o Monthly activity reports are reviewed by CEPP HQ staff to ensure proper use of previous month's contract hours.
        o CEPP staff attend EPA DPO/TAT annual conference and other meetings to ensure CEPPO program goals are understood and
        incorporated into the goals of the ERD TAT contract.

-------
                                                          -4-
 VI. Provide your plans and a schedule for conducting a comprehensive review of all contracts and internal controls under your purview

 -  CEPP will establish a workgroup with representatives from each division to review all work assignments and management activities
 under the office s level-of-effort contract, as well as other contracts utilized by the office.  Within 90 days, the work group will make
 recommendations as needed to ensure sufficient controls are in place and contract activities properly managed.

 -  CEPP is establishing an upward mobility position to provide assistance in managing contract activites; i.e., preparing guidance for work
 assignment managers, monitoring day-to-day contract activities and providing management assistance to project officer.

 VII  As appropriate, please provide information on the potential impact of termination of the CSC contract (amount of funding; time
 needed for transition; potential delays in work; etc.) Provide information on Regional needs of which you are aware.
A                   ,  W°rk assiKnment "** CSC in the amount of $60,000.  This work involves support for maintaining a data base for the
Accidental Release Information Program and maintaining a directory of Local Emergency Planning Committees. The potential impact of
termmatmg the ICF contract would be negligible since other sources are available to support these tasks.

VIII. In addition, CEPP will implement the following:

-  Establish quarterly meetings with senior managers and the Office Director to discuss management issues, problem areas and priorities.

- Develop a training session for CEPP work assignment managers utilizing expertise of OSW contracts management ombudsman.

-------
              UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                         WASHINGTON, D.C. 20460
                      MAR 231992
                                                       OFFICE OF
                                              SOLID WASTE AND EMERGENCY RESPONSE
MEMORANDUM

SUBJECT:  March  24  Submission on
          Contract  Management

FROM:     Asa R.  Frost,  Jr.,  Director/
          Information Management (IM)
TO:       Judith A. Kertcher,  Director
          Resources &  Information Management
     In response to your memo  of March  17  requesting a March 24
submission on contract management, I  submit  the  following:

     The first item in attachment  1;  of your March 17 memo,  ask
for a list of all contracts  IM participate in; the name of the PO,
DOPO(s)  and WAMs for each.
CONTRACT i

68-W9-0039
68-C8-0062

68-W1-0055
68-WO-0043

68-WO-0053
68-C9-0009
68-W9-0052
68-WO-0005
CQ-815281
CONTRACTOR

AMS
AMS
AMS
AMS
AMS
SAIC
SAIC
SAIC
CSC
CSC
COM
CADMUS
LAI
IBM
NCBA
PO

D. Wright
D. Wright
D. Wright
D. Wright
D. Wright
R. O'Herron
R. O'Herron
V. Coffey
B. Daly
B. Daly
D.Greathouse
R. Coleman
L. Garrison
T. Harris
P. Powers
DOPO/WAM

C. Carpenter
M. Melley
C. Carpenter
E. Jenkins
E. Jenkins
C. Carpenter
M. Hall
M. Hall
M. Melley
K. Barton
M. Melley
C. Carpenter
E. Jenkins
E. Jenkins
R. Carter
ATTACHMENT 1; ITEM  2  -   Summary  of  existing internal controls for
contracts management.
                                                         Pwifed on Recycled Paper

-------
IM has several existing internal controls for contracts management.
All of IM Project Officers, Delivery Order Officers and Work
Assignment Managers have Contract Management criteria and duties
included in their performance standards. I also receive monthly
project reports from all of IM Project Officers, Delivery Order
Officers and Work Assignment Managers.  These reports include
information on contract funding, deliverables and milestones
schedules, current status, anticipated problems, period of
performance and key players of each contract delivery order.  In
addition, IM receives monthly progress reports from all of our
contractors.  These reports contain monthly cost of contractor work
based on labor hours, cumulative amount of delivery order from
inception to date of monthly bill and a written report of work
completed, problems encountered and anticipated. There is also a
monthly audit of all current delivery orders to verify labor hours,
current cost;, existing balance, cost overrun, pending invoices and
period of performance dates.


ATTACHMENT 1; ITEM 3 - Vulnerabilities declared under FMFIA

IM has no identified vulnerabilities already declared under FMFIA.


ATTACHMENT 1; ITEM 4 - Potential Vulnerabilities

Co-location is the only potential vulnerability IM may have at this
time.   However, we have already implemented controls measures.
There are two contract persons located in IM space under contract
#68-W9-0052, Labat Anderson Inc. and #CQ-815281, National Caucus
and Center on Black Aged,  Inc.  Both contract employees  wear
contractor identification that is visibly distinct from that of EPA
employees.  Both contract employee work space is segregated from
EPA employee workspace.  My staff has also been informed of EPA
contract management rules regarding contract employees and control
measures to prevent the performance of personal services, training
and entertaining of contractors.


ATTACHMENT 1; ITEM 5 - Major Regional Contracts

We do not oversee any major contracts in the Regions at this time.

-------
ATTACHMENT 1; ITEM 6 - Plans for Conducting a Review

A comprehensive review of all IM contracts and internal controls
has already begun.  I am presently reviewing contract #68-WO-0043
(CSC) with my staff.  On Tuesday, March 24 during our staff
meeting, all POs, DOPOs and WAMs will be given a questionnaire that
is designed to identify potential vulnerabilities and prohibited
contracting activities at EPA.  The PO, DOPO and WAM will be
responsible for completing a questionnaire for each of the contract
delivery orders they manage.  These questionnaires will be
returned to me for discussion at the next IM staff meeting on
March 31, 1992.

In addition^ each PO,  DOPO and WAM will be given a copy of the
following questions as a guide for monitoring contract performance
situations that might be classified as an organizational conflict
of interest.

        Is the contractor being asked to perform work that will
        affect an industry of which it is a part, or for which it
        derives a substantial portion of its income?

        Is the contractor performing an analysis for EPA that
        it is also performing for a firm that will be affected
        by the results of that analysis?

        Is the contractor performing consulting services for an
        industry regulated by EPA at the same time as it is under
        contract to EPA for any work on the same subject?

        Do the work results provided by a contractor appear to
        be lacking in complete objectivity from any aspect?

        On any Superfund contracts, can the contractor
        potentially be found liable as a responsible party
        on any site for which it is being asked to perform
        work for EPA?

        Is there any possibility that even the appearance
        of one of these situations might undermine the
        credibility of the work results in the opinion of the
        general public?

The Contracting Officers will be immediately notified when or if an
affirmative answer is given.

-------
All IM staff have attended the required Contract Management
training courses provided by EPA.  IM staff who have not attended
the training during the past three years, have registered for the
recertlfication course for^EPA's contract managers to keep
abreast and increase their"knowledge of procurement and contract
administration.  Also the existing internal controls for
contracts management explained in attachment 1; item 2; above
will remain effective.

ATTACHMENT 1; ITEM 7 - Impact of Terminating the CSC Contract

                         (SEE ATTACHED)

-------
CSC CONTRACT - DELIVERY ORDER  181

IMPACT OF TERMINATING CSC CONTRACT SUPPORT

     Delivery Order  181  provides CSC support for the maintenance
and enhancement of OSWER's Data Resource Directory.  This Directory
contains information about OSWER's automated information systems,
mathematical models, general categories of information related to
RCRA and  CERCLA  regulations,  and the relationships  among those
general categories of data.   The information  exists on the EPA IBM
mainframe where  a custom version  of Data Catalogue II  has been
produced to accommodate OSWER's  Directory needs.  The information
also exists on a  PC-based viewing system which allows any user to
find out about OSWER's systems, databases,  organizations, and major
categories of information.

     Amount of funding - At  this time a modification to the DO has
just been  implemented, with funding of $51,500 which would be spent
in the remainder  of FY92.
           &
     Time needed  for  transition  -   Work  on  the  Data  Resource
Directory has  been  underway   for  about  three years,  if  CSC  is
terminated,  the learning curve would start from  zero  in  terms of
understanding the structure  of  the metadata (information about our
data)  occurring on the mainframe software.  The PC version of the
DRD would  require  knowledge of dBase IV (fairly commonly available)
but also knowledge of the structure of the PC-based system.  When
support for the DRD switched from SYCOM to CSC, it took about two
months for CSC to become familiar with the dBase system.   There
would be about a three month time interval for transition.
                        , *v\
     Potential delays in work  - The delivery of the PC version of
the DRD has  already  been  delayed   six  months because  of  the
switchover of contractors and because of the length of the funding,
modification, and contract  procedures.   There would be  at least
another four month delay  in the delivery of the PC version,  not
counting the paperwork and procedures for implementing a delivery
order for another contractor.

Submitted by Mary Lou Melley   March  19,  1992

-------
CSC Contract -  Delivery Order 166

IMPACT OF TERMINATING CSC CONTRACT SUPPORT

Delivery Order 166 provides CSC support for

   - establishing guidelines and standards for development and
     enhancement of automated office system applications used by
     OSWER staff.

   - compile compendium of office automation applications in
     OSWER.
     (complete)

   - use Quality Action Teams to develop budget system that will
     be useful for all OSWER budget staff in formulation of
     Administrator and OMB budget submission.

   - Concept; Development, Requirements Analysis, and System
     Design documentation for a functional locator.

   - Concept Requirements Analysis and System Design
     documentation for OSWER Directives system.

   - Data Resource Directory updates and enhancements, (complete)


AMOUNT OF FUNDING - Total funding on delivery order was
$198,919.88, of which $73,200. is remaining as of March 1, 1992.
                         'S;-.

TIME NEEDED FOR TRANSITION - Two' tasks are complete.  The
transition time for the remaining tasks would be approximately a
month for a new contractor to review meeting minutes and the
documentation already completed.


POTENTIAL DELAYS IN WORK - Most critical delay would in be
providing support for the budget staff in developing the program
to merge budget data from all the program offices to create the
budget formats for the Administrator and OMB submissions.

Submitted by Kathy Barton 3/20/92

-------
\m.
              UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                        WASHINGTON, D.C. 20460

                            MAR 20 1932
MEMORANDUM

SUBJECT:  OSWER Contracts Managementt
                                                > WASTE AND EMERGENCY RESPONSE
FROM:     Tim Fields, Director
          Superfund Revitalization ^eam

TO:       Judy Kertcher, Director
          Resources & Information Management


     Here is the contracts management information you and Rich
had requested.  The first part addresses the ongoing ARCS
management improvements in which the SRT Acquisition Manager is
involved and the second part cites potential vulnerabilities that
need to be addressed within OSWER.

o    Ongoing improvements in which the SRT Acquisition Manager is
     involved:

1.   Formation of ARCS Council which:

          a)  oversees activities by OSWER, OARM and Regions to
          implement recommendations of the ARCS Task Force
          report;

          b)  serves as information transfer point for Regions and
          OSWER for changes/improvements to ARCS management;

          c)  brings key issues to senior management of OSWER and
          OARM for resolution concerning ARCS.

2.   Tracks implementation of ARCS Task Force recommendations.

3.   Oversees the implementation of the Superfund Long-Term
     Contracting Strategy, which improves and decentralizes
     management of Superfund contracts.  This includes routine
     Advisory Committee meetings of all affected offices,
     frequent communications with the Regional Liaisons and
     conveying management decisions to impacted organizations.

4.   Oversees implementation of FMFIA corrective actions
     identified for the Superfund Contract Laboratory Program.
                                                         Printed on Recycled Paper

-------
o    Potential vulnerabilities to be addressed in OSWER:

1.   For mission or technical analyses contracts, the
     relationship between HQ employees and contractors is not
     "arm's length."

2.   HQ middle management has expressed preferences for certain
     team subcontractors which could be construed as directed
     subcontracting to the prime.

3.   Thorough review of all invoices remains a weakness dependent
     upon the time available to the Project Officers; few written
     procedures in place for this effort.  Specific training
     given only to OERR WAMs and within RCRA training course, but
     no large emphasis on its importance.

4.   Tremendous lags in incurred cost and indirect cost audits.
     AA/SWER has already requested additional support but IG did
     not get resources this year.  No way for the programs to
     know what is contained in the indirects; only auditors can
     see these costs because they are billed to the program as a
     percentage.

5.   Fixed fee nature of HQ contracts limits ways to provide
     incentives to improve contractor performance, but is
     contrasted with perception that award fees constitute
     "bonuses."

cc:  Ika Joiner

-------
             UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                        WASHINGTON, D.C. 20460
                       MAR 2 5 1992
                                                      OFFICE OF
                                             SOLID WASTE AND EMERGENCY RESPONSE
MEMORANDUM

SUBJECT:  OUST's  Contracts  Manage

FROM:     David Ziegele,  Director
          Office  of Underground S

TO:       Judy Kertcher,  Director
          Resources and Information Management Staff
          Office  of Solid Waste and Emergency Response

     In response  to your  March  17,  1992 memorandum regarding
management of contracts,  attached is OUST's  submission.   First,;|
we attach a table which lists each of  our  contracts and  includes
the following information:  the general area of support;       j
beginning and end dates of  the  contract; name of the project
officer; the total capacity of  the contract  and amount funded to
date; and principal work  assignment managers (where applicable).
Second, we have addressed the remaining issues,  such as  internal
controls, vulnerabilities,  etc.,  in bullet format,  beginning on
the second page of the attachment.  Finally,  OUST's
representative to OSWER's Quality Assurance  Team is Karen
Ellenberger.

     Please call  Karen (at  308-8862) or me if you have any
questions regarding the information we've  submitted regarding  -
OUST's contracts  management.

Attachment
                                                          Printed on Recycled Paper

-------
                                    Contractors to the Office of Underground Storage Tanks EPA
 OUST CONTRACTOR
 CONTRACT NO.

 ICF Inc.
 Economics
 68-W9-0082
ICF  Inc.
Implementation
Support
68-WO-0024
Midwest  Research
Institute(MRI)
Technical
68-WO-0015
Nancy  Low  &
Associates(NL&A)
Comm.  &  Mktg.
Support
68-WO-0030
 GENERAL AREA
 OF SUPPORT
Analyses  of costs,
economic  impacts &
benefits  of policies
and action  pertaining
to UST and  LUST
programs.

Provides  technical,
programmatic,and
institutional assis-
tance in  implementing
UST and LUST programs.
Work is focussed in
three priority areas:
state program approval;
leak detection compliance
and enforcement; and
corrective  action.

 i.d. and  evaluate
methods and techno-
 logies to prevent and
detect leaks from USTs
and perform corrective
action after leaks.

Support for market
research and analysis,
preparation of communi-
cation plans and marketing
strategies,  production
and distribution of
o'utreach materials
and project  evaluation.
 CONTRACT
 BEGIN/END OF

 10/1/89-9/30/92
5/25/90-5/24/93
  PROJ.  OFFICER

  Stephanie Bergman
  308-8879
 Brenda Smith
 308-8870
 3/1/98-2/28/93
6/29/90-6/30/93
 Vinay Kumar
 308-8872
Debbie Rutherford
308-8864
TOTAL CAPACITY/
FUNDED TO DATE

$3.8 million
$2.0 million
                                             $9.0  million
                                             $4.4  million
                                            $6.3 million
                                            $2.8 million
                                            $3.0 million
                                            $ .9 million
PRINCIPAL
WAMs

N.A.
                    N.A.
                   N.A.
                   Karen  Ellenberger
                   Debbie Rutherford

-------
                        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

-------
     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 remedial 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

-------
                              Issues

     OUST's issues focus primarily on a few areas where we would
like to see improvement in some of the services EPA's Procurement
and Contracts Management Division (PCMD) provides to us.  In
particular, PCMD should:

     work to improve its turnaround time in processing routine
     contracts management paperwork:  we have experienced
     excessively long delays in PCMD's processing of our work
     assignments, modifications, work plan approvals, procurement
     requests, and requests to exercise options

     strive to decrease the high turnover rate in contract
     specialists and hire contract specialists with more
     experience and familiarity with contracts issues

     improve PCMD's training

     o    training to certify work assignment managers and
          project officers needs to be offered more frequently to
          accommodate demand, and should provide additional
          practical information on responsibilities and duties of
          project officers and work assignment managers

-    strengthen existing outreach efforts and develop more
     formal/routine communications systems from the contracting
     specialists/officers to program project officers to ensure
     program offices are kept abreast of contract management
     issues, such as recertification requirements, changes to
     procurement requirements, PCMD's expectations, etc.
                Vulnerabilities Already Declared

     none



                    Potential Vulnerabilities

     a few of OUST's work assignment managers are not certified

     o    as training is available, these work assignment
          managers will participate in the training and obtain
          official certification

     OUST currently has a video consultant co-located on site two
     days per week; however, we have justified her presence to
     PCMD, received PCMD's approval for her to be on site, and

-------
have modified the contract appropriately.  Additionally, we
have clearly identified her as a consultant to staff.
               Major Contracts in Regions

OUST's contracts are managed in Headquarters; however, the
Regions do access our contracts via work assignments.  All
controls in Headquarters are applied to Regional work
assignments.  In addition, Regional work assignments require
approval of Regional management as well as Headquarters'
management.

o    the scope of work in OUST's contracts expressly permits
     use of the contracts by the Regions
       Plan  and  Schedule for Comprehensive Review

beginning in April (through the end of June),  OUST will
review our four contracts to ensure they are being managed
correctly and appropriately,  and to identify potential
vulnerabilities and activities to remedy our deficiencies

o    PCMD performed an in-depth "Blue Team"  review of our
     contracts in January 1991.  They verbally debriefed us
     on their findings; however, they never  developed a
     written report.   OUST held follow-up meetings with our
     contractors to review the findings and  identify ways to
     improve.

o    PCMD performed a follow-up review in January 1992 and
     will submit a written report to OUST.   OUST will meet
     with PCMD to discuss their findings, meet with
     contractors to review the findings, and identify
     remedial action to improve deficiencies.
           Impact of CSC Contract Termination

OUST uses the CSC contract to access ATLIS, a subcontractor
to CSC, who provides us with distribution management
services

o    DOPO:  Beverly Thomas
o    amount of funding:  $130,000 for FY92
o    time needed for transition:  2 to 4 months if we begin
     to use EPIC;  up to 1 year if we have to recompete

-------
                              - 5 -

training and experience in managing work assignments is higher
than many staff persons in CED.  This DOPO had provided
assistance to other staff in CED in preparation of statements of
work for other work assignments.

     In addition to this background, the DOPO had requested that
the OIRM contract staff provide an "orientation" to using the
TOSS contract and more specific information relating to reporting
requirements.  However, this was not done by OIRM.  OIRM
acknowledged that such an orientation was necessary but, as
previously stated, OIRM indicated numerous reassignments of
contact people and managers of the various delivery orders.
Hence,  the detailed technical information related to the TOSS
contract was unavailable to the DOPO.

     Within CED,  our Contract Management Section provides
orientation and technical support to work assignment managers
using the Technical Enforcement Support (TES)  contracts.  The
Section also provide manuals and reliable staff for questions
from work assignment managers.   The technical skill required for
this particular project was not available under a TES contract at
the time DO 134 was initiated.   However, during the last quarter
of the this work assignment,  the new TES contract did offer
contractors which had the required skills.   The DOPO immediately
initiated efforts to transition the work assignment to the TFS
contract.  While CSC/NMI actively resisted this transition, th^
DOPO was successful in effecting a transfer of responsibility.

     At the time he was managing DO 134, he was also responsible
for managing three other work assignments and also had full r. •. -^
responsibilities in his work as a program analyst in the Cost
Recovery Branch.   He was also involved in several Division
related activities and cross Divisional activities with FMD ^- •.
OE.  While his time was spread thinly over these areas, the
DOPO's work in these areas was of very good quality.

     b. Contractor documents .were submitted late to EPA.

     The DOPO frequently requested timely submittal of the
progress reports from the contractor, as well as invoice
statements from the contract office in RTF.  CSC/NMI were very
unresponsive to these requests, despite repeated calls and  nc--^--
to managers in both companies.  Often the two documents were
received several months apart.  Especially frustrating were
frequent cases when RTP invoices were received after the dat--
required for signature and return.

     The lags between the time the work was performed, the  t:-• .
the progress reports were received, and the time  invoices we:-
received severely complicated efforts to monitor and evaluat-  •
contractor performance.  Despite these  constraints, the DOPC  •
substantial efforts to match these documents and determine  i:

-------
                              - 6 -

performance, documentation, and invoices were consistent.  The
DOPO retained copies of all documents received from both sources,
though linking the two together was often extremely difficult.

     c. DOPO did not maintain adequate delivery order '
documentation.

     Much of the documentation suggested in the position paper as
necessary .inclusions in the DOPO's files (e.g. monthly invoices,
progress reports) was provided to the auditors during the audit.
As mentioned earlier, the TOSS User's Manual, the copy of the
TOSS contract and other materials which originated in OIRM were
not provided to the DOPO until after the audit began.

     With regard to your comments emphasizing written versus
verbal communication to the contractor, the DOPO determined that
for routine tasks (e.g. requests to produce monthly reports)
verbal communication was sufficient.  Substantive changes
concerning DO 134 were communicated in writing.  Additionally,
the need for rapid response to information requests often
precluded the opportunity to communicate with the contractor in
writing.   There was a long history of working with NMI on the
project and verbal communication of requests had generally been -
successful.  To require the DOPO to provide detailed letters or
descriptions on a routine basis would have even further strained
limited staff resources.

     With regard to the question relating to "minutes of meetings
with contractors," there were relatively few meetings between
CSC, NMI and the DOPO.  Most requests were conducted over the
phone, because of NMI's familiarity with the project.  We would
be interested in receiving copies of the minutes of such meetings
that NMI has presented to the OIG, given the rarity of such
formal gatherings.

     Additionally, the limited communication with OIRM was also
handled on the_phone.  These communications were further
complicated by the continual flux in persons in OIRM responsible
for coordinating with CED on DO 134 and other delivery orders.

     The comment relating to the DOPO contacting CSC/NMI  for
progress reports during your audit relates to the previously
described problem of getting both the contractor and RTP  to
provide timely documentation-  CSC, as well as other EPA
contractors, must be frequently urged to provide proper arid
timely documentation.

     Regarding the point relating to direct contact  with  the
subcontractor  (NMI)  rather than the prime  (CSC), working  with  ~-:~
prime contractor  is, of course, the preferred  option and  tho
approach normally utilized by  the DOPO  for DO  134.   However,
direct contact with  the subcontractor  in some  cases  vas

-------
 UNITED STATES ENVIRONMENTAL PROTECTION AGENCV

         --. .WASHINGTON. D.C. 2046O*•*.•—,•./..,,
                  MAR 19 1992
                              TECHNOLOGY INNOVATIOM (
                                   V;.:
NOTET

Subject:



FROM:



TO:
           March 24 Submissions  on
           Contract Management
           Thorn De Kay
           Spec. Asst. td^the Director
           TIO

           Judy Kertcher
           Director,  R&IM
The attached is  in response to your
March 17 Memorandum requesting input!
from OSWER  Office Directors concernir
in-house contract management practicd
If I can be of  further assistance, let
me know.
                                    <•-&
P.S.  As you  can see,  Walt wants
      be the  TIO rep.  on the QAT...;y*
      will  await instructions for th
      1st meeting!
  »-#•

-------
u

-------
                                                                   1AR 1 9 1392
                                                                        PY
                                      Mr,,', -3   -•*
MEMORANDUM

SUBJECT:   TIO Contract Management Program Activities

From:       Walter W. Kovalick, Jr., Ph.D.
            Director
            Technology Innovation Office

To:         Richard J. Guimond
            Deputy Assistant Administrator
      The purpose of this memorandum is to appraise you of the nature of the
contracts and the contracts management practices that we have in the TIO. You wilt
note that our staff of 20 FTE is highly leveraged in its use of extramural dollars to
provide training and to carry out technology information and analysis functions.

      Presently, Thorn De  Kay of my staff manages all TIO sponsored contracts.
Currently, TIO oversees a 4-year OSWER Mission Support (LOE) Contract with EMS,
Inc. and a 4-year OSWER Dedicated Training Support (LOE) Contract with PRC-EM!.
Thorn serves as Project Officer for each of these contracts; I have attached a profile
of each for your information. I have also attached a profile of a completed Mission
Support (LOE) Contract with ICF, Inc. that TIO managed. Audit histories are noted
on these profiles.

      In addition, TIO staff members have accessed other agency contracts (10 over
the last year) and serve as Work Assignment Managers on these contracts. A profile
of these Work Assignments is  attached.

      Thorn De  Kay will serve  as TIO's representative  on the OSWER Quality
Assurance Team  (QAT).

-------
                                     -2-

Manaoement Controls in Place:
            Each potential Work Assignment Manager (WAM) must have completed
            the PCMD sponsored "Contract Administration Course" and the "Project
            Officer Training Course" prior to acting as a WAM for any TIO contract.

            Each of the TIO  contractors and their sub-contractor representatives
            have been given a formal orientation/briefing by the Project Officer.  At
            this meeting, admonitions against doing work outside the Scope of Work
            (SOW) of the  contract/work assignment {which results in penalties of
            non-payment  for this  work), the  procedures for  subcontractors'
            participation  in the contract, and  basic  rules for doing day-to-day
            business  are   discussed.   In addition,  reporting  procedures and
            information to  be contained in monthly activity reports and financial
            reports is relayed to the contractors.

            Monthly meetings are scheduled with principal parties of each of the
            contracts where problem areas are discussed and resolved;

            Each  'buy-in'  assignment (i.e.  another  OSWER office staff member
            serves as the  principal WAM) is assigned  a TIO co-Work Assignment
            Manager so that  each WA issued under TIO contracts is monitored.
            Each request for a buy-in is accompanied by a reminder of Agency policy
            concerning not directing of work to sub-contractors -- this is a firm rule
            observed by TIO);

            WAMs are provided monthly reports and are urged to review and report
            any questions  to the Project Officer;

            Each  Work Assignment contains the requirement that "a copy of each
            deliverable is to be given to the Project Officer," so that a complete file
            of contract deliverables can be maintained. (This has been important to
            various audits or requests for information from Congressional staffs that
            have  accompanied the contracts). This requirement is also in place for
            any and all correspondence related to a particular Work Assignment;

            All requests for work outside the approved Work Assignment Workplans
            are required to be communicated through the Project Officer to the
            Contractor — the PO either issues a formal WA amendment or a technical
            directive  (TD), so  that a "paper trail" can be maintained for each
            additional or changed requirement. Without the PO's signature/approval,
            the contractor is not authorized to institute any change to the approved
            SOW.

-------
                                     -3-

       4    Each  contractor  must provide the  PO  with a  list  of  all monthly
            expenditures of hours, Other Than Direct Costs (ODC's) -- including
            travel, copying, messenger service, etc.  — with  the monthly activity
            report. This list is used by the PO in approving monthly vouchers.

       4    Vouchers are approved only by the PO, after a review of the monthly
            activity reports that contain information concerning deliverables.  This
            policy holds true even for 'discount' vouchers where  rapid turn-around
            is requested by the PCMD Finance Division. If there is no monthly report
            for review, there is no sign-off on the voucher -- even though discount
            or reduced costs are involved.

       4    The PO is  responsible for communicating to  WAMs any changes in
            contract procedures/rules issued by PCMD.

       4    The PO is responsible to answer any audit or formal inquiry concerning
            TIO sponsored contracts. To date, once an interview has taken  place
            where  TIO  safeguards have been explained or  demonstrated, TIO
            contracts have been dropped from post-audit reports.
Management Controls to be Instituted:
      Although we believe these management practices are effective, there are areas
of potential improvement that TIO is presently addressing:
      4     Based on needs expressed by WAMs, a 2-3 hour in-house Seminar on
            estimating the hours/costs involved in issuing a WA is planned, as well
            as a refresher course for all WAMs.

      4     On-site contractor staff (presently 2 employees) will  be removed from
            TIO space in the Crystal Station facility by April 1, 1992.
Attachments

-------

-------
                                                                        9 1S92
EPA # 68-W2-0004
OSWER Mission Support Contract
Environmental Management Support, Inc. (EMS)

Feb. 2, 1992-Jan. 31, 1996


                             Contract Profile


     The purpose of this contract is  to  obtain the analytical, technical,  and
management support required by various OSWER program offices. The work required
under this contract requires the contractor to prepare and conduct analytical studies
of OSWER program strategies and regulatory initiatives.

     The work elements of this contract have been organized into three areas:

     -- General analysis and strategic planning;

     -- General support for technology transfer programs, research and development,
           and training support as related to Technology Transfer issues; and

     -- Graphic Arts support.

     The Contract statement of work is attached. There are 15 active assignments.

Contract Statistics:

Negotiated Hours

     Base Year:   1/21/92 - 1/31/93;  30,000 hrs. @ $1,644,300

     Op. Yr. I:   2/1/93-1/31/94;  30,000 hrs. @  $1,698,921

     Op. Yr. II:   2/1/94 - 1/31/95;  30,000 hrs. @  $1,755,582

     Op. Yr. Ill:   2/1/95 - 1/31/96;  30,000 hrs. @  $1,814,916

     Totals:     4 years performance; 120,000 hrs. @$6,913,719

                       Cost  + Fee:       $5,913,723
                       ODC's:           $  999,996

                       FTE Equiv.:  14.5 per year (@2,080 man-hours)

-------

-------
EPA # 68-W2-0004
OSWER Mission Support Contract
EMS

Feb. 2, 1992 -Jan. 31, 1996
AUDIT SUMMARY:

      None

PROJECT OFFICER:     Thomas R. De Kay
                      OSWER/TIO
                      OS-110W
                      Tel. # 703/ 308-8798


Work Assignment Managers: (OSWER)
                      Argain, Karen (TIO)
                      De Kay, Thomas (TIO)
                      Fiedler, Linda (TIO)
                      Forlini, Michael  (TIO)
                      Kingscott, John (TIO)
                      S. Bala Krishnan (ORD - De Kay)
                      Perdek, Joyce (RREL, Edison, N.J. - De Kay)
                      Powell, Daniel (TIO)
                      Smith, Naomi (TIO)
                      Steimle, Richard (TIO)
                                #   #  #

-------

-------
                                                                          "32
                                                                          •- w *-
EPA # 68-WO-0034
OSWER Dedicated Training Support Contract
Planning  Research Corp. - Environmental Mangement, Inc. (PRC-EMI)

Jul. 9,  1990-Jul. 8,  1994
                             Contract Profile

      The purpose of this contract is to provide the technical support required to
implement a systematic analysis of OSWER-related training needs and to plan, design,
develop, and deliver a national training program.

      The work elements of this contract include:

      -- Analysis of training/workforce management needs;

      -- Design, development, and delivery of training;

      -- Technical support for OSWER's Technology Transfer Program, including the
      SITE program, as it relates to dissemination of information; and

      -- Graphic support for management briefings.

      The contract statement of work is attached. There have been 18 completed
work assignments, and 19 assignments are currently active  (total 37).

Contract Statistics:

Negotiated hours

      Base Year:  7/9/90 - 7/8/91; 27,500 hours @ $1,688,555

      Op. Yr. I:   7/9/91 - 7/8/92; 27,500 hours @ $1,732,622

      Op. Yr. II:   7/9/92 - 7/8/93; 27,500 hours @ $1,778,508

      Op. Yr. Ill:  7/9/93 - 7/8/94; 27,500 hours @ $1,826,331

      Totals: 4 years performance; 110,000 hours @ $7,026,016

                      Cost +  Fee:       $5,719,516
                      ODC's:            $1,306,500

                      FTE Equiv.: 13.2 per year (@2,080 man-hours)

-------

-------
EPA # 68-WO-0034
OSWER Dedicated Training Support Contract
PRC-EMI

7/9/90 - 7/8/94
AUDIT SUMMARY

    Feb. 1992 - Region III - IG Audit - Review of Superfund Contracts

PROJECT OFFICER:     Thomas R. De Kay
                     OSWER/TIO
                     OS-110W
                     Tel. # 703/ 308-8798

Work Assignment Managers:

                     Argain, Karen  (TIO)
                     De Kay, Thomas (TIO)
                     Fiedler, Linda (TIO)
                     Gray, Edward (TIO)
                     Latka, Mary (OERR - De Kay)
                     Marini, Steven (TIO)
                     Quander, John (TIO)
                     Seitz, Fred (OSW - De Kay)
                     Suit, Marlene (TIO
                               #  #

-------

-------
                                                                   MAR 1 3 "32
EPA #68-01-7481
OSWER Mission Support Contract
ICF, Inc.

(Oct. 1. 1987 - Mar. 31. 1991)
                             Contract Profile

      The purpose of this contract was to obtain the  analytical, technical, and
management services of a contractor to support various OSWER programs. The goal
of this contracting effort was to provide the AA/OSWER with support required to
cr.a.yzc p^ cv o^ . ,6 ad design appropriate systems and procedures to improve EPA
programs.

      The work elements of this contract were organized into three major work areas:

           Research and development, technology transfer and training support;

           General policy analysis and strategic planning; and

           Risk-benefit and risk assessment methodological studies.

      The Contract statement of  work is attached.  (96 Work Assignments were
      completed during the period of performance).


Contract Statistics:

Negotiated Hours

      Base Year:         10/1/87 - 3/31/89 ;  72,000  hrs. @ $3,308,431

      Op. Yr. I:         4/1/89-3/31/90;  36,000 hrs. @ $1,771,721

      Op. Yr. II:         4/1/90 - 3/31/91;  36,000 hrs. @ $1,835,423

      Totals:            3 years performance;  144,000 hrs. @$7,016,574

Invoiced Totals:         3 years performance;  107,690 hrs. @ $6,368,135

                            Cost + Fee: $6,008,450
                            ODC:      $  359,685

                            FTE Equiv.:  17.3 per year (@2,080 man-hours)

-------

-------
EPA #68-01-7481
OSWER Mission Support Contract
ICF, Inc.

Oct. 1,  1987 -Mar. 31, 1991
                               Audit Summary

                                 1990-1992



1990:
      Feb -- Cong. Inquiry (Dingell Committee) - Review of SF Contracts

      May - Reg. II - IG Audit - Review of SF Contracts

1991:
      Feb -- Cong. Inquiry (Dingell Committee) - Request for File copies

      Jul -- Region V - IG Audit - Review of SF Contracts

      Nov -- GAO Audit - Review of Contracts with "Consultant" clauses

1992:
      Feb -- Region III - IG Audit - Review of SF Contracts
NB:
      1. The audits/Congressional Inquiries represent formal meetings where actual
copies of contract information were transferred to the interviewer by the  Project
Officer.  This list does not contain information about telephone inquiries  from
Congressional Staff members, the EPA IG, or GAO where the contract was discussed
-- these conversations  generally  centered around the "consultant clause" of the
contract that was not exercised during the contract performance period.

      2.   Following  each  interview  listed  above,  no  further   action  was
required/requested and this contract was subsequently deleted from inquiry reports.
                                  #  *  #

-------

-------
EPA #68-01-7481
OSWER Mission Support Contract
ICF, Inc.

Oct. 1, 1987--Mar. 31, 1991

Project Officer:
Thomas R. De Kay
OSWER/TIO
OS-110W
Tel. # 703/ 308-8798
Work Assignment Managers (OSWER)

Bahnick, Joseph
Burgan, Karen
Calvan, Rita
Chemerys, Ruth
Cruickshank, James
De Kay, Thomas
Donovan, Kevin
Ellenberger, Karen
Ferenbach, Marjorie
Fiedler, Linda
Fields, Timothy
Gleason, Lee Anne
Gray, Edward
Haley, Jennifer
Harris,  Pam
Jones,  Timothy
Keffer,  William (Reg. 7)
Kingscott, John
Kremer, Fran (RREL Cinn.)
                 LaPointe, Elizabeth
                 McMaster, James
                 Marini, Steven
                 Meeley, Marianne
                 Morgan, Nick
                 Musgrove, Venessa
                 O'Leary, James
                 Pheiffer, Thomas
                 Prins, Chris
                 Quinn, Janet
                 Steimle,  Richard
                 Suit, Marlene
                 Tulis, Dana
                 Whelan, Thomas
                 Wilhelm, Ronald
                 Yurman, Daniel
                 Zaragoza, Lawrence
                                 #

-------

-------
                       Agency Contracts Utilized by TIO
                               (Buy-ins 1991-92)
Contract I/Contractor
Period of Performance
$ Amount + Hours
Est.FTE
68-C8-0062 / SAIC
(PO - David Ferguson, RREL, Cinn.)
WA# 3-75
Forum on Innovative Hazardous
Waste Treatment Technologies:
Domestic and International
(Thomas De Kay -WAM)      11/18/91 - 12/30/92
                          $150,146 4 2000 hrs.
                          .96
F08635-90-C-0380 / Delta Corporation
(IAG #DW57933881 / USAF
PO - David Graham, OCEM (Hq.))
WA# 91-2
Support for NACEPT Focus Group
(Thomas De Kay - WAM)     6/1 /90 - 9/1 /92
                          $185,000 * 3000 hrs.
                          1.44
68-WO-0032 / RTI
(PO - Norma Hughes, OSW (Hq.))
WA #11
Analytical Support for Utilization
of TSDR - RCRA Market Survey
(Michael Forlini - WAM)      3/8/91 - 10/31/92
                          $30,000 * 500 hrs.
                          .24
68-W1-0005 / Booz-Allen & Hamilton
(PO - Fran Hanavan, OERR (Hq.))
WA # F-34
Superfund Retention/Development
(procedures materials)
(Karen Argain - WAM)        3/29/91 - 7/31/92
                          $362,313 4 8,200 hrs.
                          3.94
WA # F-42
Development of a Technology Primer
(Jim Cummings - WAM)      5/9/91 - 9/30/91
                          $9,949 • 225 hrs.
                          .11
WA # F-43
Logistical Support, Fed. Remediaton Roundtable Meetings
(Dan Powell - WAM)         5/8/91 - 1-31-92
                          $46,661 « 1,000 hrs.
                          .48

-------

-------
                                           -2-
WA # F-44
Community Relations Project (prepare
fact sheets on Inn. Treatment Tech.s)
(Nancy Dean - WAM)        5/21/91 - 3/30/92
                           $64,029 4 1,450 hrs.
                            .70
WA #F-48
Procurement Procedures Guidelines
(fact sheets on regional experiences)
(Nancy Dean - WAM)        6/17/91 - 7/30/92

WA # F-52
International Trip Report Compilation
(Thomas De Kay - WAM)     6/24/91 -12/31/91
                           $55,042 4 1,200 hrs.       .58
                           $14,375 4 300 hrs.         .14
WA * F-72
Analysis of SF Site Remedies
selected in RODS (Treatment Trains)
(Linda Fiedler - WAM)        12/12/91 - 7/31/92
                           $13,160  4 300 hrs.
                           .14
68-CO-0047 / PRC-EMI
(PO - Wm. Frietsch, RREL, Cinn.)
WA #0-36
Innovative Treatment Tech. Database
(Linda Fiedler - WAM)        21/1/92-12/31/92
                           $350,000 4 6,150 hrs.      2.96
WA # 0-38
Semi-Annual Status Reports
(analysis of SF sites using
innovative technologies)
Linda Fiedler - WAM)
21/1/91 - 12/31/92
$62,766 4 1,000 hrs.
.48
WA # 0-39
Market Report for Innovative Treatment Technologies
(Linda Fiedler - WAM)        12/91 - 12/31/92
                           $20,000 4 300 hrs.
                           .14
68-D1-0022/TRI
(PO - Alfred Galli, ORD (Hq.))
WA # 2-4
Revision of Tech. Support Director for
RCRA Correction Action and SF Site Remed.
(Dan Powell - WAM)         8/26/91 - 3/31/92
                           $20,000 4 320 hrs.
                           .15

-------

-------
                                          -3-
68-WO-0036 / Roy F. Weston
(PO - Esther Williford. OSW (Hq.))
WA #TD 129011-001, A-F
Removal Applicatons Project
(ID use of innovative technologies in the SF
Emergency Response Program)
(Dan Powell - WAM)          11/90-3/31/92
$50,000 * 1,125 hrs.
.54
68-C9-0033 / Foster-Wheeler Enviresponse, Inc.
(PO - S. Rosenthal, RREL, Edison, N.J.)
WA# 2-R044
Eval. of Hazardous Waste Remediation Technologies
(Jim Cummings - WAM)      10/1/91 - 4/1/92
$50,000  * 578 hrs.
.28
68-C8-0058 / Dynamac
(PO - John Mathews, RSKERL, Ada, Ok.)
WA # 2HQ  1
OSWER Technology Support Program
(Richard Steimle - WAM)      10/1/91 - 9/31/92
$50,000 *  1,000 hrs.
.48
68-CO-0083 / ICF. Inc.
(PO - Miriam Romblad, Ofc. of Water (Hq.))
WA # 0-28
Anal, and logistical support to
Fed. Remediation Rountable
(Richard Steimle - WAM)      5/6/90 - 5/30/91
$295,000 4 4,185 hrs.
2.01
                                 TOTALS:
$1.828,441 4 32.833 hrs.   15.78

-------

-------
EPA # 68-WO-0034
OSWER Dedicated Training Support Contract
PRC-EMI

7/9/90 - 7/8/94
AUDIT SUMMARY

     Feb. 1992 - Region III - IG Audit - Review of Superfund Contracts

PROJECT OFFICER:     Thomas R. De Kay
                     OSWER/TIO
                     OS-110W
                     Tel. # 703/ 308-8798

Work Assignment Managers:

                     Argain, Karen  (TIO)
                     De Kay, Thomas (TIO)
                     Fiedler, Linda (TIO)
                     Gray, Edward (TIO)
                     Latka, Mary (OERR - De Kay)
                     Marini, Steven (TIO)
                     Quander, John (TIO)
                     Seitz, Fred (OSW - De Kay)
                     Suit, Marlene (TIO
                                  #  #

-------

-------
EPA #68-01-7481
OSWER Mission Support Contract
ICF, Inc.

(Oct. 1, 1987 - Mar. 31, 1991)
                             Contract Profile

      The purpose of this contract was to  obtain the analytical, technical, and
management services of a contractor to support various OSWER programs. The goal
of this contracting effort was to provide the  AA/OSWER with support required to
analyze policy options and design appropriate systems and procedures to improve EPA
programs.

      The work elements of this contract were organized into three major work areas:

           Research and development, technology transfer and training support;

           General policy analysis and strategic planning; and

           Risk-benefit and risk assessment  methodological studies.

      The Contract statement of work is attached.  (96 Work Assignments were
      completed during the period of performance).


Contract Statistics:

Negotiated Hours

      Base Year: .      10/1/87 - 3/31/89 ;  72,000 hrs. @ $3,308,431

      Op. Yr. I:         4/1/89-3/31/90;  36,000 hrs.  @ $1,771,721

      Op. Yr. II:         4/1/90 - 3/31/91;  36,000 hrs.  @ $1,835,423

      Totals:            3 years performance;  144,000 hrs. @$7,016,5.74

Invoiced Totals:         3 years performance;  107,690 hrs. @ $6,368,135

                            Cost + Fee:   $6,008,450
                            ODC:      $ 359,685

                            FTE Equiv.: 17.3 per year (@2,080 man-hours)

-------

-------
EPA #68-01-7481
OSWER Mission Support Contract
ICF, Inc.

Oct. 1,  1987 - Mar. 31, 1991
                               Audit Summary

                                 1990-1992



1990:
      Feb -- Cong. Inquiry (Dingell Committee) - Review of SF Contracts

      May - Reg. II - IG Audit - Review of SF Contracts

1991:
      Feb -- Cong. Inquiry (Dingell Committee) - Request for File copies

      Jul -- Region V - IG Audit - Review of SF Contracts

      Nov ~ GAO Audit - Review of Contracts with "Consultant" clauses

1992:
      Feb -- Region III - IG Audit - Review of SF Contracts
NB:
      1. The audits/Congressional Inquiries represent formal meetings where actual
copies of contract information were transferred to the interviewer by the Project
Officer.  This list does not contain information about telephone inquiries  from
Congressional Staff members, the EPA IG, or GAO where the contract was discussed
~ these conversations  generally centered around the "consultant clause" of the
contract that was not exercised during the contract performance period.

      2.   Following  each  interview  listed  above,  no  further   action  was
required/requested and this contract was subsequently deleted from inquiry reports.
                                  #  #

-------

-------
EPA #68-01-7481
OSWER Mission Support Contract
ICF, Inc.

Oct. 1, 1987 --Mar. 31, 1991

Project Officer:
Thomas R. De Kay
OSWER/TIO
OS-110W
Tel. # 703/ 308-8798
Work Assignment Managers (OSWER)

Bahnick, Joseph
Burgan, Karen
Calvan, Rita
Chemerys, Ruth
Cruickshank, James
De Kay, Thomas
Donovan, Kevin
Ellenberger, Karen
Ferenbach, Marjorie
Fiedler, Linda
Fields, Timothy
Gleason, Lee Anne
Gray, Edward
Haley, Jennifer
Harris,  Pam
Jones,  Timothy
Keffer,  William (Reg. 7)
Kingscott, John
Kremer, Fran (RREL Cinn.)
                 LaPointe, Elizabeth
                 McMaster, James
                 Marini, Steven
                 Meeley, Marianne
                 Morgan, Nick
                 Musgrove, Venessa
                 O'Leary, James
                 Pheiffer, Thomas
                 Prins, Chris
                 Quinn, Janet
                 Steimle,  Richard
                 Suit, Marlene
                 Tulis, Dana
                 Whelan, Thomas
                 Wilhelm, Ronald
                 Yurman, Daniel
                 Zaragoza, Lawrence
                                 #  #

-------

-------
                       Agency Contracts Utilized by TIO
                               (Buy-ins 1991-92)
                                                                                   Q  '-'
Contract I/Contractor
Period of Performance
$ Amount » Hours
Est.FTE
68-C8-0062 / SAIC
(PO - David Ferguson, RREL, Cinn.)
WA# 3-75
Forum on Innovative Hazardous
Waste Treatment Technologies:
Domestic and International
(Thomas De Kay -WAM)      11/18/91 - 12/30/92
                          $150,146 4 2000 hrs.
                          .96
F08635-90-C-0380 / Delta Corporation
(IAG #DW57933881 / USAF
PO - David Graham, OCEM (Hq.))
WA# 91-2
Support for NACEPT Focus Group
(Thomas De Kay - WAM)     6/1 /90 - 9/1 /92
                          $185,000 * 3000 hrs.
                          1.44
68-WO-0032 / RTI
(PO - Norma Hughes, OSW (Hq.))
WA #11
Analytical Support for Utilization
of TSDR - RCRA Market Survey
(Michael Forlini - WAM)      3/8/91 - 10/31/92
                          $30,000 4 500 hrs.
                          .24
68-W1-0005 / Booz-Allen & Hamilton
(PO - Fran Hanavan, OERR (Hq.))
WA # F-34
Superfund Retention/Development
(procedures materials)
(Karen Argain - WAM)        3/29/91 - 7/31/92
                          $362,313 * 8,200 hrs.
                          3.94
WA # F-42
Development of a Technology Primer
(Jim Cummings - WAM)      5/9/91 - 9/30/91
                          $9,949 • 225 hrs.
                          .11
WA # F-43
Logistical Support, Fed. Remediaton Roundtable Meetings
(Dan Powell - WAM)         5/8/91 - 1-31-92
                          $46,661 * 1,000 hrs.
                          .48

-------
                                           -2-
WA # F-44
Community Relations Project (prepare
fact sheets on Inn. Treatment Tech.s)
(Nancy Dean - WAM)        5/21/91 - 3/30/92
                           $64,029 4 1,450hrs.
                           .70
WA #F-48
Procurement Procedures Guidelines
(fact sheets on regional experiences)
(Nancy Dean - WAM)        6/17/91 - 7/30/92
WA # F-52
International Trip Report Compilation
(Thomas De Kay - WAM)     6/24/91
         12/31/91
                           $55,042 4 1,200hrs.        .58
$14,375  4 300 hrs.         .14
WA # F-72
Analysis of SF Site Remedies
selected in RODS (Treatment Trains)
(Linda Fiedler - WAM)        12/12/91 - 7/31/92
                           $13,160 4 300 hrs.
                           .14
68-CO-0047 / PRC-EMI
(PO - Wm. Frietsch, RREL, Cinn.)
WA #0-36
Innovative Treatment Tech. Database
(Linda Fiedler - WAM)        21/1/92 - 12/31/92
                           $350,000 4 6,150 hrs.      2.96
WA # 0-38
Semi-Annual Status Reports
(analysis of SF sites using
innovative technologies)
Linda Fiedler - WAM)
21/1/91 - 12/31/92
$62,766 4 1,000 hrs.
.48
WA # 0-39
Market Report for Innovative Treatment Technologies
(Linda Fiedler - WAM)        12/91 - 12/31/92
                           $20,000 4 300 hrs.
                           .14
68-D1-0022/TRI
(PO - Alfred Galli, ORD (Hq.))
WA # 2-4              .
Revision of Tech. Support Director for
RCRA Correction Action and SF Site Remed.
(Dan Powell - WAM)         8/26/91 - 3/31/92
                           $20,000 4 320 hrs.
                           .15

-------
                                          -3-
68-WO-0036 / Roy F. Weston
(PO - Esther Williford, OSW (Hq.))
WA #TD 129011-001, A-F
Removal Applicatons Project
(ID use of innovative technologies in the SF
Emergency  Response Program)
(Dan Powell - WAM)          11/90-3/31/92
$50,000 * 1,125 hrs.
.54
68-C9-0033 / Foster-Wheeler Enviresponse, Inc.
(PO - S. Rosenthal, RREL, Edison, N.J.)
WA# 2-R044
Eval. of Hazardous Waste Remediation Technologies
(Jim Cummings - WAM)      10/1/91 - 4/1/92
$50,000  4 578 hrs.
.28
68-C8-0058 / Dynamac
(PO - John Mathews, RSKERL, Ada, Ok.)
WA # 2HQ  1
OSWER Technology Support Program
(Richard Steimle - WAM)      10/1/91-9/31/92
$50,000 *  1,000 hrs.
.48
68-CO-0083 / ICF, Inc.
(PO - Miriam Romblad, Ofc. of Water (Hq.))
WA # 0-28
Anal, and logistical support to
Fed. Remediation Rountable
(Richard Steimle - WAM)     5/6/90 - 5/30/91
$295,000 4 4,185 hrs.
2.01
                                 TOTALS:
$1,828,441 • 32,833 hrs.   15.78

-------

-------
                                                                     1AR 1  9 ;392
                                             3
 MEMORANDUM

 SUBJECT:   TIO Contract Management Program Activities

 From:       Walter W. Kovalick, Jr., Ph.D.
            Director
            Technology Innovation Office

To:         Richard J. Guimond
            Deputy Assistant Administrator
      The purpose of this memorandum is to  appraise you of the nature of the
contracts and the contracts management practices that we have in the TIO. You will
note that our staff of 20 FTE is highly leveraged in its use of extramural dollars to
provide training and to carry out technology information and analysis functions.

      Presently, Thorn  De Kay of my staff manages all TIO sponsored contracts.
Currently, TIO oversees a 4-year OSWER Mission Support (LOE) Contract with EMS,
Inc. and a 4-year OSWER Dedicated Training Support (LOE) Contract with PRC-EMI,
Thorn serves as Project Officer for each of these contracts; I have attached a profile
of each for your information.  I have also attached a profile of a completed Mission
Support (LOE) Contract with ICF, Inc. that TIO managed. Audit histories are noted
on these profiles.

      In addition, TIO staff members have accessed other agency contracts (10 over
the last year) and serve as Work Assignment Managers on these contracts. A profile
of these Work Assignments is attached.

      Thorn De Kay will serve  as  TIO's  representative  on  the OSWER Quality
Assurance Team (QAT).

-------
                                     -2-

Manaoement Controls in Place:
            Each potential Work Assignment Manager (WAM) must have completed
            the PCMD sponsored "Contract Administration Course" and the "Project
            Officer Training Course" prior to acting as a WAM for any TIO contract.

            Each of the  TIO  contractors and their sub-contractor representatives
            have been given a formal orientation/briefing by the Project Officer.  At
            this meeting, admonitions against doing work outside the Scope of Work
            (SOW) of the contract/work assignment (which results in penalties of
            non-payment for this  work),  the  procedures for  subcontractors'
            participation  in the contract, and  basic  rules for doing day-to-day
            business  are  discussed.   In  addition,  reporting  procedures and
            information to  be contained in monthly activity reports and financial
            reports is relayed to the contractors.

            Monthly meetings are scheduled with principal parties of each of the
            contracts where problem areas are discussed and resolved;

            Each 'buy-in' assignment (i.e. another  OSWER office staff member
            serves as the principal WAM) is assigned a  TIO co-Work Assignment
            Manager so that each WA issued under TIO contracts is monitored.
            Each request for a buy-in is accompanied by a reminder of Agency policy
            concerning not directing of work to sub-contractors -- this is a firm rule
            observed by TIO);

            WAMs are provided monthly reports and are urged to review and report
            any questions to  the Project Officer;

            Each Work Assignment contains the requirement that "a copy of each
            deliverable is to be given to the Project Officer," so that a complete file
            of contract deliverables can be maintained. (This has been important to
            various audits or requests for information from Congressional staffs that
            have accompanied the contracts). This requirement is also in place for
            any and all correspondence related to a particular Work Assignment;

            All requests for work outside the approved Work Assignment Workplans
            are required  to be communicated through the Project Officer to the
            Contractor -- the PO either issues a formal WA amendment or a technical
            directive  (TD), so that a  "paper  trail" can be maintained for each
            additional or changed requirement. Without the PO's signature/approval,
            the contractor is not authorized to institute any change to the approved
            SOW.

-------
                                     -3-

            Each  contractor  must  provide  the  PO  with a  list  of all monthly
            expenditures of hours, Other Than Direct Costs (ODC's) ~ including
            travel, copying, messenger service, etc.  -- with the monthly activity
            report. This list is used by the PO in approving monthly vouchers.

            Vouchers are approved only by the PO, after a review of the monthly
            activity reports that contain information concerning deliverables.  This
            policy holds true even for 'discount' vouchers where  rapid turn-around
            is requested by the PCMD Finance Division. If there is no monthly report
            for review, there is no sign-off on the voucher -- even though discount
            or reduced  costs are involved.

            The PO is  responsible for communicating to  WAMs any changes in
            contract procedures/rules issued by PCMD.

            The PO is responsible to answer any audit or formal inquiry concerning
            TIO sponsored contracts. To date, once an interview has taken  place
            where  TIO safeguards  have been  explained or  demonstrated, TIO
            contracts have been dropped from post-audit reports.
Management Controls to be Instituted:
      Although we believe these management practices are effective, there are areas
of potential improvement that TIO is presently addressing:
      •     Based on needs expressed by WAMs, a 2-3 hour in-house Seminar on
            estimating the hours/costs involved in issuing a WA is planned, as well
            as a refresher course for all WAMs.

      4     On-site contractor staff (presently 2 employees) will  be removed from
            TIO space in the Crystal Station facility by April 1, 1992.
Attachments

-------

-------
                                                                      1  9 7-32
EPA # 68-W2-0004
OSWER Mission Support Contract
Environmental Management Support, Inc. (EMS)

Feb. 2, 1992-Jan. 31, 1996


                             Contract Profile


     The purpose of this contract is  to  obtain the analytical, technical,  and
management support required by various OSWER program offices. The work required
under this contract requires the contractor to prepare and conduct analytical studies
of OSWER program strategies and regulatory initiatives.

     The work elements of this contract have been organized into three areas:

     -- General analysis and strategic planning;

     — General support for technology transfer programs, research and development,
           and training support as related to Technology Transfer issues; and

     -- Graphic Arts support.

     The Contract statement of work is attached. There are 15 active assignments.

Contract Statistics:

Negotiated Hours

     Base Year:   1/21/92 - 1/31/93;  30,000 hrs. @ $1,644,300

     Op. Yr. I:   2/1/93-1/31/94;  30,000 hrs. @ $1,698,921

     Op. Yr. II:   2/1/94 - 1/31/95;  30,000 hrs. @ $1,755,582

     Op. Yr. Ill:   2/1/95 - 1/31/96;  30,000 hrs. @ $1,814,916

     Totals:     4 years performance; 120,000 hrs. @$6,913,719

                       Cost  -I- Fee:       $5,913,723
                       ODC's:           $  999,996

                       FTE Equiv.:  14.5 per year (@2,080 man-hours)

-------

-------
EPA # 68-W2-0004
OSWER Mission Support Contract
EMS

Feb. 2, 1992 -Jan. 31, 1996
AUDIT SUMMARY:

      None

PROJECT OFFICER:     Thomas R. De Kay
                      OSWER/TIO
                      OS-110W
                      Tel. # 703/ 308-8798


Work Assignment Managers: (OSWER)
                      Argain, Karen (TIO)
                      De Kay, Thomas (TIO)
                      Fiedler, Linda (TIO)
                      Forlini, Michael (TIO)
                      Kingscott, John (TIO)
                      S. Bala Krishnan (ORD - De Kay)
                      Perdek, Joyce (RREL, Edison, N.J. - De Kay)
                      Powell, Daniel (TIO)
                      Smith, Naomi (TIO)
                      Steimle, Richard (TIO)
                                #  #  #

-------

-------
                                                                        9 -32
EPA # 68-WO-0034
OSWER Dedicated Training Support Contract
Planning Research  Corp.  - Environmental Mangement, Inc. (PRC-EMI)

Jul. 9,  1990-Jul.  8, 1994
                             Contract Profile

      The purpose of this contract is to provide the technical support required to
implement a systematic analysis of OSWER-related training needs and to plan, design,
develop, and deliver a national training program.

      The work elements of this contract include:

      - Analysis of training/workforce management needs;

      -- Design, development, and delivery of training;

      -- Technical support for OSWER's Technology Transfer Program, including the
      SITE program, as it relates to dissemination of information; and

      - Graphic support for management briefings.

      The contract statement of work is attached. There have been 18 completed
work assignments, and 19 assignments are currently active (total 37).

Contract Statistics:

Negotiated hours

      Base Year:   7/9/90 - 7/8/91; 27,500 hours @ $1,688,555

      Op. Yr. I:   7/9/91 - 7/8/92; 27,500 hours @ $1,732,622

      Op. Yr. II:   7/9/92 - 7/8/93; 27,500 hours @ $1,778,508

      Op. Yr. Ill:   7/9/93 - 7/8/94; 27,500 hours @ $1,826,331

      Totals:  4 years performance; 110,000 hours @ $7,026,016

                      Cost +  Fee:       $5,719,516
                      ODC's:            $1,306,500

                      FTE Equiv.:  13.2 per year (@2,080 man-hours)

-------

-------
EPA # 68-WO-0034
OSWER Dedicated Training Support Contract
PRC-EMI

7/9/90 - 7/8/94
AUDIT SUMMARY

    Feb. 1992 - Region III - IG Audit - Review of Superfund Contracts

PROJECT OFFICER:     Thomas R. De Kay
                     OSWER/TIO
                     OS-110W
                     Tel. # 703/ 308-8798

Work Assignment Managers:

                     Argain, Karen  (TIO)
                     De Kay, Thomas (TIO)
                     Fiedler, Linda (TIO)
                     Gray, Edward (TIO)
                     Latka, Mary (OERR - De Kay)
                     Marini, Steven (TIO)
                     Quander, John (TIO)
                     Seitz, Fred (OSW - De Kay)
                     Suit, Marlene (TIO

-------

-------
                                                                   MAR 1 9
 EPA #68-01-7481
 OSWER Mission Support Contract
 ICF, Inc.

 (Oct. 1, 1987 - Mar. 31, 1991)
                             Contract Profile

      The purpose of this contract was to  obtain the  analytical, technical, and
management services of a contractor to support various OSWER programs. The goal
of this contracting effort was to provide the  AA/OSWER with support required to
analyze policy options and design appropriate systems and procedures to improve EPA
programs.

      The work elements of this contract were organized into three major work areas:

           Research and development, technology transfer and training support;

           General policy analysis and strategic planning; and

           Risk-benefit and risk assessment  methodological studies.

      The Contract statement of  work is attached.  (96 Work Assignments were
      completed during the period of performance).


Contract Statistics:

Negotiated Hours

      Base Year:        10/1/87 - 3/31/89 ;  72,000 hrs. @ $3,308,431

      Op. Yr. I:         4/1/89 - 3/31/90;  36,000 hrs. @ $1,771,721

      Op. Yr. II:         4/1/90-3/31/91;  36,000 hrs. @ $1,835,423

      Totals:            3 years performance;  144,000  hrs. @$7,016,574

Invoiced Totals:         3 years performance;  107,690  hrs. @ $6,368,135

                            Cost + Fee:   $6,008,450
                            ODC:      $ 359,685

                            FTE Equiv.: 17.3 per year (@2,080 man-hours)

-------

-------
EPA #68-01-7481
OSWER Mission Support Contract
ICF, Inc.

Oct. 1,  1987 -Mar. 31, 1991
                               Audit Summary

                                1990-1992



1990:
      Feb -- Cong. Inquiry (Dingell Committee) - Review of SF Contracts

      May -- Reg. II  - IG Audit - Review of SF Contracts

1991:
      Feb - Cong. Inquiry (Dingell Committee) - Request for File copies

      Jul -- Region V - IG Audit - Review of SF Contracts

      Nov -- GAO Audit - Review of Contracts with "Consultant" clauses

1992:
      Feb - Region III - IG Audit - Review of SF Contracts
NB:
      1. The audits/Congressional Inquiries represent formal meetings where actual
copies of contract information were transferred to the interviewer by the Project
Officer.  This list does not contain information about telephone inquiries  from
Congressional Staff members, the EPA IG, or GAO where the contract was discussed
-- these conversations  generally  centered around the "consultant clause" of the
contract that was not exercised during the contract performance period.

      2.   Following  each  interview  listed  above,  no  further   action  was
required/requested and this contract was subsequently deleted from inquiry reports.
                                        #

-------

-------
EPA #68-01-7481
OSWER Mission Support Contract
ICF, Inc.

Oct. 1,  1987 --Mar. 31, 1991

Project Officer:
Thomas R. De Kay
OSWER/TIO
OS-110W
Tel. # 7031 308-8798
Work Assignment Managers (OSWER)

Bahnick, Joseph
Burgan, Karen
Calvan, Rita
Chemerys, Ruth
Cruickshank, James
De Kay, Thomas
Donovan, Kevin
Ellenberger, Karen
Ferenbach, Marjorie
Fiedler, Linda
Fields, Timothy
Gleason, Lee Anne
Gray, Edward
Haley, Jennifer
Harris,  Pam
Jones,  Timothy
Keffer,  William (Reg. 7)
Kingscott, John
Kremer, Fran (RREL Cinn.)
                 LaPointe, Elizabeth
                 McMaster, James
                 Marini, Steven
                 Meeley, Marianne
                 Morgan, Nick
                 Musgrove, Venessa
                 O'Leary, James
                 Pheiffer, Thomas
                 Prins, Chris
                 Quinn, Janet
                 Steimle, Richard
                 Suit, Marlene
                 Tulis, Dana
                 Whelan, Thomas
                 Wilhelm, Ronald
                 Yurman, Daniel
                 Zaragoza, Lawrence
                                 #  #  #

-------

-------
                       Agency Contracts  Utilized by TIO
                               (Buy-ins 1991-92)
                                                                                   Q '*3
Contract I/Contractor
Period of Performance
$ Amount 4 Hours
68-C8-0062 / SAIC
(PO - David Ferguson, RREL, Cinn.)
WA# 3-75
Forum on Innovative Hazardous
Waste Treatment Technologies:
Domestic and International
(Thomas De Kay -WAM)      11/18/91 - 12/30/92
                          $150,146 * 2000 hrs.
                          .96
FO8635-90-C-0380 / Delta Corporation
(IAG #DW57933881  / USAF
PO - David Graham, OCEM (Hq.))
WA# 91-2
Support for NACEPT Focus Group
(Thomas De Kay - WAM)     6/1 /90 - 9/1 /92
                          $185,000 * 3000 hrs.
                          1.44
68-WO-0032 / RTI
(PO - Norma Hughes, OSW (Hq.))
WA #11
Analytical Support for Utilization
of TSDR - RCRA Market Survey
(Michael Forlini - WAM)      3/8/91 - 10/31/92
                         $30,000 « 500 hrs.
                         .24
68-W1-0005 / Booz-Allen & Hamilton
(PO - Fran Hanavan, OERR (Hq.))
WA # F-34
Superfund Retention/Development
(procedures materials)
(Karen Argain - WAM)        3/29/91 - 7/31/92
                          $362,313 4 8,200 hrs.
                          3.94
WA # F-42
Development of a Technology Primer
(Jim Cummings - WAM)      5/9/91 - 9/30/91
                          $9,949 * 225 hrs.
                          .11
WA # F-43
Logistical Support, Fed. Remediaton Roundtable Meetings
(Dan Powell - WAM)         5/8/91 - 1-31-92
                          $46,661 4 1,000 hrs.
                          .48

-------
                                           -2-
WA # F-44
Community Relations Project (prepare
fact sheets on Inn. Treatment Tech.s)
(Nancy Dean - WAM)        5/21/91 - 3/30/92
                           $64,029 * 1,450hrs.
                           .70
WA #F-48
Procurement Procedures Guidelines
(fact sheets on regional experiences)
(Nancy Dean - WAM)        6/17/91 - 7/30/92

WA # F-52
International Trip Report Compilation
(Thomas De Kay - WAM)     6/24/91 - 12/31/91
                           $55,042  * 1,200 hrs.       .58
                           $14,375  * 300 hrs.         .14
WA # F-72
Analysis of SF Site Remedies
selected in RODS (Treatment Trains)
(Linda Fiedler - WAM)        12/12/91 -7/31/92
                           $13,160  * 300 hrs.
                           .14
68-CO-0047 / PRC-EMI
(PO - Wm. Frietsch, RREL, Cinn.)
WA #0-36
Innovative Treatment Tech. Database
(Linda Fiedler - WAM)        21/1/92-12/31 /92
                           $350,000 * 6,150 hrs.      2.96
WA # 0-38
Semi-Annual Status Reports
(analysis of SF sites using
innovative technologies)
Linda Fiedler - WAM)
21/1/91 - 12/31/92
$62,766  * 1,000 hrs.
.48
WA # 0-39
Market Report for Innovative Treatment Technologies
(Linda Fiedler - WAM)         12/91 - 12/31/92
                           $20,000 * 300 hrs.
                           .14
68-D1-0022/TRI
(PO - Alfred Galli, ORD (Hq.))
WA # 2-4
Revision of Tech. Support Director for
RCRA Correction Action and SF Site Remed.
(Dan Powell - WAM)         8/26/91 - 3/31/92
                           $20,000 + 320 hrs.
                           .15

-------
                                          -3-
68-WO-0036 / Roy F. Weston
(PO - Esther Williford. OSW (Hq.))
WA #TD 129011-001, A-F
Removal Applicatons Project
(ID use of innovative technologies in the SF
Emergency  Response Program)
(Dan Powell - WAM)          11/90-3/31 /92
$50,000 * 1,125 hrs.
.54
68-C9-0033 / Foster-Wheeler Enviresponse, Inc.
(PO - S. Rosenthal, RREL, Edison, N.J.)
WA# 2-R044
Eval. of Hazardous Waste Remediation Technologies
(Jim Cummings - WAM)      10/1/91 - 4/1/92
$50,000 « 578 hrs.
.28
68-C8-0058 / Dynamac
(PO - John Mathews, RSKERL, Ada, Ok.)
WA # 2HQ  1
OSWER Technology Support Program
(Richard Steimle - WAM)     10/1/91 - 9/31/92
$50,000 *  1,000 hrs.
.48
68-CO-0083 / ICF. Inc.
(PO - Miriam Romblad, Ofc. of Water (Hq.))
WA # 0-28
Anal, and logistical support to
Fed. Remediation Rountable
(Richard Steimle - WAM)     5/6/90 - 5/30/91
$295,000 4 4,185 hrs.
2.01
                                 TOTALS:
$1.828,441 * 32,833 hrs.    15.78

-------

-------
               v.^ 11  Tracking System   (MATS)          Rage :

               :ailed Audit Report

               ;C  PROGRAM                     Date  s  09/24/90
                      Peqion/HQ Oftice : GSWER/AA/OERR

                      Action Q-fricial  : JIM MAA3
                      Phone Number     : (202)  260-943?
                        WASTE AND EMERGENCY RESPONSE

                                     Federal
                                     Quest:. oned
                                        Disal low
                                                                0 :
                                                                o'  r
         !VE ENFORCEMENT  ACTIONS AGAINST
         3PCC REGULATIONS.   WITHOUT ANY TYRE OF
IOIQN3
INSPECTIONS PERFORMED  B
WERE MORE SUCCESSFUL.

                                               4 WERE  OF
           _  "ZNrATION  TO TRANSFER FROM THE OFFICE  OF
           ZKJ^  rsFONSIBILITIES DEALING WITH THE  SPCC
              !TE  TY  ADM!N1STRATQR..  WE HAVE NOT

-------
Date :  10/28/91    Management  Audit  Tracking System

                             Detailed Audit Report

Non Financial Comments
                                                      (MATS)
                                                                      •'age
RECOMMENDATION:  THE AA/OSWER  PROVIDE OVERSIGHT TO ENSURE THAT EACH
REGION PERFORMS ADEQUATE  ENFORCEMENT WHEN INSPECTIONS DISCLOSE
VIOLATIONS AND ^CLLOW THROUGH  TO  ENSURE APPROPRIATE ACTION IS TAKEN TO
CORRECT DEFICIENCIES.

CORRECTIVE ACTIONS:

COMPLETED- 11/90 SENT RECOMMENDATION  TO PLACE ENFORCEMENT
RESPONSIBILITIES FOR 3PCC PROGRAM AND RELATED PROGRAMS UNDER THE OIL
POLLUTION ACT
                FA) OF  19°0  IN  OSWER.
3/28/91-PREFARE MEMO TO EACH  EPA  REGION REQUESTING THEM TO TURN OVER
INSPECTION REPORTS OF SPCC VIOLATIONS  TO THE APPROPRIATE OFFICE FOR-
ENFORCEMENT ACTION.  Completed  10/01/91.                            ""   "

05/15/91 -DEVELOP  INTERIM GUIDANCE FOR  HANDLING SPCC VIOLATIONS' UNTIL, '' *
FINAL GUIDANCE  IS DEVELOPED,         ...                               - -
                                                                  "•..-W*
07/31/92-FINAL  SPCC  •< PHASE I) REGULATIONS PROMULGATED.* ~,'  . \ "   ' f * A.
                                                      .,.. :  :.:'    •• '   , »•!'.-
06/30/92-SPCC REGULATORY WORKGROUP BEGINS WORK ,ONI ENFORCEMENT GUIDANCE
FCR REGIONAL SPCC INSPECTORS.    '                     •         .... ;- •
1 ~> / •* r^ / O T»	Q C' P <"•
J. -t- i J. J_ / 7 jL. \w I W '—J

PROGRAM
                    CEMENT GUIDANCE DISTRIBUTED TO REGIONAL SPCC-
                                                                   '••
                                                                          • ^'.I:


                                                                          >•'-*'•
                                                                     . -_
                                                                  SPCC% :'
RECOMMENDATION:  AA/OSWER DETERMINE  IF THE RESOURCES ALLQCfcTEft.TO EACH.
REGION FOR PERFORMING SPCC  INSPECTIONS ARE ADEQUATE.  THIS
ENSURE THAT EACH REGION HAS ENOUGH RESOURCES NOT ONLY Tf
INSPECTIONS, BUT ALSO THE NECESSARY  FOLLOW-UP AND ENFORCEM^N^ ','If THE  t"
CURRENCT RESOURCES ARE DETERMINED TO BE ADEQUATE*' EMPHASl^Erto TWln••'.,/
REGIONS THE NECESSITY FOR OPERATING  A-COMPLETE INSPECTK
INCLUDES ADEQUATE FOLLOW-UP AND  EFFECTIVE ENFORCEMENT.,.  ''^ 3-'>^"^ ' ' \

CORRECTIVE ACTION:

COMPLETED- FY 92 BUDGET SUBMISSION SENT TO THE OFFICE OP1'MANAGEMENT
AND BUDGET WITH PROVISION FOR  ADDITIONAL SPCC RESOURCES."    *•-'.'  ,
 BEE MILESTONES  FOR.- RECOMMENDATIONS 1  AND 3, *

-------
::,iL-4TH  qUAR'EF.3  -VQI .; INC
:~""~GRKANCE  GF  INSPECTION
CMC  CONCERNING  ~~-

S.-'-E" JLEC ""--<- CL;G:-
                         T T :
                                                                     r o c ~ r^;

-------

-------
                    •"anagernen t  Audit  Tracking system  (MATS)

                             Detailed Audit Report   -"
                                                      Page :
      -4  ; 0400027   ~itla  :  CONTROLS OVER OVERTIME.           Date : 08/07/90
r-:a b Decision Proposed  :               Region/HQ Office :  AA/03WER/OERR
"Igt Decision Actual    :  11/08/90
                                      Action Official  :  JIM MAAS
Final Action Date      :  08/20/91      Phone Number     :  (202) 260-9439

Audit is greater than  130  days  past  GIG Issuance,  And Not Closed

DIG Information
   •„ Office :  DIRECTOR, OFFICE  OF  EMERGENCY AND REMEDIAL RESPONSE
Assignment tt :E13HF9-11-003?
Brant #      i
 'ios-ed Date
11/26/90
Better Use Neccmmend  :
Better Use Agreed     :
Ineligible
Unsupported
Unnec/Unres
Federal
Questioned
0
O
0
Federal
Disal lowed


CMJ
of
CM
_; i u oummary
OVERTIME CONTROLS WERE  WEAK  OR  NON-EXISTENT IN THE SIX OFFICES
REVIEWED, AND OFFICES VIOLATED  EPA POLICY BY USING OVERTIME CONTINUOUSLY.
"HE POTENTIAL FOR-ERRONEOUS  SALARY PAYMENTS WAS INCREASED, AND AN ENVIRON-
MENT WAS CREATED    .3WH ICH  FRAUD AND WASTE WERE MORE LIKELY TO OCCUR.

-------
                     r-TAT'3


                           •-v-'7 R,•••=?•!
             -'J...'P              Eata  i  09/24/
             Of^icie  :  AA/DSUER--'UWPE

            ;ic.;. al   :   SUSAN BROMM
             tpr       :  (202)  2cO-4SOS
n T <~;

-------
                            -t  Audit  Tracking bystem  (MAT;

                            Detailed  Audit  Report
                               .ID WASTE AND EMERGENCY RESPONSE

                                                Federal
                                                Quest ioned
                                       Tn eligible
                                       Unsupported
                                       Unnac/Unres
                                                                       deral
                                                                          lowed
                                                                               o
CL:._CWL:F REVIEW -OUND THAT
:iN2 CGST RECOVERY ACTIONS
CMISED IN CL'F SEPTEMBER  1
                               EPA WAS  STILL  NOT  AGGRESSIVELY
                               NCR HAD  IT  IMPLEMENTED CORRECTIVE ACTIONS
                               P& REPORT -
::RRECTIVE ACTIONS FOR" THIS AUDIT HAVE  ALREADY BEEN ACTED ON? FINAL
              5E COMPLETED UNTIL THE  THE  PILOT PROJECTS ARE COMPLETED
           3.  5 AND 9.  THESE PRCJECTS  ARE  EXPECTED TO BE COMPLETED IN

-------
                                                                                    r  ,
  -     l       .<
  ;    -  ,     '
  i.'-  '"  ! fj  f
  ,,'  ,,,  l'    "
      -"
  I'j  M  .      it          z
                              fji      UJ _J IL!  U      >-•!
                              (0      u n ;••>  o
                              >-< >-  z: rn uj          ir
                                 f.r'  ci, LI! u.i  7-i  rn  o
!        '  '  i           r   *
    i  i  _,   M       L     LI
-   HI      u     i         M
                                 f-  Li!  f  J
            ii '1.1      l    iJ{
l.!|
111 \~
n vr rn
:. vi !• 	 uj
ID
l -• r r i c~
U. IX f- UJ •
|j| n >--> u: ::n
. ' ii: \ (••••
:.-;. iu rn _j
(n i- ..j 1-1 ;:;i
>••< f!. i:.: (n
:.;: >~: uj
Q LI c.i LU rr
--:'- f-j T!
CC L! ! •• '!-:;'
D fr: n
C| 11 "1 „- .•.-!
Ui (LI i!.. n ! •
i.'i v" MI •- n -
'1 '' "";' l.'i . I'.l.
•: ' '•'• i i.V.i
' : . '!. f ! ! l.... '
<.-'! in IM jv
'• '• ' Q i-- a:
i ''; i • * •. l ; "r

a:
a
u.

~r?i
Ji
li.

H
L:I
iu
f.;.
n
u:
tj ..
K-
n
j
h— i
Lj_

.:»
( j
UJ
....!
K-

j. ..

UJ

O
%••
ill
_.J
i- i
a.

UI
...i...
»•• i-- >-
0"
c-? ll . Uj
O (II ">
H- n
in z in
o -i iij
n tn it
hi \~ UJ
 > H
i..H iti 1 	 ,:T
U .1 '•;!
LL r: D LU
»-! i
£ ft  x
r l!l
rn s:. >-
h- ' •'• Ijj . r i >-<
a. fr.. rn
o K. ui
H- U t: l£
l"l IV" i "!
. .! ill •••. ;>••
V1 f1.. LU it


K-
fJJ
n
tj
ll!
i •

o:
f;'r
ii..

o:i

Ui
T-T
-r
.. u..
i ! '
~?
rii
r-H
ro

IX

\Y_
I.J
Cl
1 1


_J

I..I

-  !  :'    :  I
                                                   I  I
                                                   I  I
                                                                                                          •..:     in  n      •,;••       i
                                                                                                            i         I' 1      !- 1        :
                                                                                                            i     'Z.  !..ll      r.-      !:•••
                                                                                                                 ri  !'i:      ;,::      ;••
                                                                                                            i     i-t          i  i      .,-1
                                                                                                          i:     in  r -      r i
                                                                                                                 UJ  01       !       !:'
                                                                                                          '!     IL   VI      l.  J      U.J
                                                                                                                  i   IV)      (h      !•••
                                                                                                                       j
                                                                                                                           tn  !i
                                                                                                                     I      Ui
                                                                                                                     i      u.;  >•
                                                                                                                    •!      R:  u!

-------
 2ND QUARTER:- OWPE WILL  INITIATE  A  PROCESS  T3
 AND RELATIVE PER-ORMANCE  OF THE MANAGEMENT  AN:
 f  '"  RECOVERY PROGRAMS IN THE REGIONS,
 10/01/7'1-QWPE  WILL IS3UE  THE RESULTS OF THIS CCS" RECOVER- "NG!
 ASSESSMENT.

 NOTE  4:   OIG BELIEVES THAT A SYSTEM IS NEEDED TO CENT"AL,_\ "."R:--.;
 BANKRUPTCY CASES.   A SYSTEM THAT  TRACKS THESE GASES  AND CCKP-IS'
 MONITORING WI:_L  RESULT.  IN AN OVERAuL BETTER  MANAGED  FR'OERA"s

 CORRECTIVE ACTIONS;

 6/30/9i-QWPE PLANS "1C DEVELOP' A SPECIALIZED  BAN,:RU::'TC'V  REPORT  .
 THE CERCLIS AND  CRCR DATA BASE AND  DISTRIBUTE IT TO  THE RESIGN!
 NOTE 5:   IN CUR  OPINION,  03WER HAS  DELAYED  'HIS ISSUE
 REPORT.   BOTH REGIONS 3  AND 4 IN THIS REVIEK'  STATED  THAT ~,- : S
 WOULD  IMPROVE ERA'S EMPHASIS FOR F RF ' S,   *E E'ELIEVE  THIS. ,-AN3;
 WOU^.D  PUT ON RECORD THAT  ERA EHJUL.D BE ir.:"GRMEI  IF A PR- BOSS
 BANKRUPTCY.
  ORRECTIVE ACTION;
 COMPLETE-ID  3/21 /9l -DUPE HAS  nDD-ESEEL  YOJR CG^rEN" RE
 INCORPORATIDN 0-  OP-ICIAL LRRDITOF.  LANGUAGE  INTO THE
 DEMAND POR RECOVER-,' C;r COSTS INCURRED  UNDER  CEPlT.h- S •- Ai-Ei-^DING
 BUI DANCE  TO REQUIRE WRITTEN DE-AiMDS  TO r--3L.UDE  L.ANSU-- GE  AS F0._!
 !    "EGTION IN THE  BANKRUPTCY  C3U^~,  EPA RESERVE

 EXPENSES  AGAINS" THE BANK^jFT'S ESTATE.-
       ic .


 EACH REGIONAL ADMINISTRATOR,   AND,  IN THE TRANSMITTAL.  RECUES"

 INTERNA^  CONTROL REk'l-UJ BASED ON THE RESULTS  OF  OUR REPORT AND
                           :AL  1°91 FEDERAL MANAGERS'
THIS  ISSUE IN  THEIR P
ACT ASSURANCE  LETTER.

CORRECTIVE ACTION:
 QSWER WILL DISTRIBUTE THE  FINAL SUBJECT REPOF"-" TC REGIONAL.
 ADMINISTRATORS  FOLLOW INS  ISSUANCE  BY  THE OIG,   'HE DISTRIEU'
 WILL REQUES"T THAT  IN PY 1991,  EACH
-THE OIG  REPORT  AND ADDRESS  THIS ISSUE IN THE I-' FEDE.RH...  MAN\3Er' =
 FINANCIA^ INTEGRITY AST ASSURANCE  LETTER.

 NOTE 7:   THE OIG  BELIEVES THAT THE  INITIATIVES ~A-E:\  RY OS,-,I-
 RESPONSE TO THE ADMINISTRATOR'S SUPER-UND MA:-AEEMENT  RE-.'IEv.  AR!
 START TOWARDS REDUCING NEGOTIATIONS  ~':. ilEFRA: ,ES.  .--../.E,-EH,  TO
 CONSISTENTLY COMPLETE !4EGOT IATIQNS  UJITHIN ~;YS  7 I^EFRAMG.!.  WE  I: i
-. OSWER NEEDS TO  DETERMINE THE  REASONS F.IR r^CT TI^3_/v ZI-^L^~1^:
 •NEGOTIATIONS.   FURTHERMORE, THE IN:." I A'"I VEc.  NC TEL L.  OSWE- r-RE
    M THREE YEARS  AFTER Oi_F.  GRIG
    .DLINES.
      8:   THE

-------

-------
•• '--~c.r ing bystem   (MATS)
                                                   age  :
T i : I a
                    R5    Data ;  C?/23/^0
                   : QSWER/AA/QERR
                  Action Official   :  JIM MAAS
                  Phone Numbar      :  (202)  260-0489

         ••'•5 Past  C13/Managemsnt Agreement  Dsts
               :RSENCV REEFOMS;

                Federal
                Quest ion-3d
                   'Jr supported
                   Unnec/Unres
                                                  Faderal
                                                  D i sa 1 I owed
                                           0
                                           o
                                          '.0'
                       DISPOSING OF WASTES

               •-AT  RE-ATES IN DETAIL, THE GUIDANCE
                     REQUIREMENTS, BUT WE HAVE NOT
                 ELINES FOR IMPLEMENTING THE
                                                   1-

-------
'XI I-JJ D
Hi iTj * -
cr ct- O
.1 tt Ml
i'D rj) lj.i
"Ti "S ft

t:: c \j
1)1 Hi !J.i
fii rn CT
ill
T:I -ii
iU I'D
' i n
rn n
m 3 •":•
tl 3 -I)
ni
3 CJ
CL O

•-..
.. ,, ,.y
f •-







O i' 'i




c: c -<
D D n
D tn in
ID E !--•
n ~3 M.
X Tl ill
C" O M.
3 -; fir
1 ft I-"
nj ra m
Ul D.
i




o o o













o o o
G) '!.:• TJ
-; ii; n
in in .;t
::i >-•
'-r til
D n
-i-p 3 -ii
iu h
:n !-•
.:•!• n
.'LI
'#

uu ml
I'll I-
H* til
oi cn
c.) t-i
n 01
O H

i •
C'--
-fc X>
i r-i
O 3
4-- .-H
C > 2'
-••J
;-|
O
.j".

rn
a
p
H'.
O
.-
x>
01
-H
in
I';.
7'
O
m
"S
rn
JO T| Tl
C ID uj
to a. m
Ul ID Z
•rt -5 n
i-1- ill -C
o >--
3 Ti
in ni
a. cn
TI
o
7?
01
rn

0 T|
i-1- m
ui a.
in so
t—1 "5
>-> -•' O cj ft. •
1 "i i'D .LI
I -K :r> n n n
| O 11 M. r...
! "'. ft m in •«
1 3 .... !.-.. ..-..
i !)' u o a '--
i .-i- :j ::i :j !-•••
i i-' •">
1 0 ID 1- "n 0
1 ..'J i\> n ••; i~-
..-i- .-!- i"i tn
:a '-; "TJ oi
rit t-;
H- i.n
iii

El ••!
1 '•
ae 1.U .d ,-f
I- '
O II)
".J
••
^l' -y.
d
J 01
^ H
j
i j'l
:i>
TI
x=
TJ I:. TJ
:r n I'D TJ
tl n- ii-) TJ
J M. M.
ra 0 o CD
D n H
z x :i>
C O T T)
3 -H El - i
cr -t.
ID i-- O 3
-; ri -t, x>
H.. .fl 2
ill - CJ
s-- n j>
rti H
m
*• «u • •
.... ?~ o CT
-•~i rn t.n TJ
o z s:
i.-j z ni
•- m ;n
H x 0
i.J, X O &
•"•• m *.t
CO TJ TJ fD
I -< TJ
CD m
CJ 7.1 I
-0 01 01 O
'.•i ,0 CJ
tr* x
p j
^*
'•v
-0
1— ••



•£• J, +•
••.. rn o
L •••) n i i'i
:;'";, •"' ; p-
" -• p J>
-o <.: •<
h--L r- -i
.i -j;r . . t
01 Z
n ; ^
i •-, , i •
...... ,T|
]> !":;
p i-i

0 u i
i""l
i'(" .Tl
; ! f.7

	 1 .._..;
-< u
i>
i~i ";r
cn n
i.0 rn
c.
rn r:)
ui c:
" i n
i'i H
i""- i "1
:n
;n -J
ni :i:
2: rn
H
rn
-'11 Tl
r i'
:t>
z n
Z "n
m "n
t.l n
n
O 10
3>
H 0
rn -n
TI Q
o rn
Tl Z
m
n ::ii
a 3>
2 r"
Ti
r~ n
rn a
H C
o oi
z m
r
n
01









ij :." j.) \ -i 'ii ni .- ';; •
';ri i i] i i X1 T i'i i " i i pi i. !
o [."! t"i :;••: rn ::;i ^ •' ' ...- '.-.
••'•• t.: a i r.: ,..;
c i""" TJ :i'. z i-i i:, .p n i n i. ., r •)
t ) i-' U ••••< .!> Z 2: :z ( .1 I-H p ri
- - j — i j : 	 | j .- j— j .. . j j • -i i: - - ,.•
f-i :' ! Z T-' I-H IT'i r"l |Vj rj ;•? '... :'i
c.) CJ t'l D o in 'TI in m .= ' p
;::'' ~:' in i" .,::-: • i m sin hi
01 0 1 "i "i :/ i • -i 7r i — i " n i i i- ' 4
s~ rn r cn !•"< p ' ' ':;;:i '.r. p-i
"D1 "n i -i iiirJ "1> ":"' !':••• . i i r i
;;:r rn H i n - -i ij'i -ri ... j. .;;.
CJ P T i"l !-l ' ' ("J J'' ~i" :
. -•*•• •' - ' .' '..: . .!. . J - i
J.-1 -'-I ";:" i"j '~' ("1 •' ' |"P I'j i'
\' H Z T -H "" jii ':::'' " ' !'• i 1:7J
''> n 11 '!•• - i " •;•' iri n i-i ~T ' '
(I) Z 'Li "-I ,:-. t) i::"'f i:'-l in ':n "n ";.
'"il ''Vi i"' '' '' •"! • "I "''
•J.' i 1.' 1 i i.i., | ; j ^ii I. ^
J.J ,ii ...l.i ji. "J'l '11 	 J | • -;i iii
D -H rn hi :,-: •.-•, -:ii fn -i :-i m
n o .!;! p n .r i-i ci ' Si! :::,
o c: u -< irj ,." -V; -n , 	 , ; .;
c: :i: . . -i r-i -.^ >.< ,-:- ' ,._H
z i> :-. n TI " n ... j -.>- ^ . --,
-1 M f'i'l Ij) i " >"' >-i T- :i:;; i 1 -r' .'"".
m X. Z I... "i;. :z ri'i fr- r, fn ni
o >i ni n ;r 1. 1. i iji 7' ' ;]-j
O Z .i::!! a -^ "T'j "Tl i' i j i"| '.. -
"Ti CM -H nj (,) o i":i ii-, rn f;
O C (ij fl r' i 	 f- . '-- '~
:r, tj) • h'l .- i-..< j- ,. i ,-i

"1 ^H !.:.! LJ ri T' 'Ji
-J i> a in i: ••< r-i IP
G -1 >•< JI f" *••< f'
O) ^ "i I"" ' 	 .~i ".-•'' "it -n i-j
, _r - " J — -I.- . '.' I — 1
-H 1> j -i "" - ITj •;•• |-i i '-
01 01 ' :..< m o rJ i-"
O -1 Gl X;' U) J, ;?
'Tj f i i "Tl J ~r -:i- i . •, 1' ^j ...
— •' - -i — ...; .1 .... II
x> I-H :u 'n n r 	 " -fi
-i :i ::n u o u I-H ri
.X 1> H X' I'l'l Tl Tl 11 -n ...j
m Z Z 3T C) if:'' r
T'' n I'M IT] 1-1 !-< ;..- (^ rn
rn ITI z rn 7T -5 -^ rt ~r
TI m <• -H TI ~i ni ;-j , i
-n z a -.1 r cn • m 'n
o rn p cj n m .« -n T:,
-n -,"' <- TI -T •- -•-' .-:
H ^ n _, 	 m o £ -H
u) -i jj z rn p
-i x> i> o -i £ , -,
o z :? z I'M n rn -n p
o i> x, o 2 S ," [:,
a z m TJ (jj - [-- i--,
ij l * -< ^ n n ,'i ->"-,
H "H Z 1> H i'::' m ~>
HI 01 O OM 7f T ii ^ n
i^ n rn hi '"".' m
TI n rn n • T>
Tl U GM --) '-^'
rn :-.. c f~, ,--,
:o E M ,r '
rn n n tD m
Z Z -H TJ
H r '."'
n
rn

• ''».'. • i j •
*







1 1 : !- ' I j '.: i i | : '..••' t "
i.""! "';.; .:iL lO ; i hi 'l O Us
! ; " ! f "Tl i ;| '"" i i ' "i
• -I-I \ 	 t - :"•" i ': .f . '; ' ,-, -
rn i , "•••, "V -" • -.1 i -TI
1 ! i • * .' • ..-J. : . . '.'~ 1 '1
'. .' ' .! '..i .1 II J t r"" "•
	 i ..;'• i -i IT) t;.i i'''i i . "•
'•:.: P i.i U ,. i fi i n i.;,
j : i i ~y T -, j-'--i . ; ; • •. "
II i • i . . ,.t • '-....' .;-'iii
t;.l -H I,, i i ;•• \}
.1, I..H ; ,-; j 11, ,;0
'. '• '-•- 1 ' 1 L J i 1 !. ! I t 	
,...! ^J n;, :r '•'' ;i': I , , ..i1

t-.i !' ' i i 1:1
--". ' ' -• "-'-'- O 1 3
oi ni m 013
" l.'l I'll Mi :".n I Hi
i '"• • i ::-' -^ r- 1 i --. -T
.- • - •'.,... j^._ 1. 	 F | ... ! •£
i t'1 CO ••:" 1 ti ii
'...: ""! ''• • : '• 1 '.'1 -~1
' ' '•- ! •!•• . ' ' t..j ff:
i"- ._. ,. H'l r", i a
1 i i 1 i . V Hi
i. • J ! 1 h i 1 • ; :• 3
i i --I i : rB
P O ill ill 3
tl .'H i:.i O ct
£ "f> i i : in
£•; '"' :l'"' i:t V
"H '. 1 i - 1 iji C
T. c..: in hi i- n
m :s i • >-- M.
•"' n in ct
'n -- i < a
»••••• c:i ,ii rn -H
Z hi '3.! X> 3
:.t:. -H ,-- in r m
i n_. rn *•* u n
i ' I .1 :! I J.i r- "T
C;j iji "1" ci- H-
C 'J) IT'I • ) ri
i-i ii'j • jii ID
':.' iii :i;= ni
i± -,1 •-•'• '!•' u)
i..'! ! 1 '/ ^ II' ':.'
t") --:: -5 ui
01 f.:l 	 i ft fh
i— i iii
.o T:' ";r 3
01 ,z in
	 Ci p
•''"•- - •'..
ni n :s
r~ i--i :ii T)
i 	 ••{ rn 	 \
01
:tv n ..
01 U Hi
.-, ,...
a H
i A'- i i
:.L :i> m
iii n
:u -H i
C) T
TJ rn
01 TJ
OJ
iD
0)

" >i
-J




-------
        10/23/91
Z-A'3 CCT.
                     Management Audit Tracking  System  (MATS)

                              D s"; ails d A u. d 11 Rep c r t
POST-SARA  REMEDIAL  ACTION REPORT  ~C CONGRESS
 UNRELIABLE A: DID MC1" COMPLY WITH APPLICABLE  PROVISIONS OF
         RELATED CONGRESSIONAL  INTE^T-

-------
                                                         (MATS.
                                                                                   10"
                                                      ,;D REMEDIAL ACT I CM;
                                            A" I ON  "ii\D f-A - E  ALREADY
                                            UiHANZE  T"£ THE  SUPERFUND
                                            E -'G I' :•. 7- I'lT . -   THE  MANUAL
                                            FT ML" Ai E'-'ENTS.   THESE
                                            :TCPITTE£ LIST  SITES ARE

                                            •"STEM  CERCLISi.'  EVENT
                                            'EAR  TO  'EAP TO  MAKE CERCLI!
                                            CF FURT-ER DESCRIBING
                                             ST^f-'TS,  ANOTHER  SUB-EVENT
                                            RT "  THE F/ !PQI pRnGF.A-vi
                                            "RA  CONTRACT AWARD"
                                            --T fiF . SITES' '   WHICH IS
                                               THROUGH THIS SUB-EVENT,
                                            GGTIUNNAIRES DESCRIBED LATE
                                            f T 13 !-"~T pop THE 200 RA
                           MEGANUrl
                              PC
                                       "0 RESIGNS  WITH SPECIFIC  200 RA
                                       IS BASED ON LESSONS LEARNED FROM

        GIG  REGUE3T WE  ADDED
                                     ADDITIONAL  INFORMATION  ON  9/24/91.
  G-EGTlGNNnlRE HAS Ai_SO  BEEN PREPARED WHICH WILL SOON BE  SENT TO THE
                            FY, AND  RE~UPN FOR EACH SITE BEING TRACKED
        HE  GIG RA SMARTS MANDA'E.   AMONG THE  QUESTIONS  INCLUDED IN  THE
        NAIr:E IS "WHEN  DID THE CONTRACTOR START ON-SITE  WORK'"'"  THIS
          NI_L. ENSURE  THAT, IN ADDITION TD A CONTRACT AWARD,  THE
        WGF:-. HAS ACTUAi_LY STARTED  IN CGNFORMAriCE WITH CONGRESSIONAL
       REGIONAL 3TAFFS,  ESPECIALLY  RPMS, OF  THE SPECIFIC  SITE
ACTIVITIES  Ti--.AT CONSTITUTE AN RA  AND THE DEFINITIVE CRITERIA FOR
IDENTIFYING FUTURE POST-SARA RA STARTS,
WC.PE PR;'



"TUP PH! ;
         SPONSEi  WE  ACCEPT THIS  RECOMMENDATION AND HAVE  ALREADY
         D  ACTION.  GUIDANCE ON THE  200 PA  STARTS AND CANDIDATE LISTS
         VIDED ~0 THE REGIONS  IN  NOVEMBER . 19vQ,  AND ACTIVITIES TO  TRACK
         IGA'-E  EITE5  ARE IN PLACE,   THE "SUPERFUND DESIGN AND
         TION UPDATE" G" APRIL  1991,  WHICH  IS DISTRIBUTED TO RPMS,
         AN  AR'l luLE  ENTITLED,:   "THE SARA  200 UPDATE."   ADDITIONALLY,
         OWING ACTIVITY IS PLANNED.
             7/91 FCL.LCW-UP MEMORANDUM TO REGICNS WITH  SPECIFIC  200 RA
             	"'  """"•  ":~'            iprrc; p.aprn n  ipv   LEARNED FROM

-------
 175 RA  STARTS'." """

 RECOMMENDATION 1C.
REVIEW  SITE RECORDS FDR THE 91 SITES, INCLUDING  IN  THE  178  RA STARTS,
SHOWN  IN  THE 1936 NPL LISTING AS HAVING ^'RE-SARA  ACTIONS  COMPLETED TO
DETERMINE WHETHER POST-SARA ACTIONS REPORTED WERE. FIRST RA  STARTS FOR
THESE  SITES.
                                                                    THE
                                                           REGIONS IN
 EBRUARV
 I ••'£?% Ai\D
 E, 3. ' REMOVA
        ES-'GNSE:   WE ACCEPT THIS RECOMMENDATION AND HAVE  ALREADY
        E:  THE ACTION.   ACTIONS INCLUDED:  ADDITIONAL QUESTIONS IN
            INFIRMATION QUESTIONNAIRES DISTRIBUTED TO T
            91.  THE QUESTIONS WERE:   (1) "WAS THIS THE FIRST  RA AT THE
             (2)  "WAS OTHER WORK PERFORMED AT THE EITE PRIOR  TO THE RA
                C"TIGN OR A VOLUNTARY ACTION BY AN RP)?",  AND  REVIEW OF
                EN"" AND ACTIVITY SUMMARY REPORT FOP NPL SITES DATED
          j_, ,  _
        OUGH
 -OLIO/  DURING
 AND ENFORCEMENT
 INCLUDED  IN  'HE
 OBTAINED,  THE  R
              HE  REVIEW,  WE IDENTIFIED SEVEN INSTANCES OF PRE-SARA  WORK
              FPP3  BUT NOT AUTHORIZED BY THE PROGRAM AT THAT TIME.   EPA
               THE  REPORTING PERIOD REQUIRED A RECORD OF DECISION  (rod)
                 DOCUMENT FOR ALL PRP-LEAD REMEDIAL ACTIONS THAT WE'RE
                 REPORT.   WHEN THE ROD AND ENFORCEMENT DOCUMENTS WERE
                 START WAS CONSIDERED SANCTIONED, AND THE RA CONTRACT
                        AS THE ROD SIGNATURE DATE.  WE STAND BEHIND
                        INSTANCES ARE HIGHLIGHTED IN THE "REMARKS"
             AND
             i iLKhU
             THESE
             !ENT  B.
THA'
 WERE I
IR"~ WAS
'HE FAG'
            JTI N
            -iERF
                  D  WERE  INSTANCES OF INITIAL REMEDIAL MEASURES  (I
                  D  IN  THE  EARLY  1980'5.   WHEN THE OCTOBER 17, 1939
                  D,  ALL  IRMS  WERE CONSIDERED REMOVAL ACTIONS BECAUSE
                  RMS WERE  CONVERTED TO REMOVAL WORK WITH THE 1985
                  CY  "LAN.   IN RESEARCHING THE IRMS, WE FOUND TWELVE
            ERE, BECAUSE
                         STATE COST SHARE
A ROD OR OTHER
CCW"
't I AC
            OR WE
              I  IRMS  APPEARED  REMEDIAL IN NATURE.  THESE INSTANCES
              ••>  THE  "REMARKS"  SECTION OF ATTACHMENT B.  THE  IRMS
              )  FIRST RA  STARTS,  HOWEVER, BECAUSE THE WORK WOULD
              <  POST-SARA RA START CRITERIA OF "SUBSTANTIAL  AND  -
              DID NOT HAVE THE ROD OR ENFORCEMENT DOCUMENTS
RECOMMENDATION  ID.  REVIEW  THE  178 RA STARTS REPORTED TO CONGRESS  IN
OCTOBER 1939 TO ENSURE  THAT ACTIONS REPORTED CLEARLY MET SARA
REQUIREMENTS AND CONGRESS IONALX INTENT.   DELETE ANY SITES WHERE
STATUTORY REQUIREMENTS  WERE NOT*MET.
                                                                              *
OSWER RESPONSE -. -

    WE ACCEPT THIS RECOMMENDATION AND HAVE ALREADY COMPLETED THE
ACTION. ANOTHERP'QUESTIONNAIRE  WAS PREPARED AND DISTRIBUTED TO REGIONAL
3UPERFUND DIVISION DIRECTORS ON  FEBRUARY 14,  1991.  THESE
QUESTIONNAIRES WERE RETURNED AND EXTENSIVELY ANALYZED BY THE OFFICE OF
EMERGENCY AND REMEDIAL RESPONSE  (OERR)  STAFF.   THE ANALYSIS" SHOWED
THAT FIVE REMEDIAL ACTION  STARTS WERE INAPPROPRIATELY INCLUDED IN THE
OCTOBER 17, 1939 REPORT TO CONGRESS BASED ON THE CRITERIA WE
ESTABLISHED IN DECEMBER 1987.                        •    \   . ,- .:
    IN OUR REVIEW, WE ALSO FOUND'- THAT SOME RA STARTS DID NOT PROCEED
IN A TIMELY MANNER OR TO THE EXTENT THAT WAS ORIGINALLY PLANNED.
-;PSE PROBLEMS OCCURRED AFTER THE  DEADLINE,  HOWEVER, AND WERE NOT
  .TICIPATED WHEN THE REPORT TO  CONGRESS WAS DISTRIBUTED.  THE DIB ALSO
UITED SOME OF THESE PROBLEMS IN THEIR AUDIT;  HOWEVER, THE R$ STARTS
WERE APPROPRIATELY INCLUDED" IN  THE OCTOBER 17,  19896 REPORT^ .....  ;M :

   WHEN THE OCTOPFR 17                                "'
                         1 QOO CMrc.nt.-r
                                       <-<  r-.--.~

-------
                                               D  OTHER ADMINISTRATIVE T
               SINNING ON-SITE WORK.  FOR  THOSE  CONTRACTS AWARDED IN  THE
LAST FEW  MONTHS  OF THE REPORTING  °ERTOD,  HOWEVER,   T"HE WINTER LEATHER
CAUSED  FURTHER DELAYS.,  UP TO  31;'  -^ONTHS.    IN ^DUP  INSTANCES,  WORK  WAS
DELAYED SE'-'QND SIX MONTHS,  AND  T-fE3E  INSTANCES  ARE  HIR-HLI GHT^,  TN  THF
          COLUMN OF  "rHD JUNE 1"!  "IMAL  -""A"1'1 ° -vcr;-HPT
     IN  FCDrt GTHEP  "N::~'~-NT."-

PEF'jR T  w-  '-'-HDUCED ,  ;~"jj;~;-
CONTRACT!", AND  THE  POL-OW-CN  CC
-RAME  GR.:5INALLV EIN^ISiONED  JR
                       ;  DI "j NOT Fr;CCEEr IM ^HE TIME
                       r~'~(~  n:~  WnPk-  !..IT T'-l T r,j  -r;.,p  n^hjTPflr —
                       -.._• ... i  ;__  •._• t   s j •—•!-.!•.  • v j. .  . ,1. i -!  i : ,_,  ,—,.	i -j ; ~.. rn Lw :

                                                              •'CGNMENCEMEN
                                                              Pi  -r—  TMF
                        RECOMMENDATION  WITH THE FOLLOWING  ALTERNATE
                       W  UPDATED  AND  FINAL REPORT,   "COMMENCEMENT OF
                                   TO CORRECT tr-wQpg TIXJ  JHE  FIRST  REPORT AND

                                                      ENSURE THAT FUTURE
                         A!"E hE.-'ORTED  ACCURATELY  AND  RELIABLY.
GSWER  RESPONSE
     A  REMEDIAL.  DE^


COORDINATORS CANNi.
 RECOMMENDATION  AND  HAVE  ALREADY INITIATED  ACTICN.
  REFINED  AND  EXPANDED  IN PREPARATION FOR
 .... ,T. ... T .!/_•• |-- p.  •--• f_ j rj  •"?:';,".  !?v.."--.  CO T £*• "• T" C'


!DN  'RD)  TRACKING  SYSTEM  HAD  BEEN ESTABLISHED  FOR
-  COORDINATORS TO  KEEP TRACK  OF  PROJECT  STA-T'JS.   THE
 E R r A U E b  v1.' I : ',"• ~._-.— R D L I S _' A T A ,  AND  T r. E  r! ™ id I U N A L
  Uvc!"vR I L ji  : f: J. ~  L!riTA.  W"tEN CE.~:L'LIb DAFA  ChiANidEb , ^T"1.'—
 ON THE TRACKING SYSTEM.   SINCE  200  PA  3TAR"r3
1 'l~ - ''' ; ."""" -   ; .-•( :—  : i :-••.--' T"1' I  ', ~: f—i  "".' f" ! ~! . i • i'-1 i-^ :

                  OMF'LE~E

-------
                                          MILESTONES FCR IMFLEMENTATIOr
                                        ISTIONNAIRE3  UilTHIN
                                     AIRES TO THE  REGIONS.

                                     E3"IONNAIRE3  WITH  CERTIFICATIDN3.
                                     ;,r;E HAVE FUSIONS  RE3UBMIT AN
                                     II t-' I ~"'~l f- ROE LEM3  FDUND.
                                     ICUTROL3 AND RETENTION
                                     1J!^'_ -E'vE^.3 FOR  DOCUMENTATION
                                     DI"" I'NAL 21"" POST-SARA REMEDIAL
                                 N =   CERTIFICATION QUESTIONNAIRES
                          ON 3E.  WILL BE RETAINED  IN  ERA  HEADQUARTERS
             iKS. ADDITIONALLY,  HEADQUARTERS WILL ADVISE  THE REGIONS TO
             :~E SET  OF  QUESTIONNAIRES IN THEIR CENTRAL FILES AS WELL
             INDIVIDUAL. O.UE5TIOMNAIRE3 WITH THE SITE FILES.   THESE
             XIL-  3E DELINEATED IN THE UPCOMING 'MEMORANDUM CLARIFYING
               FOLLDUi-UP  MEMORANDUM TO REGIONS WITH  SPECIFIC 200 RA
                AND  REFINED PROCEDURES BASED ON  LESSONS LEARNED FROM
:EIItV1ENDATICN 3D.  RECONCILE DIFFERENCES IN POST-SARA RA DATES
REPORTED TO CONGRESS  AND THOSE CONTAINED IN CERCLI3.   ANY SITE WITH AN
ACTUAL FRE-SARA RA  DATE  OR NO LEGITIMATE RA START  WITHIN THE POST-SARA
:,E-:ORTIN3 PERIOD  SHOULD  3E DELETED FROM THE POST-SARA ACCOMPLISHMENT
•E.-IiRT,
:3WER RESPONS
              THIS  RECOMMENDATION AND HAVE ALREADY  INITIATED ACTION.
     A HEADQUARTERS,  HAZARDOUS SITE CONTROL DIVISION,  MEMORANDUM WAS
     "C THE REGIONAL  INFORMATION MANAGEMENT COORDINATORS WITH COPIES
                                   THE MEMORANDUM  IDENTIFIED FORTY--OUR
                                     '.RMATIQN QUESTIONNAIRES AND THE
CEP.-S_;» !'HA CONTRACT  AUJAPD"  FIELD.  AS OF THE 6/7/91  CERCLI3 UPDATE,
TWELVE DISCREPANCIES  REMAIN  TO BE CORRECTED.

-------

-------
I-  I
a  i
n
••.  n      m


     r       -;r  t .
 "  "            10
    U".      'i.   !
 ill  I"!'"      I.   •'  i
 •'  Lii       ::i  -i:
 'i'i  ("i      ir  n
                                                                                                                                                                   Cr-  i  J   v   .j"  >:r
                                                                                                                                                                   •~   UJ      O  O
                                                                                                                                                                        CJ         i
                                                                                                                                                                                      U!   til   I
                                                                                                                                                                                     XI   111   I
                                                                                                                                                                                      ni   •_;   i
                                                                                                                                                                                     l.L  (J   I
                                                                                                                                                                                                                                             xi  in
                                                                                                                                                                                                                                         ill   n.i  QJ
                                                                                                                                                                                                                                         ...J  4',  '; .

                                                                                                                                                                                                                                         !' !   'j   ["

                                                                                                                                                                                                                                         -<   0 "5
                                                                                                                                                                                                                                         in  i   '•-..
                                                                                                                                                                                                                                                                   111
                                                                                                                                                                                                                            i  )
    Ui
    t  j
                                                                                                                                                                                                                                                  o   *
                                                                                                                                                                                                                                                  11   "

-------
                                    pa •"•* ,^1 j i— j =
                                    -- '— ' ": —I LJ .1.
"ate :  1O/28/91    Management  Audit Tracking  System  (MATS)
NH3t Decision  P-op*ed  :
'-ct D-;: is ion  Acituaj    :  C'3/27 '3
                 ^r: .
                                                                        Page
                                       Pegion/HQ  Cities :  AA/OSWER/OBW

                                       Action  Ct-ficial  :  ERIC  BLJRMAN
Final Acticn  Date     : 01         Phons Number     :  (202)  382-207

Audit; is  greats^ than 3o5  days  past GIG/hanagement Agreement  Date

GIG  In -format ion.
     Gf-Fics  :  ASSIST. ADMIN.  FOR SOLID UIA3TE  AND  EMERGENCY RESPONSE
Assign men t  # ; EiDl*6-06-0156
Glosed Date   :  09/21/S7

Better Use Recommend :
Batter Use Agreed    :
                                                       Federal" '
                                                       Quest i oned
                                        Ineligible
                                        Unsupported
                                        Unnec/Unres
Federal
Disal lowed j
               .3SS5C-.

-------
10
i|
r i ; <
Li j 1
1 ! IH il.
:,: .. .i ...J tJ !-•
>"'i ii' '"I -* a:
ii. t :i r.-i L>:
•••! i -i a)
> 7^ ' .a:: v; i-
n Lil ff c'f. l!.J
;:- i o ii: u t H-
iii !•; T 7'' C[
H-- GJ o a: in i-
!•••• U i 	 U! X. CO
>-'! I J Li. • !l!
iv u. to <••;: iiJ ...i n
:-r u '. ';•'• u. i: o.. ^
. O i .i 5 . 'T
l~ j- i J • 0.! n
•••••! M ri'i i: r: to
i... T- n i.;i LJ u: i':j
ITI o" :> ••••-: n ;i tu
"'i l.j.1 UJ fO u: h U
II, LI LL UJ :..."! O
""i at u. i.r
r.j n '• u (.1 i"J.
i- r i i I'.*.' ..•
iv >- ' ...j ~v 3:
m h- O C:i ! iii !..i,i
M '' i ' ii.! .-,- it: -•• .-
i u" a '"• ;;; LU
(I; jj 1 	 ! ,,' L;
i 	 r • !-• !'!'! <<'.
hi !- i i ' .••'
!"'- ii'i i" i hi Ti -.v ;::<
,", • : 	 i [•'•'!
ir: '"' hi o ;Y i. ^
! ' ! :' ) \ L . • i..;J i.... i
LU »•< :-. ' ' r: ir
'X ;'i"i i' i y: r."i
j i- l ! L.
i ': i J f- i- i .1
••!.' •;• i.:, I.I ',.!•'. ''I ' '•
t 1
'-•-...
'^ - U 6 m'.^' "'m r^
'r •- .! i;'.!- *-'., '-: ;; ;, n "" '" -"
s ?• ? ^;;- ;; ?,^j ^: ini a,
^ ":: - " §fen & :iuS . Vi t;n ^
H ; ss^ stta ^ ? £ ^s ;,. ;
•-•-, f. m >•• -;•' n a:. n. "•• l- y.J - ;i .'- r
..-' ! '••' -' • j -• „„:.. .. .... , ; i i i | i • .. I 	 ) ._ i-..
Z >- M U ". ! H pi ^ ,-, 	 &!' ^ "i'l'y "''"" f
.J f- : en _i 'r >• £ ,•;; ;,' . u- ,/ t. ,::, ,,. ,., s. c
H? tn "in:! l:'zlli z.'^- i;;?- ;± -
'% ^ Pa(" S|a! ll,u p.,:: inb o, |
Tiv ^ u.;i^ |!s ^ M -:: n, -I loj ^':i;
!;i • ; :'"' :..' ';: - ^ !:' ""  ;- l>;
" ,., , • ,' - i ,: -:• \- Ml r :! V ' J f< LU l-i ! -- '•;' ••;>
; ' i.:-' ' ^ ,. -J :' TH m ,r i i .:i in !U •!.. i: i -1 f ' j::
^ ' ••••• l'..: ' ..... ,• , ..• .," ,;i T- ,:- i " r i ii! •• •- '- '~!
s. i: y^i h.^§ *t "^" ,: , !•• '••• -•
'a?1 ;;: =;Ky ^'ii;- ^-; -f;:?H; n.-.-- ••
in t • • •. • .1 ' -' ' ••-• . ' , • i , i , T • I- .. T; •
•:• [I/ JC. ..;i;. ;,;! il ' : .i U4 | ;;' L;r ,. ,., ' ,, j ,:.
'" 5 'i! in ;'! - n V n: ' o: - [u ^ 5: ' :i; -^ ;-.
'':' ' :''' ii -T r-H .•— . ..I,. ''..!.. "" '- '; ''':
-« • • i i •(• ' - ...... ,-, --!. r- | - - . , :-i ' "i :, j
r: LI.! "< >•> "< ':- tfi i'' !;i ^ " .-, ;•.; '..•' -'• •' 1 ,' , f!' ;T i'i i'^
! 	 ; !.i. |J:! '.-•' T ''.,'. j.1 ,-r .1 ,* h.. CO LL IU : ! !f .'•- V' ll! !;
t J-. •:;" i, ;;i ;:..•: ;:';; m i ,;' i i ri u ii1! ' ' "' M • • 	 , *
'...' ,, ::: ,;; ..' *,.'••• ;. : !.. ; ,L ,;; :;: > , •••.• in >- 
-------

-------
Ll i
h-
           U.J
           111
           til
            iij
            l_.
            in
                                  1.1
f   in
in  1:1
                              r:i o
                              h	 t
                                  u
                                  tn -
                                  111     >••
                                  UJ     ir:

                                  LL.I  Q ;r:
                                  "  *  ":;  !!!
                                    i   T "'
                                                                1,

                                                                ! • I  1 1
                                                                1  i    j
                              111
                   i    i  l   I     UI
                   n  n  L    • K
                   *•   H   ^ LL UI
                                                                                   i   _.i  in
                                                                                                    i
                                                     I        LL  ..    J
                                                             Cl  C i   I    f
                                                                                                   L
                                                                                           i.
                                                         I        Ul 'I

                                                             I
                                                         i  i  >ij  a i
        h  I  I
i    i  i  in i
      i      i
_i  i       TI                     i
 r-  ,.„,     .....      L .  I    f.
 '  f                     I      »-  I
                           I 1  I
                   I        I    I   <
                       I  i      LI
  i      'li     i      i    '
    r
i      i
    i
                           i     r
                                                                 i     i
                        in     Hi  IU
                                                           i        i
                                                             i
                                                           i
                                     i
                                          '
                            ...i          I I l-
                                   i
                            •:.        i     t
                             i               i
                                                                            LI     i

-------

-------
          TIQN CT-:   E',-'AL..-A":"E E^-CH  0^ THE REGIONAL r'ILOT  PROJECT'S TO
 :E~ERMINE I^HICH ONE is THE MOST  EFFICIENT AND CAN BE USED AS A
  'ANDARD.
:::RRECTI'.:E  ACTION:   THE CEFR POST-IMPLEMENTATION EVALUATION  DID NOT
INCLUDE A FORMAL REVIEW OF '"HE BENEFIT-COS" OF THE VARIOUS REGIONAL
: I_0T PROJECTS.   HOWEVER, CERCLIS MANAGERS AND USERS REACHED A
ICNEEN3US BASED ON ACTUAL OPERATIONAL EXPERIECE, THAT REGION IV'S
'JAST'ELAN PROVIDED "HE MOST EFFECTIVE  AND EFFICIENT PROCESSING
:'i_ATFCRM. ALL  REGIONS HAVE IMPLEMENTED THE WASTELAN MODEL WITH THE
          OF F.E3IQN IX OELA'-'ED DUE  Tj THE EARTHQiJAKE.
       'ED  -  OA/-9C
 ECO^MENDAT'ICN  (S) ,   E3'T'APLI5H ^ SYSTEMATIC CHANGE CONTROL  PROCESS ^OP
 EFMITTING  ADDITIONAL.. REGIONAL AND  HEADQUARTERS NEEDS TO BE EVALUATED
 O APPROVED  FOR  INCLUSION INTO THE  STANDARD SYSTEM."
      "._., ;„ ; . :	. ;„_ _ JC;
                                 CHANGE  CONTROL r'RCCE3S  INCLUDES  FORMAL
                                 ,   IMFAC~  ANALYSIS,  AND MANAGEMENT
            :ON  .91:   ESTABLISH COMPLIANCE  PROCEDURES AND ENFORCEMENTi|
            j  ENSURE  DATA IS REFORMED ^ROPERLY,  ACCURATELY, AND  TIMEL

            iCTICM:   CZF.CLIS REPOT.TING  IS TIGHTLY COUPLED TO PROGRAM
            )  ACCOMPLISHMENT EVALUATI ON.  A3  A RESULT,  THE REGIONS
            'ATED  TO  PROVIDE TAMELY AND ACCURATE DATA.
  MCMMENDAT
 :  WORK  WIT- REGIONAL OFFICIALS  TO  ESTABLISH A
.ITY  CENTER  ^JI~"HIN THE REGIONS  FOR SUPERFUND SITES.
                      RECOMMENDATI ON  I MR LEMENTEI
::ECC;1MHNDA""ION  -ill;:.  REVIEW AND EVALUATE  THE HEADQUARTERS SUPERFUND
FU!-.iCT:CNE AND RESPONSIBILITIES TO ASSESS  THE FEASIBILITY OF A  CENTRAL
RSSFGNSIS::LI~V  CENTER FOR ALL SUPERFUND FUNCTIONS.

TO-REC~IVE ACTION-:   RECOMMENDATION  IMPLEMENTED.  THIS RECOMMENDATION IS
::.CSELV K'SLA- EH TQ  RECOMMENDATION  (9^.
             VL/33 'SEE RECOMMENDATION  (9)
RECOMMENDA"ICN  (1C):.  DEVELOP FOR THE  ADMINISTRATOR'S APPROVAL  AN
AGENCY-WIDE DIRECTIVE FOR ESTABLISHING MANDATORY REPORTING
REQUIREMENTS  FOR -CERCLIS.
CORRECTIVE  ACTION:   RECOMMENDATION NOT  IMPLEMENTED.  DATA  IS  OF
SUFFICIENT  QUALITY  TQ SUPPORT THE  INFORMATION REQUIREMENT.

-------
IT!




IT
                               LJ
Li... O

-------
c

-------
Date :  IO/28/91
         Management  Audit  Tracking System
                             Datailad Audit
            ii  Com flieri 15
09/30/33 - DIG  ISSUES  FINAL REPORT OSWER RESPONDED  12/02/38 -

12/30/;=3 - CIS  REPLIED THAT THEY CATEGORIZED THE OSWER  RESPONSE AS
"NONRE3RON3IVE:1
,---, -T •- .•--. ~r / -—• —: 	 :~i-—'T i r~ ™-  '-i.AJi  (A T": * -! T :— C" T
                              "HAT
                         'HE  01G ASKED THE AGENCY AUDIT
RESOLUTION GROUP  {ARG)  TQ RESOLVE THE IMPASSE CGNCERNINS  THIS
04/21/39 ~  013 PRESENTED ITS WRITTEN CONCERNS TO THE ARG
05/13/39 -  OSWER  RESPONSED TO THE ARG REQUEST TO CLARIFY J.T'3
•-•03ITICN ON EACH RECOMMENDATION
C7/07/39 -  013 ADVISED THE ARG THAT THEY WOULD CLOSE THE AUDIT
-ECOMMENDATION  ( 1 j :   ASSURE  THAT THE EPA HQ PROJECT OFFICER  (PO)  MORE
AGGRESSIVELY MANAGE  AND  DIRECT OVERALL ZONE ACTIVITIES UNDER  THE  FIT
CONTRACT WITH NL3,   THIS SHOULD INCLUDE INSTRUCTING THE PO TO MORE
CLOSELV MONITOR  REGIONAL FIT OPERATIONS,  AND INITIATE CORRECTIVE
MEASURES TO RECTIFY  PROBLEMS AS THEY ARISE.

CORRECTIVE ACTION?

a) SPECIFIC PERFORMANCE REQUIREMENTS TO REFLECT SOUND CONTRACT
MANAGEMENT PRACTICES ARE INCORPORATED INTO EACH PC'S AND DEPUTY PO'S
•DPO'S) PERFORMANCE  STANDARDS.   PO'S AND DPO'S VISIT EACH REGION  AT
LEAST CNCE A- YEAR  TC CONDUCT. AN IN-DEPTH REVIEW OF FIT CONTRACT
OPERATIONS.

RECOMMENDATION  (2):   THE HQ  PO SHOULD (A)   INCREASE THE MINIMUM
REPORTING REQUIREMENT FOR FIT HOURS FROM 60 TO SO PERCENT;   ASSURE
THAT R=:OS RATE CONTRACTOR PERFORMANCE IN ACCORDANCE WITH EPA  GUIDANCE.
FURTHERMORE, AWARD FEES  SHOULD BE PRINCIPALLY RESERVED FOR WORK
RELATED TD THE FIT PRIMARY MISSION.  IN NO CASE SHOULD AWARD  FEES BE
GRANTED FOR DEFICIENT WORK;  (C) AND DECIDE ON A SINGLE RATING
EVALUATION SYSTEM, AND EMPLOY THAT SYSTEM  UNIFORMLY THROUGHOUT THE
FOUR REGIONS.
CORRECTIVE ACTJQN:

;2A) WHILE WE  A6REE WITH THIS RECOMMENDATION, WE DO  NOT  FEEL IT IS
PRACTICAL TO REQUIRE 80 PERCENT REPORTING LEVEL  IN ALL CASES (E.G.
Ml >\ T T '
i ; U L_ ! A i
LONG-TERM PROJECTS).
 C2B) WE-ACCEPT  THIS RECOMMENDATION.  THE AWARD FEE  PLAN WAS APPENDED"
TO THE CONTRACT AND 'WAS DISTRIBUTED WITH THE CONTRACT  AT THE TIME OF
AWARD AND  IN  THE FIT ZONE CONTRACTS USER'S MANUAL.      ;


 :2C) WE ACCEPT  THIS RECOMMENDATION.  THE PERFORMANCE EVALUATION BOARD
 (PEB) EVALUATES FIT CONTRACTOR PERFORMANCE UNDER  PERFORMANCE
EVALUATION  CATEGORIES.   EACH FIT OFFICE AND THE ZONE PROGRAM
MANAGEMENT  OFFICE IS A SEPARATE- EVALUATION CATEGORY.   THE AGENCY HAS
ATTEMPTED  TO  CHANGE AN INHERENTLY SUBJECTIVE PROCESS AND MAKE IT AS
OBJECTIVE  AND CONSISTENT AS POSSIBLE.               '    - „-            -
                                                    • .•*-       . '
RECOMMENDATION  (3):  THE HQ PO SHOULD BE INSTRUCTED^TQ:  TA1S> ASSURE  ,
TU AT CT; r~ ^ T -~> K ! A ' >-• 1-tr-p -«-i <—1-»- ,—%'p— -r /-ir— ^-. -—^ s\ • *-!-• t/-^r-.»-»*— t.r.—. ..jf**-.*—  — - •-»..  .-*.-. -^-. •—— —.—..—. — —

-------

-------
                                                              "i Ik
                                        "El I -'_ -'RT''  ~-  I MPLEME1" -""I f'
                                                NCLUDE
                                              IN A MANNER CONSISTENT WITH
                                 "H*3 FECOMMENDATIDN  AND HAS DECIDED  IT
                                 FG MANDATE TGXICDLDGICAL ASSESSMENTS  F~R
                                 i51L_ITv  TG CONDUCT  THESE ON AN AS NEEDED
              M  ;S- :  " ";-E CONTRACTING  OFFICER  (CD)  SHOULD  OBTAIN THE
              _ CURRENT AND  FUTURE FIT OFFICE  MANAGERS TO  ASSURE THAT
              •"HE  EDUCATIONAL  AND EXPERIENCE REQUIREMENTS  OF THE
E--ZRY  FIT C:;'FICE  f-iATJAGER i:URRENTLv HAS  A RESUME  ON FILE  AND WAS"
CAREFULLY EVA^jATED TO DETERMINE HI5  CR HER QUALIFICATIONS.

Ri::CGJ"MENDA"IQN  (6;:   THE :-'C  SHOULD BE INSTRUCTED TO ASSURE THAT TDD' S
ARE ADMINISTERED  IN ACCORDANCE WITH THE ERA "FIT ZONE CONTRACTS
MANAGEMENT GUIDE."
""HE AGENCY AGREES  ^ITH THIS  RECOMMENDATION.   THE MANAGEMENT GUIDE
•:::::ORr;EP;..V TITLED,  "-IT ZONE  CONTRACTORS USERS GUIDE") WAS ISSUED
I'HTiilN  ONE MON^H  JF CONTRACT AWARD.   EACH RPO WAS INSTRUCTED IN THE
TRANSNI'TTAL MEMCRANDUM TO  FOLLOW THE  TDD ADMINISTRATIVE  PROCEDURES.

-------

-------
,-±  IN  ROUTINE  CGMMUNICA
                      Nan aa;
                   'rsrkLnp 3-/sts;i!   (MATS)
Final  Act:.jf(  Da";e
                                                  '
                    :n=?.ri ._:fcb days
                                       :  AA/GSWER/GWP!

                                       :  SUSAN 5ROMM


                                   ^ c r" e 2 :Ti t? P, t D 6. "t 3
         rma* i or.

                                                       EMERGENCY  RESPONSE

                                                           Federal
                                                           Questi oned
                                              supported
                                           Unnsc/Un res
            DN  2ANNOT
            IMF_.EMENTA
            1992.
GR THIS AUDIT  HAVE LARGELY BEEN IMPLEMENTED.
EE COMPLETED UNTIL RCRI3 PILOT TESTING IS COMPLETE
TIGN  IS COMPLETED IN  ALi_ REGIONS AND  STATES  BY THE

-------
                                           INDUCTED  THROUGHGU"

                                          S FIVE NEW  STARS
                                  n-'p,-  nppQF
                                             i  i-ii'-iiJ
                      I   -ED AND
                      rCf 3 ADDRESSING  THE
                      "i^C FRAMES FOR
                      [' S EOT IONS,  AND C'
                                                             SE  OF
                     ES WI...L.  TRACK REGIONAL PROGRESS IN MEETING
                     N  "HE  RCRA ENFORCEMENT RESPONSE POLICY
                    ;3 sivir-o GUIDANCE  ON

    GN (4) :
    ACK INS
    MPROVE
rGR:-'1 AN  ASSES
>1 '--HAT CAN EZ
SMEN~T  TO  DETERMINE  AN EFFECTIVE
 UI\IFORI"1LV I'-IPLEMENTED BY THE
ING AND ENCOURAGE THE RESIGNS  T!
                "ESTINO TO  REPLACE  HWDM3 IS COMPLETED IN REGION
 - .COMPLETE  RCP.IS IMRLEMEN~AT::ON  IN  ALL REGIONS  AND STATES
"i  A MEflORANDUM WAS SENT  TO rHE REGIONS REQUIRING INTERIM
 AND FCLL014--UF  SYSTEM UNTIL RCRI3  IS IMPLEMENTED.
  TION  :5;s   ESTABLISH  AGENCY-WIDE  STANDARDS REQUIRING THE
iCE IF ROST-ORSER CCflFLIANCE FILES.

-------

-------

-------
m	i o
    CJ 'Z.
'V  T CI
:-  rn u.i
o  :^ -H
<"  m 3>
                                                                            I   n   n      ;.n
                                                                            i   i::  in       Q
                                                                            !   m  a.      m
                                                                            i   ii'  rs       :,;:-:
                                                                            i   '"I" "i       i"l

-------

-------
                              SIS  TO  THE REGIONS THE AGENCY'S POLICIES
                              BENEFITS IN PROPOSED AND  ASSESSED
             :;.CRA CIVIL PENALTY POLICY  WAS RELEASED " QN OCTOBER
                            F':OM EACH  REGION ON THEIR EFFORTS  TO
               r:'-'
                        C-A CI' I_ -ENALTY POLICY IS DUE.
                   EDI i_::r. "OP COMPLETION  ON 09/30/90.
                                                            'HIS ACTION
                   :   RE-EMPHASIS TO  THE  REGIONS THE INTENT  OF  THE  .„
                   OLICIES ON 7HE COMPUTATION OF GRAVITY-BASED  PROPOSED
           ,: r-
  /29/90 - RELEASE  OF RCRA CIVIL PENALTY  POLICY.  USED AS A GUIDANCE
  CUMENT "OR REGIONS ON ESTABLISHING  AND  NEGOTIATING APPROPRIATE RCRA
 ECOMMENDATION  (Z~i :   OECM AND OSWER  INCREASE THEIR OVERSIGHT  OF
 EGIONAL ENFORCEMENT PERSONNEL TO ASSURE THAT NEGOTIATED PENALTIES
      COMPLY WITH  Ti-iE RCRA CIVIL PENALTY POLICY.
iO/Ol/S? - GECM  SENT A MEMO TO ALL  AAS  AND RAS DESCRIBING  THE  NEED TO
ADHERE TO AGENCY PENALTY POLICIES AND  DOCUMENTATION REQUIREMENTS.

'• 0/2C'/?0 - OSWER AND OE SENT A JOINT MEMO TO THE REGIONS WHEN  THE RCPP
;^-S RELEASED  STRESSING ADHERENCE TO THE RCPP AND DOCUMENTATION
^EOUIREMZNTS.  FURTHERMORE, OSUjER AND OE ARE CONDUCTING RCPP  TRAINING
yJHICH FURTHER STRESSES THESE NEEDS,  THE REGIONS WILL BE CONDUCTING
SEL.F AUDITS AND  03WER WILL BE REVIEWING PENALTY CALCULATIONS.   ALL
Ti-,ESE ACTIVITIES WILL HELP ENSURE COMPLIANCE WITH THE RCPP CALCULATION
AND DOCUMENTATION REQUIREMENTS.
                     Ti-cls : LUST PROGRAM
Audit 4  :  91004S7
M:3 t Dec 15 i en  Proposed :
Mgt Dscisio-  Actual   :  04/04/90
Date : 09/21/891
                                       Region/HQ 0-f-fice  s  AA/OSWER/LUST

                                       Action -0-f-ficial   :  DAVID 2IEGELE
                                       Phone Number      :  (703) 308-8S50
  ne.I Actiarf  Date     :

  ,d i t 12 greater than 3i5 days past  OIG/Management Agreement Date
                                                                               I

-------

-------
                                             '.."•",   (MILESTONE TO    .'*•-
                                            ORIGINAL  05/30/90 TARGEf
                               :~E::~REEENTATIVE3 OF THE  ASSOCIATION OF
                        D  i--A5:"Z MANAGEMENT OFFICIALS  (ASTSWMC) TO
                        .1~IE3  CONCERNING EXPOSURE RATH-  WAYS,
                        ;RPECTIVE ACTION WAS CHANGED FROM ORIGINAL
:L.£5'
RELEASE POLICY  CN  THE RESPONSIBILITIES  OF THE STATES
AL.L PATHWAYS CF EXPOSURE TO GASDL INE~CCNTAMINA~ED WATER.
       EMENT CORRECTIVE ACTION WAS  CHANGED FROM ORIGINAL
       TE TO 04/01/91)
                                        T'S AND HEALTH/  TO REC

-------

-------

-------
       CONTRACTS INFORMATION SYSTEM




           SUPERftrtf CONTRACTS








           ACTIVE CONTRACT LIST
               FEBRUARY    1992
UNITED STATES ENVIRONMENTAL PROTECTION AGENCY








PROCUREMENT AND CONTRACTS MANAGEMENT DIVISION






          WASHINGTON. D. C.  20460

-------

-------
   02/27/92
                   ENVIROM1ENTAI PROTECTION AGENCY
                     CONTRACTS INFORMATION SYSTEM
        CNBR   SORT     ACTIVE CONTRACT LIST
                                                                                                                            PAGE     1
                                                                                   C-PC SPANS 65«65:
CONTRACTOR NAME
CONTRACTOR ADDRESS

TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
EFF-DATE CONTRACT
EXP-DATE RFP-NBR

C -CLASS
PROD/SRVC
SB AREA
REPRESENTATIVE
FUNDINB PROGRAM
AREAS
«••••
MAX.EXP
MAX.POTVAL
   TECHNOLOGY APPLICATION INC.
   6101 STEVENSON AVE
   ALEXANDRIA VA 22304

   PIPKINS GROUP
   994 DANA AVE
   CINCINNATI OH 45229

   ITEP ASSOCIATES. INC
   CHESTER TONERS
   11499 CHESTER RD
   CINCINNATI OH 45246

   ITEP ASSOCIATES, INC
   CHESTER TOWERS
   11499 CHESTER RD
   CINCINNATI OH 45246

   S-CUBED
   TO BOX 1620
   LA JOLLA CA 92036

   AQUA TERRE COMPANY
   2672 BAYSHORE PKHY
   MOUNTAIN VIEH CA 94043

   THE CADMUS GROUP INC
   135 BEAVER ST.
   HALTHAM MA 02154

   TECHNICAL RESOURCES INC
   3202 TONER OAKS BLVD
   SUITE  200
   ROCKVILLE HD 20B52

   RADIAN CORP
   6501 MO-PAC BLVD
   P.O. BOX 201066
   AUSTIN TX 76720

   SYRACUSE UNIV  RSRCH CORP
   MERRILL  LN
   UNIV HEIGHTS
   SYRACUSE NY  13210
LARGE BUS     CPAF  OPPERMAN
TECHNICAL SRVC  65  ROBERT F. THOMAS
OH-SITE ANALYSIS SUPPORT/RREL/CI

SMALL BUS     FP    TANNER
TECHNICAL SRVC  65  PANLIKAS
TECHNICAL/ADMINISTRATIVE SUPPORT

LARGE BUS     CPFF  OPPERMAN
SERVICES        65  SIMES
TECH.SUP.3ERV.9A/WC PROG./RREL
                     12/26/69  66C00001   C
                     09/30/94  C90901RB1  B504
                                         X

                     01/19/90  66C00010   S
                     09/30/92  C90924RB1  T001
                                         D

                     02/14/90  66C00015   C
                     09/30/92  C9R0162B1  AZ11
                                         X
LARGE BUS     CPFF
TECHNICAL SRVC  65
OPPERMAN
POWERS
06/01/90
09/30/92
DURABLE FIBER ABATEMENT TECH.ENS.SERVICES
66COOV16   C
C90927RB1  R599
           X
LARGE BUS     CPFF  OPPERMAN
TECHNICAL SRVC  65  SIMS
RREL/QA/QC SUPPORT

SHALL BUS     CPFF  OPPERMAN
SERVICES        65  GOLD
EXPOSURE/RISK ASSESS./ERL/ATHENS
                     05/25/90  66C00017   C
                     09/30/93  C90636RB1  AZ11
                                          X

                     06/22/90  66C00019   C
                     •9/30/93  C90916RB1  R504
                                          C
 LARGE BUS     CPFF  TANNER               04/13/90  66C00020   C
 TECHNICAL SRVC  65  LONG                 09/30/93  C90627MB1  F202
 TECHNICAL SUPPORT FOR IMPLEMENTATION OF THE UNDERGROUND       X
 SMALL BUS     CPAF   LITTLEFIELD
 TECHNICAL  SRVC  65   FRANK
 TECH.SUP.SERVICES/CORY
 LARGE BUS     CPAF  HENNESSEY
 TECHNICAL SRVC  65  HALL
 CONSUMER COMM.REGS.DEVEL.
 NON/PRFT RSCH CPFF   OPPERMAN
 SERVICES        65   POIRIER
 ENV.HLTH.ASSESS.DOC.
                     04/27/90  66C00021   C
                     03/31/94  C90476RB1  R421
                                          A
                     07/10/90  66C00032   C
                     06/30/95  C00209MB1  F202
                                          X
                      11/20/90  6BC00043   C
                      09/30/92  C00929RB1  AH91
                                          X
                                                                                                          62C
                               62C
                                62C
                                                                         62C
                                                                         62C
                                63K
                                                                         40E
                                                                         63M
                                                                         28C
                                                                         643
                                                   09/30/94
                                                 11,9U.lt!
                                                   09/30/92
                                                    66B.476
                                                   09/30/92
                                                  1,123.065
 09/30/92
2.263.113
                                                    09/30/93
                                                   1.221,524
                                                                         09/30/93
                                                                       13.646.240
                                                    03/31/94
                                                  Cl.Sei.149
                                                    06/30/91
                                                  M.965.797
                                                    09/30/93
                                                   4,597,807
    CIS
             BASE AS OF 02/27/92
                                                                                                                               EK/1
I I

-------
    02/27/92
                                                      ENVIRONMENTAL  PROTECTION AGENCY
                                                        CONTRACTS INFORMATION SYSTEM
                                           CNBR   SORT     ACTIVE CONTRACT  LIST
                                                                                                                             PA6E
                                                  C-PC SPANS *5»65:
         CONTRACTOR NAME
        CONTRACTOR ADDRESS
TYPE
EFFORT
PROJECT TITLE
COST  NEGOTIATOR NAME     EFF-DATE   CONTRACT
  PC  PROJECT OFFICER     EXP-OATE   RFP-
C-CUSS     REPRESENTATIVE	
PROO/SRVC  FUNDING PROGRAH     HAX.EXP
SBAREA          AREAS        HAX.POTVAL
    BELMONTE PARK LABORATORY
    1415 SALEM AVENUE
    DAYTON OH 45406

    PRC ENVIRON MGMT. INC.
    303 E. HACKER OR. SUITE 500
    CHICAGO IL 60601

    SCI APPLIC INTERNAT CORP.
    8
-------
   OZ/Z7/9Z
                                                     ENVIRONMENTAL PROTECTION AGENCY
                                                       CONTRACTS INFORMATION SYSTEM
                                          CNBR   SORT     ACTIVE CONTRACT LIST
                                                                                                                            PAGE
                                                 C-PC SPANS 65««5:
CONTRACTOR NAME
CONTRACTOR ADDRESS

TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
EFF-DATE CONTRACT C -CLASS
EXP-DATE RFP-NBR PROD/SRVC
SBAREA
REPRESENTATIVE
FUNDING PROGRAM
AREAS
4H^^n
MAX.EXP
MAX.POTVAL
   HADE MILLER ASSOCIATES. INC.
   1911 N. FT. MYER DR. 1702
   ARLINGTON VA 22209

   ABT ASSOC INC
   55 MHEELER ST
   CAMBRIDGE MA 02138

   ICF INC
   9300 LEE HNY
   FAIRFAX VA 22031

   PIPKINS GROUP
   994 DANA AVE
   CINCINNATI OH 45229

   DONALD CLARK ASSOCIATES
   4045 S. SPENCER ST.  OA-59-B
   LAS VEGAS NV 69109

   TEMPLE. BARKER t SLOANE INC
   33 HAYDEN
   LEXINGTON MA 02173

   SYRACUSE UNIV RSRCH  CORP
   MERRILL  LN
   UNIV HEIGHTS
   SYRACUSE NY  13210

   SCI APPLIC  INTERNAT  CORP.
   &400 NESTPARK DR.
   MCLEAN VA 22102

    SCI  APPLIC INC
    •JRB ASSOC INC
    8400 NESTPARK DR
    MCLEAN VA 22102

    AFCI INC
    1365 BEVERLY RD
    PO BOX 396
    MCLEAN VA 22101
SMALL BUS     CPFF  HENNESSEY
TECHNICAL SRVC  65  FOLSON
ECONOMIC/POLICY ANALYSIS
LARGE BUS     CPFF  TANNER
TECHNICAL SRVC  65  HATKINS
ECON./REG.ANAL./EVAL.SUP.
LARGE BUS     CPFF  ADAMS
TECHNICAL SRVC  65  BARLES
POLICY t TECH.ANALYSIS
SMALL BUS     CPFF  TANNER
TECHNICAL SRVC  65  MORRISON
MAILROON SERVICES
SMALL BUS     FP    SCOTT
SERVICES        65  MILLER
DONALD CLARK ASSOC.
10/01/90  68C00069   C
09/30/93  C00903NB1  R421
                     A

10/01/90  68C00080   C
09/30/94  C00937HB1  C214
                     X

09/28/90  68C00083   C
09/30/92  C00930MB1  R498
                     X

09/30/90  68COOOB4   S
09/30/93  C01375FB1  R533
                     D

09/20/90  68C00085   C
09/30/93  C00949RB1  8215
                     C
LARGE BUS     CPFF  CONNOLLY             09/29/9*  68C00090   C
TECHNICAL SRVC  65  NIEHUS               09/30/93  C00908MB1  F103
TECHNICAL SUPPORT SERVICES FOR EVALUATION • DEVELOPMENT       X
NON/PRFT RSCH CPFF  HENNESSEY
TECHNICAL SRVC  65  MCKEAN
HEALTH ASSESSMENT DOCUMENTS
 LARGE BUS     CPAF  OPPERMAN
 SERVICES        65  GANT
 ON-SITE TECH.SUPPORT

 LARGE BUS     CPAF  HENNESSEY
 TECHNICAL  SRVC  65  FORSHT
 REGULATORY DEVELOPMENT
 SMALL BUS    CPFF  HENNESSEY
 TECHNICAL SRVC  65  NEE SMITH
 TECH SUPPORT -  ATHENS  LAB
01/29/91  68C10004   C
09/30/92  C000933T1  AH31
                     X
 01/17/91  68C10005   C
 09/30/95  C00904RB1  AH31
                     X

 01/01/91  66C10006   C
 09/30/92  C000922T1  AH31
                     X
 03/21/91   68C10012   S
 09/30/92   C01350RB1  AH91
                     D
                                                                                                          40C
28A
28C   06P   02K
09L   20R
52E
60J
                                                                        29A
                                                                         643
                                                                         63P
 28C
                                                                         31C
                   09/30/93
                   7,601.032
                    09/30/94
                   3.451.931
  09/30/93
14.389,710
                    09/30/93
                     824.830
                    09/30/93
                     613,332
                                                   09/30/93
                                                   2.062.425
                    09/3
                   4,228.626
                    09/30/99
                  37,200.541
                    09/30/94
                   8.107.238
                    09/30/92
                   t.734.218
    CIS D
              A3E AS OF OZ/27/9Z
                                                                                                                               EK/1
I I

-------
    02/27/92
                                                      ENVIRONMENTAL PROTECTION AGENCY
                                                        CONTRACTS INFORMATION  SYSTEM
                                           CNBR   SORT     ACTIVE CONTRACT LIST
                                                                                                                             PAGE
C-PC SPANS 6***5:
CONTRACTOR NAME
CONTRACTOR ADDRESS
EASTERN RESEARCH GROUP INC
6 HHITTEHORE ST
ARLINGTON MA 02174
GLOBAL GEOCHEMISTRY CORP
6919 ETON AVE
CANOGA PARK CA 91303
HAZ-STOR INC.
2454 DEMPSTER STREET
DESPLAINES IL 60016
TECHNOLOGY APPLICATION INC.
6101 STEVENSON AVE
ALEXANDRIA VA 22304
TECH30FT SYSTEMS INC.
1375 KEMPER MEAOON OR
CINCINNATI OH 45240
TECHNOLOGY APPLICATION INC.
6101 STEVENSON AVE
ALEXANDRIA VA 22304
MIDMEST RSRCH INST
•BIOLOGICAL SCI OIV
425 VOLKER BLVD
KANSAS CITY MO 64110
EASTERN RESEARCH GROUP INC
6 HHITTEHORE ST
ARLINGTON MA 02174
DAEDALUS ENTERPRISE INC.
P.O. BOX 1669
ANN ARBOR HI 46166
TILLMAN ASSOCIATES INC
RT 7 BOX 306
ADA OK 74620
SCI APPLIC INTERNAT CORP.
1710 GOODRID6E DR.
P.O. BOX 1303
MCLEAN VA 22102
TYPE COST NEGOTIATOR NAME EFF-DATE CONTRACT
EFFORT PC PROJECT OFFICER EXP-DATE RFP-NBR
PROJECT TITLE
SMALL BUS CPFF HODGSON 09/30/91 66C10016
TECHNICAL SRVC 65 MANNING 69/30/94 C01356RB1
CENTER FOR ENVIRONMENTAL RESEARCH INFORMATION TECH. SUPPORT
SMALL BUS FP OPPERMAN
SERVICES 65 GOLD
WIANTITIVE ORGANIC ANALYTICAL SERVICES
SHALL BUS FP BZDUSEK
EQUIPMENT 65 CASTRO
HAZARDOUS MATERIALS STORAGE BLOBS
LARGE BUS CPAF CONNOLLY
SERVICES 65 THOMAS
GN-SITE TECHNICAL SUPPORT EHSL
SMALL BUS FP HENNESSEY
TECHNICAL SRVC 65 REYNOLDS
ADMINISTRATIVE SUPPORT
05/22/91 66C10020
02/26/92 C00206RB1
03/12/91 66C10021
03/26/92 C001518T1
64/61/91 66C10022
69/36/92 C001221T1
04/17/91 66C10023
09/30/93 C100653T1
LARGE BUS CPAF OPPERMAN 05/09/91 66C10024
SERVICES 65 ROGER NEESHITH 09/30/95 C10002RT1
ON-SITE TECHNICAL SUPPORT SERVICES FOR US EPA IN ATHENS. GA
NON/PRFT RSCH CPFF OPPERNAN
SERVICES 65 NERNER BECKERT
ANAL METHODS DEVELP ft EVAL, SAMPLE ANAL.
LARGE BUS CPFF ANDERSON
TECHNICAL SRVC 65 CAROL HAYNES
TECHNICAL SUPPORT FOR PEER REVIEN
SMALL BUS FP ODEN
EQUIPMENT 65 LUNETTA
AIRCRAFT MULT. SCANNING RECORDING SYSTEM
SMALL BUS CPFF CONNOLLY
SERVICES 65 PFEFFER
PEER REVIEN ft ADMIN. SUPPORT FOR RSKERL.
07/10/91 66C10029
09/30/94 C100019RB
ft QA TECH SUPPORT
07/17/91 66C10030
09/30/92 C100605T1
07/14/91 66C10036
07/15/92 C100646T1
09/30/91 66C 10046
09/30/92 C100676T1
ADA
LARGE BUS CPFF TANNER 10/01/91 66C10066
TECHNICAL SRVC 65 ANN HERN 09/30/92 C100063T1
TECH SUPPORT FOR PRFL QUALITY ' ASSURANCE ft SAFETY PROGRAM
C-CLASS REPRESENTATIVE «••••)
PROD/9RVC FUNDING PROGRAM HAX.EXP
SBAREA AREAS MAX.POTVAL
C
AH91
A
C
R504
C
C
9416
A
C
R504
X
9
AH91
D
C
AH91
X
C
AH90
X
C
B599
X
C
K066
A
C
R498
A
C
R599
X
26R
60A
51E
60A
52E
43K
60J
648 72A 64
643
269 66J
63L
62C
69/36/94
3.564.136
02/26/94
11.666
OS/M/M
114,466
03/31/9*
16.667.947
69/36/93
555,246
69/36/99
16,633.253
69/36/94
4.466.77*
69/30/99
3.661.716
07/15/92
449.671
69/36/93
344.643
09/30/96
t. 949. 719
    CIS DATA BASE AS OF 02/27/92
                                                                                                                                EK/1
I i

-------
    02/27/92
                                                     ENVIRONMENTAL PROTECTION ABENCY
                                                       CONTRACTS INFORMATION SYSTEM
                                          CNBR   SORT     ACTIVE CONTRACT LIST
                                                                                                                            PABE
                                                 C-PC SPANS 65*65:
CONTRACTOR NAME
CONTRACTOR ADDRESS

TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
EFF-DATE CONTRACT C -CLASS
EXP-DATE RFP-NBM PROD/9RVC
9BAREA
REPRESENTATIVE
FUNDINB PR08RAM
AREAS
^•^tM
MAX.EXP
HAX.POTVAL
    CLEMENT ASSOC  INC
    9300 LEE HHV
    FAIRFAX VA 22031

    LABAT-ANDERSON
    2200 CLARENDON BLVD.
    SUITE 900
    ARLINGTON VA 22209

    SIERRA TECHNICAL SERVICES
    4208 ARCATA HAY,
    SUITE A
    N.  LAS VEGAS NV B9030

    TECHNOLOGY APPLICATION INC.
    6101 STEVENSON AVE
    ALEXANDRIA VA  22304

    NORTHROP CORP
    •NORTHROP SRVCS INC
    P 0 BOX 12313
    RSRCH TRI PK NC 27709

    RADIAN CORP
    6409 RSRCH BLVD
    AUSTIN TX 78756

    NORTHROP CORP
    •NORTHROP SRVCS INC
    P 0 BOX 12313
    RSRCH TRI PK NC 27709

    EASTERN RESEARCH  GROUP INC
    6 MUTTEHORE ST
    ARLINGTON MA 0217*

    ARTHUR D LITTLE INC
    CO ACORN PARK
    CAMBRIDGE MA  021*0

    AFCI INC
    1365 BEVERLY RD
    TO BOX 396
    MCLEAN VA 22101
LARGE BUS     CPFF  CONNOLLY             09/30/91   68C10076  C
TECHNICAL SRVC  65  CIOMNEC             09/58/92   C100003T1  R421
TECH SUPPORT - ENV HEALTH ASSESSMENT DOCUNCNT9/ECAO          X

SHALL BUS           OPPERHAN             11/01/91   68C20100  C
TECHNICAL SRVC  65  EARL EASTWOOD        09/30/92   C101360T1  L099
SUPPORT SRVCE FOR DEVELOPMENT AND OPERATION OF USEPA
SMALL BUS     CPFF  CONNOLLY             It/09/91  66C20101   C
SERVICES        65  KANTOR               89/98/91  C01215RB1  1496
TECHNICAL SERVICES IN SUPPORT OF ENVIRN MONITORING            C
SMALL BUS     CPAF  BZDUSEK/CB
SERVICES        65  RATHBURN
TECH.SUP.MARINE DISCHG.ACTIV/ODM/MA

LARGE BUS     CPAF  ENIN6ER/DR
SERVICES        65  FRANK
TECH. ADM.SUP.SERV/CORV
LARGE BUS     CPFF  SAVA6E/LH
RESEARCH • DEV  65  COUGH LIN
TECH.SUP.REGUL.DEV/ODN/NA

LARGE BUS     CPAF  REYNOLDS
RESEARCH ft OEV  65  COSBY
TECH.SUP.SERV.FOR ADA/ADA
 SMALL BUS     CPFF  BZDUSEK/CB
 TECHNICAL SRVC  65  MINTZ
 DCV.CftIT.DOC.t HLTH.ADVIS/ODN/NA

 LARGE BUS     CPFF  ENINBER/DR
 TECHNICAL SRVC  65  ROYER
 PEER REVIEH  I GRAPHICS AIDS SUP/ADA

 SMALL BUS     CPFF  TANNER
 TECHNICAL SRVC  65  HATTHENS
 TECH.SUP.SERV/ADA
12/26/69  66C60001   C
09/58/94  CI87IH38   F183
                     A

82/28/66  66C60006   C
82/26/92  CI67R363   AZ11
                     X
84/81/66  66C68006   C
89/38/92  CI87N774   F183
                     X

86/16/68  68C60025   C
89/98/92  C6R0001B1  AZ11
                     X
69/36/66  66C68633   C
69/36/92  C6H8266B1  F163
                     C

69/38/69  66C66637   C
09/36/93  C6R0276B1  R4tl
                     X

16/61/98  68C66658   9
08/31/93  C6R0355B1  H299
                     D
                                                                                                           643
                                31R   268   52E
                                26S   32M
                                                                        66J
                                                                         87A
63S   63M
                                                                         tec
63L
                                                                         410
4SL
63L   75K   63L
75K
                                                  4,43f.9M
                    69/38/94
                   5,775,342
                    02/26/92
                  », 161.444
                    69/38/9t
                   ft.6M.tl4
                    69/38/92
                   7,699.526
                    69/38/91
                   3.461.2*2
                    69/38/93
                     426.319
 69/36/93
5.699.435
    CIS
             BASE AS OF 02/27/92
                                                                                                                               EK/1
l I

-------
02/27/92
                                                  ENVIRONMENTAL PROTECTION AGENCY
                                                    CONTRACTS INFORMATION SYSTEM
                                       CNBR   SORT     ACTIVE CONTRACT LIST
                                                                                                                         PA6E
                                                        C-PC SPANS 65"*5<
     CONTRACTOR NAME
    CONTRACTOR ADDRESS
       TYPE
       EFFORT
       PROJECT TITLE
              COST
                PC
NEMTIATOR NAME
PROJECT OFFICER
EFF-DATE
EXP-OATE
CONTRACT
RFP-NBR
C-CLA9S
PROO/SRVC
SBAREA
 REPRESENTATIVE
FUNDINB PROGRAM
     AREAS
   HAX.EXP
HAX.POTVAL
SCI APPLIC INTERNAT CORP.
MOO NESTPARK DR.
MCLEAN VA 22102

SCI APPLIC INTERNAT CORP.
8400 HESTPARK DR.
MCLEAN VA 22102

SCI APPLIC INC
•JRB ASSOC INC
MOO NESTPARK OR
MCLEAN VA 22102

BATTELLE MEM INST
COLUMBUS LABS
505 KING AVE
COLUMBUS OH 43201

THE CADMUS GROUP INC
355 CONCORD AVE
BELMONT MA 02176
TETRA TECH CORP
1030* EATON PLACE SUITE
FAIRFAX VA 22030
340
ODD COMPANY
6300 PROFESSIONAL PL. til7
LANDOVER MB 20765

VIAR I CO
112 SO PITT ST
ALEXANDRIA VA 22314
NASHINBTON DC 20041

AMER MBT SYSTEMS
1777 N. KENT 9T
ARLINGTON VA 22209
NASHINBTON DC 20041

CINCINNATI. UNIV OF
COLLEGE OF ENGINEERING
CINCINNATI OH 45221
       LAME BUS     CPAF   SAVAGE
       TECHNICAL 9RVC  65   STONE
       TECH.EHB.i SERV/HHERL/CI

       LARGE BUS     CPAF   NISE
       TECHNICAL SRVC  65   STONE
       TECH.ENB.t SERV.(HAC6R6611B1IRREL/CL

       URGE BUS     CPAF   BZDU3EK/3H
       TECHNICAL SRVC  61   POLVI
       NTH.ENFORCE.4 PERMIT* PROB.SMVOMEP/MA
       NON/PRFT RSCH CPAF   REYNOLDS
       TECHNICAL SRVC  65   RATHBUN
       TECH.3UP/OMEP/MAV55) NISE
SMALL BUS     CPAF  ENINGER
TECHNICAL SRVC  65  COLEHAN
NTR.INFORC.I PERMITS.SUP/ONEP/HA

LARGE BUS     CPAF  ENINGER
TECHNICAL SRVC  65  BROSSMAN
MATER qUAL.HONITORINB/OMRS/NA
                                         10/19/66  66C60061   C
                                         09/30/92  C6R0011B1  F101
                                                             X

                                         01/14/69  66C60062   C
                                         09/30/92  C9R0043B1  R421
                                                             X
                                         69/39/66  66C80066
                                         69/36/92  C6N6422B1
                                          C
                                          F103
                                          X
                                         61/24/69  68C66105   C
                                         69/36/92  C6N6563B1   R421
                                                              X
                     6V01/B9  66C90009   C
                     69/36/93  C6H6714B1  F163
                                          C

                     63/16/69  66C90013   C
                     62/26/93  C6H1246B1  R421
                                          X
       SMALL BUS     CPFF  BZDUSEK             04/61/69
       SERVICES        65  EASTNOOO            69/36/92
       FUNDINB FOR NEN FORM/PUBUCATIONS/CTR/FMSO/CS
                                                   66C96616   C
                                                   C6F0354B1  T612
                                                              C
       SMALL BUS     CPFF  HENNESSEY
       TECHNICAL SRVC  65  LANDMAN
       SCIENTIFIC A TECH.SUP./ONRS/HA
       LARGE BUS     CPAF  HENNESSEY
       TECHNICAL SRVC  65  RATHBUN
       6EN.PROG.SUP/OHEP/MA
       NON/PRFT UNIV CR    OPPERHAN
       TECHNICAL SRVC  65  GROSSE
       TECH.SUP.FOR CNTR.HILL/RREL/CI
                                         04/06/69  66C96619   C
                                         69/36/93  C9N6606B1   R421
                                                              A
                                         07/31/69  66C90029   C
                                         69/36/93  C8H0562B1   R421
                                                              A
                                         11/13/69  68C90031    C
                                         09/30/92  C96394RB1   R425
                                                              X
                                                                                                       62C
                                                    62C
                                 230   23A   236)
                                 230   23A
                                                                               67A
                                                                               230   23A
                                                                                                        26B   266
                                                                               31A   TIE
                                                                               26C   23A   260
                                                                        67A
                                                                        62C
                                                                        69/30/9*
                                                                      47,144,17*
                                                                         69/36/92
                                                                        9,417,272
                                          69/36/99
                                        61.279.015
                                                                         69/36/92
                                                                       13.243.131
                                                                                                   69/36/93
                                                                                                 36,428.463
                                                     02/26/93
                                                   11.624.436
                                                                         69/36/92
                                                                          962,616
                                                                         69/36/93
                                                                       26.916.26C
                                                                         69/36/93
                                                                       17.555.264
                                                                       11.351,954
CIS DATA BASE AS OF 02/27/92
                                                                                                   EK/1

-------
II
    02/27/92
                                                      ENVIMNMENTAL PROTECTION AGENCY
                                                        CONTRACTS INFORMATION SYSTEM
                                           CNBR   SORT     ACTIVE CONTRACT LIST
                                                                                                                             PACE
C-PC SPANS *§««5l
CONTRACTOR NAME
CONTRACTOR ADDRESS
BIONETICS CORP
2 EATON STREET, 10TH FL.
HARBOUR CENTRE BLDG.S-1000
HAMPTON VA 29669
FH ENVIRESPONSE INC.
110 S. ORANGE AVE.
LIVINGSTON NJ 07039
ARTHUR 0 LITTLE INC
20 ACORN PARK
CAMBRIDGE HA 02140
ACUREX CORP
•ENERGY > ENVIRONMENTAL DIV
485 CLYDE AVE
MOUNTAIN VIEN CA 94039
ROM SCIENCES INC
5S15 SECURITY LANE
SUITE 900
ROCKVILLE MD 20652
AMER. SCIENTIFIC INTL. INC
PO BOX 396
MCLEAN VA 22101
S-CUBEO
PO BOX 1620
LA JOLLA CA 92038
DAVCO
2200-B VANKER RD
SAN JOSE CA 99131
HEALTH RESOURCES
304 CAMBRIDGE
NOBURN HA 01801
BATTELLE HEM INST
COLUMBUS LABS
505 KING AVE
TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
LARGE BUS CPAF ANDERSON
TECHNICAL SRVC 65 RAY MESSELHAN
EFF-OATE
EXP-DATE
10/01/89
09/30/92
CONTRACT
RFP-NBR
64C90032
C90497RB1
TECHNICAL SUPPORT SERVICES FOR EMSL DUALITY CONTROL

LARGE BUS CPAF REYNOLDS
TECHNICAL SRVC 65 MASTERS
ETCC. SUP. /RREL/EOISON
LARGE BUS CPFF SAVAGE
TECHNICAL SRVC 65 UNE FRANK
PERS PROT TECH RES
LARGE BUS CPAF NISE
TECHNICAL SRVC 65 THURNAU

09/SO/89
09/30/94

•9/39/89
•9/30/93

•9/30/89
•9/30/92

68C90033
C9090IRB1

68C9M37
C90906RB1

68C90038
C90393RB1
OPNS * RSCH AT USEPA COMBUSTION RSCH FACILITY

SHALL BUS CPFF TANNER
SERVICES 65 CICMANEC
ANIMAL SUPPORT SER VICES/HER L/CI

SHALL BUS CPFF ADAMS
SERVICES 65 BURKHART
ORGANIC CHEMICAL ANALY.SUP./DUL
LARGE BUS CPFF OPPERHAN
TECHNICAL SRVC 65 GUY SIMES

10/01/89
•9/30/92


19/91/90
09/30/92

09/15/89
•9/30/92

68C90047
C90912RB1


6BC 90050
C90416RB1

68C90051
C90637RB1
TECHNICAL SUPPORT SERVICES FOR RREL 4A/QC PROGRAM
SMALL BUS FP HOLLAND
MAINTENANCE/ JN 65 BLAZEVICH
PROVIDE SVC.t MAINT.ON BC/M3/D3 SYSTEMS
LARGE BUS FP KIRBY
TECHNICAL SRVC 65 BEDDOMS
SERVICES FOR MEDICAL MONITORING - REG.
NON/PRFT RSCH CPFF DAVIS
RESEARCH t DEV 65 PLEIL
10/01/89
•9/30/92

02/02/90
09/30/9E
I
02/05/90
09/30/93
6800*00 1
0901754P1

68D00002
D900256N1

68000007
D900838H1
EXP. ASSESS METHODS RES. ft DEV. FOR ENV. POLL. .ETC.
C-CLASS
PROD/SRVC
8BAREA
C
AH91
X

C
F101
X
C
R421
X
C
H181
X

C
R416
C

C
8999
A
C
B504
X
A
J066
A
C
2201
X
C
AH21
X
REPRESENTATIVE
FUNDING PROGRAM
AREAS
40P



62C


62C


62C 62A



61H



63N «M 05H
28B

62C UP


10P


01S


60E


MAX. EXP
MAX.POTVAL
•w
•9/30/93
9, 7*1, 337

mmmm
09/30/94
72 » 391, 783
••H*
•9/3«/93
4,2*8,319
••MV
•9/39/94
17,757,010

«•••§
•9/30/92
2.1M,633

«••••
•9/30/n
4.M2.9B4
•MB
•9/3«/92
1,241, MO
'••9
•9/3»/92
132.405
4BJBJBJBJI
09/30/92
3(5,450
•MMMP
•9/30/92
4.948,649
     COLUMBUS OH 43201
     CIS f
              BASE  AS OF 02/27/92
                                                                                                                                EK/1

-------
02/27/V2
                                                  ENVIRONMENTAL PROTECTION AGENCY
                                                    CONTRACTS INFORMATION SYSTEM
                                       CNDR   SORT     ACTIVE CONTRACT LIST
                                                                                                                         PACE
C-PC SPANS 65*65:
CONTRACTOR NAME
CONTRACTOR ADDRESS
VIGYAN RESEARCH ASSOCIATES
30 RESEARCH DR.
HAMPTON VA 23666
H.L. ENER6IA, INC
P.O. BOX 1468
PRINCETON NJ 06542
RESEARCH ft EVALUATION ASSOC
100 EUTOPA OR
SUITE 590
CHAPEL HILL NC 27514
BAYAUD INDUSTRIES
95 SOUTH CHEROKEE
DENVER CO 00223
GENERAL SCIENCES CORPORATOIN
6100 CHEVY CHASE DR.
LAUREL MD 20707
VIAR ft CO
112 SO PITT ST
ALEXANDRIA VA 22314
TECHNICAL RESOURCES INC
3202 TOMER OAKS BLVD
SUITE 200
ROCKVILLE MD 20852
THE CADMUS GROUP INC
135 BEAVER STREET
MALTHAM MA 02154
TETRA TECH CORP
10306 EATON PLACE SUITE 340
FAIRFAX VA 22030
VERSAR INC
•GEN TECHNOLOGIES OIV
6050 VERSAR CENTER
SPRIN6FIELO VA 22151
TYPE COST NEGOTIATOR NAME EFF-DATE
EFFORT PC PROJECT OFFICER EXP-DATE
PROJECT TITLE
SMALL BUS CPFF MEANT
TECHNICAL SRVC 65 DONALDSON
TECH.SUPP.FOR AIR. POLL. CONTROL PROGRAMS
SMALL BUS FP LLOYD
RESEARCH ft OEV 65 CAREY
SBIR - PHASE II
SMALL BUS CPFF MEANT
TECHNICAL SRVC 65 RAY
TECH. REV. MORKSHOP ft CONF.SUPP.SVC3.
SMALL BUS FP MEANT
SERVICES 65 JORDAN
AOMIN SUPPORT SERVICES - REGION 8
SMALL BUS CPPF HOUSER
TECHNICAL SRVC 65 OELPIRE
EXPOSURE ASSESSMENT ft MODELING SUPPORT
09/12/90
09/30/92
09/25/90
09/23/92
09/26/90
09/30/95
10/15/90
09/30/92
07/02/90
06/30/92
SMALL BUS CPFF RICHARDS 09/30/90
SERVICES 65 HAEBERER 09/30/93
TECH.SUPP.TO THE DIV.OF DATA WML. OBJECTIVES
SMALL BUS CPFF RICHARDS
SERVICES 65 KIRKLAND
HONIT.NOD.ft ENV. PROCESSES ft EFF. SUPPORT
SMALL BUS CPFF LLOYD
RESEARCH ft OEV 65 MESSER
TECH.SUPP.TO ATMOS.RES.ft EXP.ASSESS.LAB.
09/30/90
04/30/95
09/26/90
09/30/92
LARGE BUS CPFF RICHARDS 09/30/90
RESEARCH ft DEV 65 SCHAUM 09/30/93
TECH.SUPP.ft RES. ft DEV. FOR EXP. ft RISK ASSESS.
LARGE BUS CPAF RICHARDS 09/30/90
RESEARCH ft DEV 65 SCHAUM 09/30/95
TECH.SUPP.ft RES. ft DEV FOR EXP ft RISK ASSESS
CONTRACT
RFP-NBR
60000010
0000612N1
60000051
D0019S6M1
60000073
D000000H1
60000074
D001009N1
60000000
D901372L1
60000003
D901733M1
68000092
D001784H1
68000095
0900955M1
68D00100
D900941H1
66000101
D001961N1
C-CLASS REPRESENTATIVE 4B5S51BB5B
PROO/SRVC FUNDING PROGRAM MAX. EXP
8BAREA AREAS MAX.POTVAL
8
L099
D
C
AMI
C
8
R499
0
8
R699
A
C
F401
A
C
R415
A
C
AH11
E
C
F999
C
C
AH11
X
C
AH11
X
530 53C 75E «•*••*
09/M/tl
1,228.5*1
09/25/92
118.000
09/30/98
2.806,614
088 00T 00L «RM
89/30/91
351.077
69E 69T 69C «••§
69E 69T 06/10/93
2.022.013
09/30/93
1.110.716
04/10/95
1.777.088
09/30/93
1.297.5*8
642 i *•••?
09/3*7*3
„ 302.500
09/30/95
1.242.161
CIS DATA BASE AS OF 02/27/92
                                                                                                                            EK/1

-------
   02/27/92
                                                     ENVIRONMENTAL PROTECTION AGENCY
                                                       CONTRACTS INFORMATION SYSTEM
                                                                                                                            PAGE
                                          CNBR   SORT
                       ACTIVE CONTRACT LIST
C-PC SPANS 65»6Si
CONTRACTOR NAME
CONTRACTOR ADDRESS
JOHN E. DOMELL D
0-MELL BOX 99069
P.O. BOX 39069
TACOMA HA 98499
JHK INTERNATIONAL CORP.
7617 LITTLE RIVER TURNPIKE
ANNANDALE VA 22003
NORTHROP CORP
•NORTHROP SRVCS INC
P 0 BOX 12313
RSRCH TRI PK NC 27709
SKINNER ft SHERMAN LABS INC
300 SECOND AVE BOX 521
HALTHAM MA 02254
SKINNER ft SHERMAN LABS INC
300 SECOND AVE BOX 521
NALTHAH MA 02254
SCI APPLIC INC
«JRB ASSOC INC
0400 MESTPARK DR
MCLEAN VA 22102
PACIFIC ENVIRON SERVICES
HERNDON PKNT SUITE 200
HERNDON VA 22070
RADIAN CORP
8501 HO-PAC BLVD
P.O. BOX 201068
AUSTIN TX 78720
BATTELLE MEW INST
COLUMBUS LABS
505 KIN6 AVE
TYPE COST NEGOTIATOR NAME I
EFFORT PC PROJECT OFFICER 1
PROJECT TITLE
SHALL MIS FP MEANT
SERVICES 65 DAVIS
JANITORIAL SVCS-EPA-REBION 10

LARGE BUS CPFF HOUSER
RESEARCH ft DEV 65 HULL
SUPP. TO EPA WJAL.ASSUR. TRAINING PROGRAM
LARGE BUS CPAF HOUSER
RESEARCH ft DEV 65 BUFALINI
ON-SITE RES. SUPP. TO AREAL

LARGE BUS FP BURNETT
SERVICES 65 KURD
CHEM. ANAL. SVCS., INORGANICS LARGE BIO LOT
LARGE BUS FP BURNETT
SERVICES 65 KURD
CHEH. ANAL. SVCS. INORGANICS SM.BID LOT
LARGE BUS CPFF HOUSER
RESEARCH ft DEV 65 DONALDSON
ID000309N1I

SHALL BUS CPFF MEANT
RESEARCH ft OEV 65 DONALDSON
TECH. SUPP. FOR AIR POLL. CONTROL PROGRAMS
URGE BUS CPFF KIRBY
RESEARCH ft OEV 65 DONALDSON
(D000309N1)

NON/PRFT RSCH CPFF KEMPF
SERVICES 65 STERRETT
STAT. ANAL. SUPP. FOR ASSESS. OF TOXIC SUBS.
•FF-DATE
IXP-DATE
10/29/90
09/30/93


•9/19/90
09/30/92

09/30/90
•9/30/92


•9/87/90
03/07/93

89/«7/9«
03/07/93

09/27/9*
09/30/92


09/28/90
09/38/92

•9/29/90
09/38/92


•9/29/90
•9/30/92

CONTRACT
RFP-NBR
68000104
D000983N1


4800*105
D008147M1

68000106
D000203M1


68000108
D000462R1

68000109
D000461R1

68000122
D001787N1


68000124
D000309N1

68000125
D001924N1


68000126
D000468L1

C-CLASS
PROD/SRV
SBAREA
8
S201
D

C
R999
X
C
F999
X

AS
F999
X
AS
F999
X
C
AH21
X

C
AH21
A
C
AH21
X

C
F401
X
REPRESENTATIVE •••••
C FUNDING PROGRAM MAX. EX?
AREAS MAX.POTVAL
10H •
•9/30/93
97 >3M

60U •••••
•9/38/tt
992. *6*
6«E 63H 6«E •••••
•2K 60E 06/30/95
39.841.195

72F 8OPJBJPB
•3/07/93
1,679.040
72F «•••
•3/»7/93
1.479,040
53F 53B ••••
•9/M/9S
0. 641 1 196

53F 538 •••*
•9/M/93
12.325.762
S3A «MBHRV
•9/39/93
6.6M.M*

69f ••••P
09/30/92
4,276.466
    COLUMBUS OH 43201

    NFT INC.
    409 CORPORATE CIRCLE
    GOLDEN CO 80401
SHALL BUS     FP    PRESNELL             09/24/90 68000145   AS
SERVICES        65  HCCALLISTER          83/27/93 D000873R1  F999
CHEM ANAL SVCS FOR INORGANICS!SET-ASIDE OR D000461R1)        C
                                                                        72F
                                            03/27/93
    cis r
             BASE AS OF 02/27/92
                                                                                                                               EK/1
I I

-------
II
    02/27/92
                                                      ENVIRONMENTAL PROTECTION AGENCY
                                                        CONTRACTS INFORMATION SYSTEM
                                           CNBR   SORT    ACTIVE CONTRACT LIST
                                                                                                                             PAGE    10
                                                 C-PC SPANS 65«65:
         CONTRACTOR NAME
        CONTRACTOR ADDRESS
TYPE          COST
EFFORT          PC
PROJECT TITLE
NEGOTIATOR NAME
PROJECT OFFICER
EFF-DATE
EXP-DATE
                                                                                  CONTRACT
                                                                                  RFP-NBR
C-CLA9S     REPRESENTATIVE
PROO/SRVC  FUNDING PROGRAM      HAX.EXP
SBAREA          AREAS     .   HAX.POTVAL
NATIONAL PATENT DEV. CORP
202 PERRY PARKNAY
GAITHERSBUR6 MD 20077

KEYSTONE ENVIRON RESOURCES
3PECTRIX-HOU3TON
3911 FORDREN
HOUSTON TX 77063

KEYSTONE ENVIRON RESOURCES
3PECTRIX/MONROEVILLE DIV
440 COLLEGE PARK OR.
HONROEVILLE PA 15146

DATACHEM, INC
520 NAKARA NAY
SALT LAKE CITY UT 04100

COMPUCHEM LAB INC
3300 EAST CHAPEL HALL
NELSON HIGHWAY
RTP NC 27709

ENSECO INC
ROCKY MT LAB
4955 YARROH ST
ARVADA CO 00002

SOUTHEASTERN CAPITOL CORP
3020 159TH AVE NE
REDMOND HA 90052

LAUCKS TESTING LABORATORIES
940 8 HARNEY
SEATTLE HA 90100

IOMA, UNIV OF
HYGIENIC LAB
IOWA CITY IA 52242

LANCASTER LABS INC.
2425 NEH HOLLAND PIKE
LANCASTER PA 17601
                                   LARGE BUS
                                   SERVICES
                                   ID000461R1I

                                   LARGE BUS
                                   SERVICES
                                   (D000461R1)
                                   LARGE BUS
                                   SERVICES
                                   10000461R1)
                                   LARGE BUS
                                   SERVICES
                                   (D000461R1)

                                   LARGE BUS
                                   SERVICES
                                   D000461R1
              FP    SIMMONS
                65  CARASEA
              FP    PRESNELL
                65  KURD
              FP    SIltlONS
                65  CARASEA
              FP    PRESNELL
                65  MCALLISTER
              FP    BERND
                65  FRIBU3H
                                   LARGE BUS     FP    PRESNELL
                                   SERVICES        65  MCCALLISTER
                                   D000463R1 - ORGANIC* ANALYSIS
                                   LARGE BUS     FP    BURNETT
                                   SERVICES        65  FRIBUSH
                                   D000463R1 - OR6ANICS ANALYSIS

                                   SHALL BUS     FP    BURNETT
                                   SERVICES        65  FRIBUSH
                                   D000463R1 - ORGANICS ANALYSIS

                                   NON/PRFT UNIV FP    BERND
                                   SERVICES        65  BAMCERT
                                   0000463R1-ORGANICS ANALYSIS

                                   SHALL BUS     FP    SIMMONS
                                   SERVICES        65  CARASEA
                                   D000463R1 - ORGANICS ANALYSIS
                     09/25/90  60000146    AS        72F
                     09/24/93  D001026R1   F999
                                          X

                     09/25/90  60000147    AS        72F
                     03/25/93  0001020R1   F999
                                          X
                     09/25/90  60000140   AS        72F
                     03/24/93  0001027R1   F999
                                          X
                     09/25/90  60000149   AS         72F
                     03/24/93  0001025R1   F999
                                          X

                     09/25/90  60000150   AS         72F
                     03/24/93  0001054R1   F999
                                          X
                                         09/20/90  60000151   AS         72F
                                         03/27/93  D001057R1  F999
                                                             X
                                         09/20/90  60000152   AS         72F
                                         03/20/93  D001063R1  F999
                                                             X

                                         09/20/90  60000153   AS         7tF
                                         03/20/93  0001055R1  F999
                                                             A

                                         09/20/90  60000154   AS         72F
                                         03/27/93  D001920R1  F999
                                                             X

                                         09/20/90  60000155   AS         72F
                                         03/27/93  0001060R1  F999
                                                             A
                                                     03/24/93
                                                     471.200
                                                     OV2S/93
                                                      551.760
                                                     OV24/9S
                                                      §91.760
                                                     03/24/93
                                                      522.720
                                                     03/24/93
                                                      522.720
                                                                         03/27/93
                                                                        1.570.720
                                                                         OV20/93
                                                                        1.005.740
                                                                         03/20/93
                                                                        1.074.400
                                                                         03/27/93
                                                                        1.914.000
                                                                        03/27/93
                                                                        1.940.400
    CIS DATA BASE AS OF OZ/27/92
                                                                                                                               EK/1

-------
11
    02/27/92
                                                      ENVIRONMENTAL PROTECTION  AGENCY
                                                        CONTRACTS INFORMATION SYSTEM
                                           CNBR   SORT     ACTIVE CONTRACT LIST
                                                                                                                             PAGE
                                                                                                                                     II
                                                  C-PC SPANS 65«65:
         CONTRACTOR NAME
        CONTRACTOR ADDRESS
TYPE
EFFORT
PROJECT TITLE
COST
  PC
NEGOTIATOR NAME
PROJECT OFFICER
EFF-DATE   CONTRACT   C-CLASS     REPRESENTATIVE
EXP-DATE   RFP-NBR    PROD/SRVC  FUNDING PROGRAM
                      S8AREA          AREAS        riAX.POTVAL
    INDUSTRIAL • ENVIRON ANALYST
    PO BOX 12046
    RES TRI PARK NC 27709

    SOUTHEASTERN CAPITOL CORP
    625B CLYDE AVE
    MOUNTAINVIEH CA 94043

    RECRA ENVIRONMENTAL
    6320 GUILFORD RO BLD6 E
    COLUMBIA MD 21046

    COMPUCHEM LAB INC
    3308 EAST CHAPEL HALL
    NELSON HIGHHAY
    RTP NC 27709

    SOUTHEASTERN CAPITOL CORP
    3020 6601 PRESS DR
    NEH ORLEANS LA 70126

    EN9ECO. INC
    205 ALEHISE BROOK PKNY
    CAMBRIDGE HA 02136

    ENSECOt INC
    2455 INDUSTRIAL BLVD
    SACRAMENTO CA 95691

    EN3ECO, INC
    2200 COTTONTAIL LN
    SOMERSET NJ 08673

    I T ANALYTICAL SERVICES
    165 FIELOCRCST AVE
    EDISON NJ 08837

    CHEH NEST ANALYTICAL LABS
    600 U. NORTH  MARKET BLVD
    SACREMENTO  CA 95634

    ENVIRONMENTAL MGMT SUPPORT
    9514 HIDHOOD  RD
    SILVER SPRING MD  20910
SMALL BUS     FP    BURNETT
SERVICES        65  FRIBUSH
0000463R1 - ORGANICS ANALYSIS

LARGE BUS     FP    BERND
SERVICES        69  BANKERT
D000463R1-ORGANICS ANALYSIS

LARGE BUS     FP    SIMMONS
SERVICES        65  CARASEA
CHAM.ANALYTICAL SERVICES. ORGANICS

LARGE BUS     FP    BURNETT
SERVICES        65  FRIBUSH
D000463R1 - ORGANICS ANALYSIS
 LARGE BUS     FP    PRESNELL
 SERVICES        65  KURD
 D000463R1 - ORGANICS ANALYSIS

 LARGE BUS     FP    BURNETT
 SERVICES        65  KURD
 D000463R1 - ORGANICS ANALYSIS

 LARGE BUS     FP    BERND
 SERVICES        65  BANKERT
 D000463R1-ORGANICS  ANALYSIS

 LARGE BUS     FP    SIMMONS
 SERVICES        65  CARASEA
 D000463R1 - ORGANICS ANALYSIS

 LARGE BUS     FP    SIMMONS
 SERVICES        65  CARASEA
 0000463R1 - ORGANICS ANALYSIS

 LARGE BUS     FP    BERND
 SERVICES        65  BANKERT
 D000463R1-ORGANICS  ANALYSIS

 SMALL BUS     CPFF  RICHARDS
 SERVICES        65  NILLIAMS
 TECH.SUPP. OF OTTRS/ORD
                           09/18/90  66000156   AS
                           03/27/93  D001856R1  F999
                                                A

                           09/26/90  66000197   AS
                           03/27/93  0001921R1  F999
                                                X

                           09/26/90  68000158   AS
                           03/27/93  D000463R1  F999
                                                X

                           09/28/90  68000159   AS
                           03/26/93  D001656R1  F999
                                                X
                           09/28/90  66000160   A3
                           03/27/93  0001662R1  F999
                                                X

                           09/28/90  68000161   AS
                           02/27/94  D001861R1  F999
                                                X

                           09/28/90  66000162   AS
                           03/27/93  0001922R1  F999
                                                X

                           09/26/90  66000163   AS
                           03/27/93  D001864R1  F999
                                                X

                           09/26/90  66000164   AS
                           03/27/93  D001659R1  F999
                                                X

                           09/28/90  66000166   AS
                           03/27/93  D001914R1  F999
                                                X

                           09/30/90  66000171   C
                           09/30/93  D000479M1  R421
                                                C
                                                                                                           72F
                                                     72F    727
                                                     72F
                                                     72F
                                                                         72F
                                                     72F
                                                     72F
                                                     72F
                                                     72F
                                                     72F
                                                      266   604   267
                                                                        03/27/
                                                                       3.649,120
                                                                        03/27/93
                                                                       4.367.9*0
                                                                         03/27/93
                                                                        C,772.000
                                                                         OV26/93
                                                                        9.931.630
                                                                         03/27/93
                                                                        4.419.360
                                                                         02/27/94
                                                                        1.976,760
                                                                         03/21
                                                                        1.976,720
                                                                         03/27/93
                                                                        1.976.720
                                                                         03/27/93
                                                                        1,848,000
                                                                         03/27
                                                                        1.911.310
                                                                         09/30/93
                                                                        1.182,591
     CIS
              BASE AS OF 02/27/92
                                                                                                                                EK/1

-------
11
    02/27/92
                                           CNBR
                   ENVIRONMENTAL PROTECTION A6ENCY
                     CONTRACTS INFORMATION SYSTEM
               SORT     ACTIVE CONTRACT LIST      C-PC  SPANS 65«65:
                                                                                                                             PAGE    It
         CONTRACTOR NAME
        CONTRACTOR ADDRESS
TYPE
EFFORT
PROJECT TITLE
   COST  NEGOTIATOR NAME
     PC  PROJECT OFFICER
                    EFF-OATE   CONTRACT   C-CUSS     REPRESENTATIVE
                    EXP-OATE   RFP-NBR    PROO/SRVC   FUNDINB PROGRAM      MAX.EXP
                                          SBAREA         AREAS        MAX.POTVAL
    COMPUTER SCI CORP
    SYSTEMS DIV
    6565 ARLINBTON BLVD
    FALLS CHURCH VA £2046

    RESEARCH TRIANGLE INSTITUTE
    P 0 BOX 12194
    RSRCH TRI PK HC 27709

    REVET ENVIRONMENTAL
    365 PLANTATION ST.
    HORCHESTER HA 01605

    TECHNICAL RESOURCES INC
    3202 TOMER OAKS BLVD
    SUITE 200
    ROCKVILIE MD 20052

    AMER ANALYTICAL ft TECHNICAL
    SERVICES. INC.
    PO BOX 366
    CUSHING OK 74023

    RESEARCH « EVALUATION ASSOC
    100 EUTOPA OR
    SUITE 590
    CHAPEL HILL NC 27514

    NYTEST ENVIRONMENTAL
    60 SEAVIEM BLVD
    PORT WASHINGTON NY 11050

    RADIAN CORP
    8501 MO-PAC BLVD
    P.O. BOX 201060
    AUSTIN TX 76720

    HEMEBRANE TECH ft RSRCH INC
    1360 HILLOH RO
    MENLO PARK CA 94025

    NYTEST ENVIRONMENTAL
    60 SEAVIEM BLVD
    PORT MASHINGTON NY 11050
LARGE BUS     CPAF  SALIBY
SERVICES        65  SCHUR
NCPD TECH.SUPPORT SERVICES
NON/PRFT RSCH CPFF  LLOYD
RESEARCH ft DEV  65  VONLEHHDEN
WML.A3SUR.FOR ENV.POLL.MONITORING- VII

SMALL BUS     FP    BERND
SERVICES        65  KURD
CHEM.ANAL.SVCS.FOR OR6ANICS I0000463R1)
                              01/02/91  60010003   C
                              09/30/92  D000171N1   R703
                                                   X
                              01/29/91
                              09/30/92
                              01/06/91
                              06/07/93
                               66010009   C
                               D000634H1  F999
                                          X

                               66010013   AS
                               D100277R1  F999
                                          A
SMALL BUS     CPFF  MEANT                04/16/91  66010022   C
TECHNICAL SRVC  65  HUNG                 09/30/92  0000276L1  F999
GEN.RES.ft DEV.SUPP.FOR OFFICE OF ENV.EN6.ft TECH.DEM.          C
SMALL BUS
SERVICES
   FP
                65
         BERND
         KURD
                     03/26/91
                     09/26/93
(D000462R1) CHEM.ANAL.SERVICES-INORGANICS
SMALL BUS     CPFF  SIMMONS.  J.L.
TECHNICAL SRVC  65  BEASLEY
PROV.OF TRANSPORTATION IN SUPP.OF
                       EPA
                     06/01/91
                     05/31/95
                  (OSMERI
LARGE BUS     FP    BERND                05/15/91
SERVICES        65  MCCALUSTER          11/14/93
CHEM.ANAL.SVCS.-HIGH CONCENT.INORGANIC ANALYSIS

LARGE BUS     CPFF  FARMER               05/31/91
RESEARCH ft DEV  65  6AGNON               09/30/92
EFF/EMISS.EVAL.ft CONTROL TECH.SURVEYS ft EVALS
          66010024   AS
          D100703R1  F999
                     X
                                        66010029   S
                                        D100215R1  V999
                                                   0
                                        66010030   AS
                                        D100009R1   F999
                                                   X

                                        66010031   C
                                        D000693L1   AH91
                                                   X
SMALL BUS
RESEARCH ft
SBIR-II
   FP
DEV  65
LLOYD
CAREY
LARGE BUS     FP    BERND
SERVICES        65  CARASEA
CHEM.ANAL.SERVICES FOR ORGANIC*
06/27/91  66010072   C
11/27/92  0101196m  AH11
                     C

07/15/91  66010079   AS
01/14/94  D10045SR1  F999
                     X
                                                                        42F   54M   54E
                                                                        60E
                                                              72F
                                                                        62V   62F
                                                                        72F
                                                                        72F
                                                                        72F
                                                     62F
                                C6T
                                                              72F
                                                                        09/34/9*
                                                                       10.919.677
                                                    09/30/94
                                                   9.551.615
                                                    06/07/93
                                                   2.027.520
                                                                                  09/30/93
                                                                                5.957,902
 09/26/93
1.001.760
                                                    05/31/95
                                                   2,455.362
                                                                         11/14/93
                                                                          250.600
                                                                         05/31/94
                                                                        5.397,090
 Il/t7/9t
  150.000
                                                                                  01/14/94
                                                                                   313.500
    CIS DATA BASE AS OF 02/27/92
                                                                                            EK/1

-------
02/27/92
                                                  ENVIRONMENTAL PROTECTION AGENCY
                                                    CONTRACTS INFORMATION SYSTEM
                                       CNBR   SORT     ACTIVE CONTRACT LIST
                                                                                                                         PAGE
C-PC SPANS *5«6S:
CONTRACTOR NAME
CONTRACTOR ADDRESS
DATACHEM, INC
960 N LEZOY DRIVE
SALT LAKE CITY UT 64108
MCCOY t MCCOY
85 EAST NOEL AVENUE
MADISONVILLE. KY 42431
INDUSTRIAL t ENVIRON ANALYST
200 MONROE TURNPIKE
MONROE CT 06468
COMPUCHEM CORPORATION
3308 EAST CHAPEL HALL
NELSON HIGHHAY
RTP NC 27709
ENVIROSYSTEMS, INC.
9300 RUMSEY ROAD
COLUMBIA MD 21045
MADSMORTH TESTING LABS
1600-4TH ST., S.E.
CANTON OH 44701
PACE LABORATORIES
9608 LARIET BOULEVARD
LENEXA KS 66219
DATA GENERAL CORP.
ROUTE 9
SOUTHBORO HA 01772
SOUTHWEST RSRCH INST
8500 CULEBRA RD
P 0 BOX 26510
SAN ANTONIO TX 78284
PACE LABORATORIES
1710 DOUGLAS DRIVE N
MINNEAPOLIS MM 55422
TYPE COST
EFFORT PC
PROJECT TITLE
LARGE BUS FP
SERVICES 65
CHEM ANAL SERVICES
LARGE BUS FP
SERVICES 65
CHEN ANAL SERVICES
LARGE BUS FP
SERVICES 65
CHEM ANAL SERVICES
LARGE BUS FP
SERVICES 65
CHEM ANAL SERVICES

SMALL BUS FP
SERVICES 65
CHEM ANAL SERVICES
SMALL BUS FP
SERVICES 65
CHEM ANAL SERVICES
SMALL BUS FP
SERVICES 65
CHEM ANAL SERVICES
LARGE BUS FP
SERVICES 65
CHEM ANAL SVCS FOR
NON/PRFT RSCH FP
SERVICES 65
CHEM ANAL SVCS FOR

SMALL BUS FP
SERVICES 65
CHEM ANAL. SERVICES
NEGOTIATOR NAME EFF-DATE
PROJECT OFFICER EXP-DATE
BERND 06/06/91
MCCALLISTER 02/05/94
FOR ORGANICS (D100455R1)
BERND 07/1S/91
BARRON 01/14/94
FOR ORGANICS (D100455RH
BERND 07/15/91
HURD 01/14/94
FOR ORGANICS (D100455R1I
BERND 07/15/91
BARRON 01/14/94
FOR ORGANICS (D100455R1)

BERND 07/15/91
CARASEA 01/14/94
FOR ORGANICS (D100455R1)
BERND 07/15/91
MCCALLISTER 01/14/94
FOR ORGANICS(D1004S5R1)
BERND 06/14/91
BANKERT 02/13/94
FOR ORGANICS (DI00455R11
BERND 07/15/91
MCCALLISTER 01/14/94
ORGANICS ID100455R1)
BERND 07/31/91
HURD 02/28/94
ORGANICS (D100455R1)

BERND 07/31/91
MCCALLISTER 01/30/94
FOR ORGANICS ID100455R1)
CONTRACT
RFP-NBR
68010060
D101655R1

68010081
D101656R1

68010082
D101657R1

68010083
D101658R1


68010084
D101661R1

66010065
0101862R1

68010086
D101663R1

68010087
D101866R1

680 10088
D101902R1


68010069
D101865R1

C-CLA3S REPRESENTATIVE
PROD/SRVC FUNDING PROGRAM
SBAREA AREAS
AS 72F
F999
X
AS 72F
F999
X
AS 72F
F999
X
AS 72F
F999
X

AS 72F
F999
A
AS 72F
F999
X
AS 72F
F999
X
AS 72F
F999
X
AS 72F
F999
X

AS 72F
F999
X
MAX.EXP
MAX.POTVAL
mmm
02/05/94
0
••••ol
.01/14/94
0
••••I
01/14/94
1.779,3*0
•••M
01/14/94
7,616.960

•••fe
01/14/94
1.900,910
••M
01/14/94
1,911.3*0
•••
02/1V94
t. 0*9, 7*0
oflHHi
01/14/94
2.136.400
•••••
02/26/94
10.406.660

•w
01/30/94
t. 106. 960
 cis r
          1ASE AS OF 02/27/92
                                                                                                                            EK/1

-------
02/Z7/9Z
                                       CHBR   SORT
                                                  ENVIRONMENTAL PROTECTION AGENCY
                                                    CONTRACTS INFORMATION SYSTEM
                                                                                                                         PAGE
                                                       ACTIVE  CONTRACT  LIST
C-PC SPANS 65"*5:
CONTRACTOR NAME
CONTRACTOR ADDRESS
I T ANALYTICAL SERVICES
17605 FABRICA MAY
CERRITOS CA 90701
I T ANALYTICAL SERVICES
11499 CHESTER ROAD
CINCINNATI OH 43246
INDUSTRIAL 1 ENVIRON ANALYST
PO BOX 12846
RES TRI PARK NC 17709
ECOLOGY • ENVIRONMENT INC
366 PLEASANT VIEN DRIVE
BUFFALO CORPORATE CENTER
LANCASTER NY 14066
I T ANALYTICAL SERVICES
5615 HIDDLEBROOK PIKE
KNOXVILLE TN 37921
SOUTHEASTERN CAPITOL CORP
3620 6801 PRESS OR
NEH ORLEANS LA 70126
PACIFIC ANALYTICAL INC
1969 PALOMAR OAKS
HAY SUITE B
CARLSBAD CA 92000
SONOTECHi INC.
575 TRAVIS STREET. NH
ATLANTA 6A 30316
PRECISION COMBUSTION INC
25 SCIENCE PARK
N
EM HAVEN CT 06511
GANNETT FLEMING. INC.
PO BOX 1963
HARRISBUR6 PA 17105
TYPE COST
EFFORT PC
PROJECT TITLE
LARGE BUS
SERVICES
CHOI ANAL
LARGE BUS
SERVICES
CHAN ANAL
SMALL BUS
SERVICES
CHEM ANAL
LARGE BUS
SERVICES
CHEM ANAL
LARGE BUS
SERVICES
CHEM ANAL
LARGE BUS
SERVICES
CNEM ANAL
SMALL BUS
SERVICES
CHEN ANAL
SHALL BUS
RESEARCH
SBIR-II
SMALL BUS
RESEARCH
SBIR-II
FP
65
SERVICES
FP
65
SERVICES
FP
65
SERVICES
FP
65
SERVICES
FP
65
SERVICES
FP
65
SVCS FOR
FP
65
SERVICES
FP
1 DEV 65
FP
t DEV 65
LARGE BUS CPFF
TECHNICAL SRVC 65
EIS 1 NEPA RELATED
NEGOTIATOR NAME EFF-DATE
PROJECT OFFICER EXP-DATE
BERND
BANKERT
FOR ORGANICS
BERND
HCCALLISTER
FOR ORGANICS
BERND
BARRON
FOR ORGANICS
07/31/91
•2/13/94
(D100455R11
08/12/91
02/11/94
(D100455R1!
07/15/91
01/14/94
ID100455R1)
BERND 06/02/91
CARASEA 02/01/94
FOR ORGANIC3(D100455R1I
BERND
BARRON
FOR ORGANICS
07/15/91
01/14/94
(D100455R1)
BERND 06/06/91
KURD 02/05/94
ORGANICS (D100455R1)
BERND
BANKERT
FOR ORGANICS
LLOYD
CAREY
LLOYD
CAREY
06/16/91
02/15/94
(D100455R1)
08/26/91
08/26/92
09/12/91
09/12/93
HOUSER 09/27/91
DAN MELKER 09/30/92
STUDY - REGION III
CONTRACT
RFP-NBR
66010090
D101864R1
66010091
D101667R1
66010692
D101666R1
66010093
0101669R1
66010094
D101870R1
66010097
D101871R1
66010096
D101672R1
66010101
D102196M1
66010103
D100002H1
68010132
0100321N1
C-CLASS REPRESENTATIVE
PROD/SRVC FUNDING PROGRAM
SBAREA AREAS
AS
F999
X
AS
F999
X
AS
F999
X
AS
F999
X
AS
F999
X
AS
F999
X
AS
F999
X
C
AH11
C
C
AH11
C
C
F099
X
72F
72F
72F
72F
72F
72F
72F
26T
26T
030 03S 03X
03U OJX
HAX.EXP
MAX.POTVAL
02/13/94
2.106.7CO
02/11/94
2.142.160
01/14/94
2.233.440
02/01/94
2.236.720
01/14/94
2. 320. MO
OK/15/94
202.486
02/15/94
2.632.080
06/26/92
149.942
09/12/93
150. •••
09/30/94
2,588,546
CIS DATA BASE AS OF 03/27/92
                                                                                                                            EK/1

-------
11
    02/27/92
                                                      ENVIRONMENTAL PROTECTION AGENCY
                                                        CONTRACTS INFORMATION SYSTEM
                                           CNBR   SORT     ACTIVE CONTRACT LIST
                                                                                                                             PAGE
                                                                                                                                      15
C-PC SPANS 65»69:
CONTRACTOR NAME
CONTRACTOR ADDRESS
ICF INC
9300 LEE HHY
FAIRFAX VA 22031
EH PECHAN I ASSOC INC.
55)7 HEMPSTEAD HAY
SPRINGFIELD VA 22151
ENVIRON HEALTH RSRCHCTESTING
2514 REGENCY RD
LEXINGTON KY 40503
LOCKHEED ENGINEERING SCI CO
TWO CORPORATE PLAZA
2625 BAY AREA BLVD.
HOUSTON TX 77058
REGIONAL TRANSP. DISTRICT
1600 BLAKE ST.
DENVER CO 80202
IIT RSRCH INST
10 HEST 35TH ST
CHICAGO IL 60616
COMPUTER BASED SYSTEM INC
2750 PROSPERITY DR.
FAIRFAX VA 22031
SRA TECHNOLOGIES. INC
4700 KING ST. SUITE 300
ALEXANDRIA VA 22302
MATH TECH INC.
P 0 BOX 2392
PRINCETON NJ 08540
ICF INC
1850 K ST NM
SUITE 950
TYPE COST NEGOTIATOR NAME EFF-OATE CONTRACT
EFFORT PC PROJECT OFFICER EXP-DATE RFP-NDR
PROJECT TITLE
LARGE BUS CPAF PRESNELL
TECHNICAL SRVC 65 BEASLEY
ENVIRONMENTAL SERVICES ASSISTANCE TEAMS -
SHALL BUS CPFF LLOYD
RESEARCH t DEV 69 L. JONES
MANAGEMENT AND ORGANIZATION ANALYSES AND
SMALL BUS CPAF HOUSER
SERVICES 65 OR MICHAEL MATERS
09/27/91 68010139
09/39/92 D100107R1
ZONE II
09/20/91 68010140
09/30/92 D10053SH1
SERVICES
09/30/91 68010148
09/30/92 D100085M1
ON-SITE/OFF-SltE RESEARCH SUPPORT FOR GTD
LARGE BUS CPAF BERND
SERVICES 65 BEASLEY
ENVIRONMENTAL SERVICE ASSISTANCE TEAMS -

STA/LOCL OTHR FP VICKIE
TECHNICAL SRVC 65 CHRISTOPHER HARTINEZ
ECO BUS PASSES FOR REGION 8 PERSONNEL
NON/PRFT RSCH CPFF HOUSER
RESEARCH t DEV 69 MULICK
09/30/91 68010158
09/30/92 D001870R1
ZONE 1

01/15/92 68020008
D200104N1

12/09/87 68080001
09/30/92 DU87B109
LAB DEV. * FIELD TEST.OF ENV.MONIT. METHODS
SMALL BUS CPAF MEANT
SERVICES 65 SELLERS
TNI DOCUMENT PROCESSING CENTER
SHALL BUS CPAF LLOYD
RESEARCH 1 DEV 65 EVERSON
03/01/88 68D80013
09/30/92 D800223L1

04/21/88 68080017
09/30/92 DU87B235
SUPP.SERV.FOR ANAL.* BIOCHEH.EPIDEH. STUDIES
LARGE BUS CPFF HINTON
SERVICES 65 LONG, J.
MARKET • ECON.ANAL.OF NEH t EXIST. CHEM.ft
LARGE BUS CPFF MEANT
TECHNICAL SRVC 65 AUGU3TYNIAK
ECONOMICS SUPPORT FOR REGULATORY ACTIONS
09/28/88 68080087
06/30/92 D800159L1
INDUST. SECTORS
09/30/88 68080116
03/31/92 D800161L1

C-CLASS REPRESENTATIVE ••••••
PROD/SRVC FUNDING PROGRAM HAX.EXP
SBAREA AREAS MAX.POTVAL
C
F999
X
S
R409
C
C
F999
C
C
8999
X

S
V212
X
C
AH92
X
IS
R307
D
LS
AN11
D
C
F106
X
C
F106
X
04T 72F 07M MH-V
09/30/9S
69,370.613
265 ••••)
09/30/94
2,666,931
*1H ••••M
09/30/96
26,191,660
01R 72F •••••)
09/30/9S
6,348.744

08A oae 4HV
It/31/92
81.125
60E <•••••
09/30/92
4.914.970
69M •*•••
09/30/92
23,799. 083
61H ••••V
09/30/92
2,881.327
69T ••••
06/30/92
1.869.909
69T 79E 69A •••••
69T 69H 75E 03/31/92
5.176.990
     CIS
              BASE AS OF 02/27/92
                                                                                                                                 EK/1

-------
    OZ/Z//
                                                      ENVIRONMENTAL PROTECTION AGENCY
                                                        CONTRACTS INFORMATION SYSTEM
                                           CNBR   SORT     ACTIVE CONTRACT  LIST
                                                                                                                             PAGE    16
                                                 C-PC  SPANS 65«65i
         CONTRACTOR NAME
        CONTRACTOR ADDRESS
TYPE          COST
EFFORT          PC
PROJECT TITLE
NEGOTIATOR NAME
PROJECT OFFICER
EFF-DATE
EXP-DATE
CONTRACT
RFP-NBR
C-CLASS
PROO/SRVC
SBAREA
 REPRESENTATIVE
FUNDING PROGRAM
     AREAS
   HAX.EXP
HAX.POTVAL
    SYRACUSE UNIV RSRCH CORP
    MERRILL IN
    UNIV HEIGHTS
    SYRACUSE NY 13210

    RESEARCH t EVALUATION ASSOC
    109 CONNOR OR
    SUITE 2101
    CHAPEL HILL NC 27514

    HAN TECHNOLOGY
    3342 INTERNATIONAL PARK OR
    ATLANTA GA 30316

    MITCHELL SYSTEMS CORP
    1300 NEM YORK AVE NH
    SUITE ZOOM
    WASHINGTON DC 20005

    ICF INC
    9300 LEE HHY
    FAIRFAX VA 22031

    INTERGRATED LABRATORY SYSTEM
    P.O. BOX 13501
    RSRCH TRI PK NC 27709

    RESEARCH TRIANGLE INSTITUTE
    P 0 BOX 12194
    RSRCH TRI PK NC 27709

    SIGMA RESEARCH CORP
    234 LITTLETON RD
    SUITE 2E
    HESTFORD MA 01086

    AMER. SCIENTIFIC INTL. INC
    PO BOX 396
    MCLEAN VA 22101

    DATACHEM. INC
    520 HAKARA MAY
    SALT LAKE CITY UT 04100
NON/PRFT RSCH CPFF  FARMER
TECHNICAL SRVC  65  HELM
TEST RULES SUPPORT SERVICES
                     09/90/00  60000117   C
                     09/30/92  0000960L1   F106
                                          X
SMALL BUS     CPFF  MEANT                09/30/00  60000110   8
TECHNICAL SRVC  65  THOMSON              09/30/92  0000767L1  F401
PEER REV. « «ML.ASSUR-TE3T RULES DEV.3ECT.4 OF TSCA         D
LARGE BUS     FP    BURNETT              01/20/09
SERVICES        65  FRIBUSH              07/19/92
CHEMICAL ANAL.SERVICES FOR ORGANICS (M002036D11

SMALL BUS     CPFF  LLOYD                03/17/09
MANAGEMENT CONS 65  6ANT                 09/30/93
SEL.ASST.IN DESIGN « CONDUCT OF ORD MGMT.ISSUES
                               60090034   AS
                               D900536R1   F999
                                          X

                               60090040   S
                               D900047H1   R599
                                          D
LARGE BUS     CPAF  BERND
SERVICES        65  BARON
QUALITY ASSURANCE TECHNICAL SUPPORT

SMALL BUS     CPFF  LLOYD
RESEARCH • DEV  65  BENSON
QA SUPPORT - HERL

NON/PRFT RSCH CPFF  LLOYD
RESEARCH « DEV  65  BENSON
9.A.SUPPORT FOR HERL

SMALL BUS     CPFF  PRESNELL, V.
TECHNICAL SRVC  65  ECKHOfF
2ND AMARD UNDER 0001153N1
                     02/15/09  60090041   C
                     02/15/93  M00271201  F999
                                          X

                     04/05/09  60090050   S
                     09/30/93  D900055H1  H199
                                          D

                     00/11/09  60090051   C
                     00/10/92  D001275M1  R599
                                          X

                     09/12/09  60090067   C
                     09/30/92  D901360N1  F101
                                          E
SMALL BUS     CPFF  MADE                 00/10/09
SERVICES        65  GRINDER              09/30/93
LOCAL AREA NETWORK ADMIN I PC TECH. SOPP.

LARGE BUS     FP    PRESNELL             09/07/09
SERVICES        65  MCCALLISTER          03/07/92
CHEM.ANALYTICAL SVCS FOR ORGANICS (0900206R1I
                               60090075   S
                               D900210M1  R400
                                          D

                               60090004   AS
                               0902510R1  F999
                                          X
                                                                        69A
                                                                        69A
                                                                        72F
                                 265
                                                                        72F
                                 61H
                                 61H
                                 530
                                                     63M
                                 72F
                                                     09/M/W
                                                    1,962.266
                                                                         09/30/92
                                                                        1.203.039
                                                     07/19/92
                                                    t, lit,000
                                                     09/30/93
                                                    6,130.299
                                                     02/14/92
                                                   11.493.174
                                                     09/30/93
                                                    1,055,762
                                                     00/11/94
                                                    1.500,690
                                                     09/30/92
                                                      454,627
                                                     09/30/93
                                                    1.009.26*
                                                     03/07/92
                                                      250.060
    CIS DATA BASE AS OF OZ/Z7/9Z
                                                                                                                               EK/1
I I

-------
02/27/92
                                                  ENVIRONMENTAL PROTECTION A6ENCY
                                                    CONTRACTS INFORMATION SYSTEN
                                                                                                                         PAGE    17
                                       CNBR   SORT
ACTIVE CONTRACT LIST
C-PC SPANS 65«65:
CONTRACTOR NAME
CONTRACTOR ADDRESS
COLUMBIA ANALYTICAL SERVICES
1152 3RD AVE
LONGVIEN HA 98632
COMPUCHEtl LAB INC
3306 EAST CHAPEL HALL
NELSON HI6HMAY
RTP NC 27709
EN9ECO INC
ROCKY NT LAB
4955 YARROW ST
ARVADA CO 00002
AtlER. SCIENTIFIC INTL. INC
PO BOX 396
MCLEAN VA 22101
VERSAR INC
•GEN TECHNOLOGIES OIV
6650 VERSAR CENTER
SPRINGFIELD VA 22151
ASK ASSOCIATES
901 KENTUCKY
SUITE 106
LAURENCE KS 66044
EASTERN RESEARCH GROUP INC
6 MHITTEHORE ST
ARLINGTON MA 02174
VIAR I CO
112 SO PITT ST
ALEXANDRIA VA £2314
NORTHERN LABORATORIES ENG
INEERIN6 INC.
2400 CUMBERLAND DR
VALPARAISO IN 46363
CLEMENT ASSOC INC
9300 LEE HHY
FAIRFAX VA 22031
TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
SMALL BUS FP BURNETT
SERVICES 65 FRIBUSH
CHEM. ANALYTICAL SVCS FOR INORGANICS
LARGE BUS FP BURNETT
SERVICES 65 FRIBUSH
CHAN. ANALYTICAL SVCS FOR INORGANICS

LARGE BUS FP PRESNCLL
SERVICES 65 MCCALLISTER
EFF-DATE CONTRACT
EXP-DATE RFP-NBR
09/07/89 66090065
03/07/92 D902519R1
(D900206R1)
09/07/69 66090066
03/07/92 D902520R1
(D900206R1 1

09/29/69 66090090
03/29/92 D903032R1
CHEM. ANALYTICAL SVCS FOR INORGANICS! D900207R1 1

SMALL BUS CPFF RICHARDS
SERVICES 65 DELLARCO
TECH. SUPP. FOR ENV.ft HUMAN EXP.MONIT
LARGE BUS CPFF MEANT
TECHNICAL SRVC 65 KAHN

09/06/89 68090094
09/30/93 D900445M1
.ft MOO. RES. PROG.
09/27/89 680*0099
09/30/92 D900184N1
SUPPORT FOR REGULATORY DOCUMENT PRODUCTION

SMALL BUS CPFF SALIBY
SERVICES 65 BAILEY
REAS DATA ENTRY SUPPORT FOR REGION

SMALL BUS CPFF MEANT
RESEARCH ft DEV 65 MILLER
TASK FORCE ON ENV. CANCER ft HEART I
LARGE BUS CPAF SIMMONS, J.L.
SERVICES 65 MILTSHIRE, PAT
OPER.OF CONTRACT LAB -SMO OFFICE
SMALL BUS FP PRESNELL
SERVICES 65 MCCALLISTER

06/24/69 66090132
08/24/92 D901092N1
VII

09/29/69 68090133
09/30/94 D600769M1
LUNG DISEASE
09/19/89 66090135
09/18/94 D900003R1

09/13/69 68090153
03/13/92 D902521R1
CHEH. ANAL. SVCS. FOR INORGANICS (0900205R1I

LARGE BUS CPFF NOUSER
TECHNICAL SRVC 65 RILEY
HEALTH i RISK ASSESS. SUPP. FOR TOX

09/29/89 66D90158
09/30/92 D600963N1
1C AIR POLL.
C -CLASS REPRESENTATIVE
PROD/SRVC FUNDING PROGRAM
SBAREA AREAS
AS 72F
F999
A
AS 72F
F999
X

AS 72F
F999
X

S 60U
AH21
0
C 33X
T013
X

LS 07M
F099
C

C 61X
AZ11
C
C 72F
FW9
X
AS 72F
F999
C

C 53C
F103
X
MAX.EXP
HAX.POTVAL
MB
03/07/92
274,540
•••ft
•3/07/91
282,400

•••
OV29/92
707, S20

OBWi
09/30/93
3,679,960
«•••
•9/30/92
370,115

<•••)
08/24/92
276,669

•••B
•9/30/94
2,329,634

09/18/94
143,601,171
•mm
03/1V92
359.040


09/30/92
630,903
 cis r
          BASE AS OF 02/27/92
                                                                                                                            EK/1

-------
    02/2?.
                                                      ENVIRONMENTAL PROTECTION MtiENCY
                                                       CONTRACTS INFORMATION SYSTEM
                                           CNBR   SORT    ACTIVE CONTRACT LIST
                                                                                                                             PAGE
                                                                                                                                     16
                                                 C-PC SPANS 65«65:
CONTRACTOR NAME
CONTRACTOR ADDRESS
VER3AR INC.
6850 VER3AR CENTER
SPRINGFIELD VA 22151
3 COHEN t ASSOCIATES, INC
1311 DOLLY MADISON BLVD
MCLEAN VA 22102
NESTAT INCORPORATED
11600 NEBEL ST
ROCKVILLE MD 20892
GRANTS ASSOCIATES
308 LANIDEX PLAZA
PARSIPPANY NJ 0705*
GANNETT FLEMING, INC.
PO BOX 1963
HARRISBURG PA 17105
LOUIS PROVENZANO INC.
100 HEST BROADWAY
NEH YORK NY 10013
DANIEL DENNIS t COMPANY
TYPE COST
EFFORT PC
PROJECT TITLE
SMALL BUS CPAF
TECHNICAL SRVC 65
BXP. ASSESSMENT 3 FOR
SMALL BUS CPAF
RESEARCH • DEV 65
3UPP.FOR IONIZING t
LARGE BUS CPFF
TECHNICAL SRVC 65
NEGOTIATOR NAME
PROJECT OFFICER
FARMER
BRYANT
TOXIC SUBSTANCES
HOUSER
KAHN
EFF-DATE
EXP-OATE
09/30/69
09/30/92

11/03/69
09/30/92
CONTRACT
RFP-NDR
66090166
D900526L1

66090170
D900367N1
NONIONIZIN6 RADIATION PREGRAMS
HOUSER
3TERRETT
09/30/69
09/30/92
66090174
D901066L1
GEN.STAT.SUPP.FOR ASSESS. OF TOXIC SUBS.
SMALL BUS TM
TECHNICAL SRVC 65
RIVERSO
LIVINGSTON
09/14/90
09/13/92
66R00003
000072242
PUBLIC NOTICE ADVERTISING FOR REG. II
LARGE BUS TM
SERVICES 65
NEPA STUDIES - REG.
SMALL BUS FP
SERVICES 65
INDOOR PARKING SVCS
SMALL BUS TM

MUELLER
IV
RIVERSO
KAUFMAN
07/18/91
12/31/92

10/01/91
09/30/92
66R 10004
D000695Q4

66R10009
D101371Q2
FOR REG. II VEHICLES
RIVERSO
01/03/69
66R90002
C-CLAS3
PROD/SRVC
SBAREA
C
F106
A
C
AH21
A
C
F106
X
S
R701
0
C
B510
X
A
S299
A
S
REPRESENTATIVE
FUNDING PROGRAM
AREAS
69C


33X


69E


02K


36H


567


356
•*••••»
MAX.EXP
MAX.POTVAL
•MM»
09/30/92
9.667,039
«•"•**
09/M/9f
20,554,771

09/M/92
2,216,671
••M
09/13/92
160.0001
tJBHB
12/31/93
•
mmm
09/30/92
4*. 060
oMM
    COPLEY PLACE
    100 HUNTINGTON AVE
    BOSTON MA 02116

    GANNETT FLEMING ENVIRON
    ENGINEERING INC
    P.O.BOX 1963
    HARRISBURG PA 17105

    HEMLETT-PACKARO CO
    M 120 CENTURY RO
    PARAMUS NJ 07652

    SUFFOLK COUNTY MATER
    AUTHORITY
    SUNRISE HHY ft POND ROAD
    OAKDALE NY 11769
                    HAOTZLOUSKY
12/31/92  DU672094
CERTIFIED PUBLIC ACCOUNTING AUDIT SERVICES
R709
0
LARGE BUS     TM    RIVERSO
TECHNICAL SRVC  65  HARGROVE
PREP.OF ENVIRONMENTAL REVIEW STUDIES
LARGE BUS     FP    KASTNER
TECHNICAL SRVC  65  GOLDBERG
MAINTENANCE OF HP LAB EQUIPMENT

STA/LOCL OTHR FP    MURPHY
SERVICES        65  VOGELSANG, N
SUFFOLK COUNTY HATER
01/27/69  66R90003   C
09/11/92  D60006M2  F110
                     X
10/01/69  66R90006   S
09/30/92  D90116392  J099
                     X

06/01/90  66302006   S
02/26/93  H062035F2  SI14
                     X
                                                                        62C
                                                                        02K
           2AK
12/31/92
 361.589
                               04/30/92
                              3,204,736
                               09/30/92
                                324,623
                               02/26/93
                              4,500.000
    CIS DATA BASE AS OF 02/27/92
                                                                                                                               EK/1
I I

-------
11
    02/27/92
                                           CNBR
                                       ENVIRONMENTAL PROTECTION AGENCY
                                         CONTRACTS INFORMATION SYSTEM
                                   SORT     ACTIVE CONTRACT LIST     C-PC SPANS 65«65:
                                                                                                                             PAGE
                                                                                                                                     19
         CONTRACTOR NAME
        CONTRACTOR ADDRESS
                    TYPE          COST  NEGOTIATOR NAME     EFF-DATI   CONTRACT   C-CU33     REPRESENTATIVE
                    EFFORT          PC  PROJECT OFFICER     EXP-DATE   RFP-NBR    PROD/SIIVC  FUNDING PROGRAM
                    PROJECT TITLE                                                SBAREA          AREAS        MAX.POTVAL
0. H. MATERIALS. INC.
P. 0. BOX SSI
FINDLAY OH 45840

HASTE MANAGEMENT INC
•CHEMICAL NASTE MANAGEMENT
900 JORIE BLVD
OAK BROOK IL 60521

OHM REMEDIATION SERV CORP
16406 U.S. ROUTE
224 EAST
FINDLAY OH 45839-055

ENVIRONMENTAL TECH INC
P 0 BOX 1236
3705 SAUNDER9 AVE
RICHMOND VA 23277

OHM REMEDIATION SERV CORP
16406 U.S. ROUTE
224 EAST
FINDLAY OH 45839-055

HESTINGHOUSE HAZTECH INC
5280 PANOLA INDUSTRIAL BLVD
DECATUR GA 30035

FOUR SEASONS INDUST SERV
3107 SOUTH ELM-EUGENE
GREENSBORO NC 27416

ENVIRONMENTAL TECH INC
P 0 BOX 1236
3705 SAUNDER3 AVE
RICHMOND VA 23277

TANS CONSULTANTS INC
655 3RD AVE
NEH YORK NY 10017

TECHLAM, INC
14500 AVON PARKWAY
SUITE 300
CHANTILLY VA 22021
                    LARGE BUS     FP    ERICKSON
                    SERVICES        65  FORD
                    REMOVAL ACTION/SITE SPEC.  CANTON.MS

                    LARGE BUS     FP    TRUDEAU
                    SERVICES        63  L. STAFFORD
                    TftO - REGION VII
09/26/90  68S04001   C
09/24/92  H086168F4  F108
                     X

09/30/90  68307005   A
09/29/94  M0901S2F7  F108
                     X
                                   LARGE BUS     CPAF  JAMISON              06/30/91  68S14001   A
                                   SERVICES        65  CAROL MONELL         06/29/92  N986104F4  F10A
                                   EMERGENCY FIRST RESPONSE CLEAN UP SERVICES REGION IV          X
                                   SMALL BUS     CPFF  WALKER               06/17/91
                                   SERVICES        65  BOTTS                08/16/92
                                   EMERGENCY RESPONSE CLEAN-UP SERVICES
                                   LARGE BUS     CPFF  MALKER               08/17/91
                                   SERVICES        65  BOTTS                11/06/92
                                   EMERGENCY RESPONSE CLEANUP SVCS FINDLAY. OH
                                                                       68S14002   C
                                                                       H086032F4  F108
                                                                                  X
                                                                       68314003   C
                                                                       M186116F4  F108
                                                                                  X
                                   LARGE BUS     CPFF  MALKER
                                   SERVICES        65  BOTTS
                                   EMERGENCY RESPONSE CLEANUP SERVICES
                                                             08/17/91  68S14004   C
                                                             08/16/92  H186117F4  F108
                                                                                  X
                                   LARGE BUS     CPFF  .JAMISON              08/17/91  68314005   C
                                   SERVICES        65  BOTTS                08/31/92  H186118F4  F108
                                   EMERGENCY RESPONSE CLEAN-UP SERVICES GREENSBORO. NC           X
                                   SMALL BUS     CPAF  MURPHY
                                   SERVICES        65  RICHARD FETZER
                                   REGION III EMERGENCY CLEANUP SERVICES
                                    LARGE BUS     CPAF  HEAVER
                                    ARCHITECT/EN6   65  ALVI
                                    ARCS AHARD REGION II
                                                             01/31/92
                                                             01/30/93
          68S23002   C
          M284066F3  F108
                     A
                                    SMALL BUS     CPAF
                                    SERVICES       65
                                    NEIC-SUPPORT
                                        OSBORNE
                                        PAULA SMITH
02/01/89  68392001   C
02/01/99  H982004F2  C214
                     X

11/16/89  68M00001   C
09/30/92  M901275A3  R421
                     A
                                                                                                            4 AD
                                                                                                            7AM
                                                                                                            040   4AD
                                                                                                            040   4AD
                                                                                                            040   4AD
                                                                                                            040   4AO
                                                                                                            040   4AD
                                                                                                            3A3   033
                                                                                                            02K
                                                                                                            50H
                                                                                                                               09/30/
                                                                                                                               1,200.000
                                                                                                                06/29/96
                                                                                                               26.465.195
                                                  22.329.620
                                                    08/16/96
                                                  23.228.090
                                                    08/16/96
                                                  24.18*.729
                                                                                                                 08/16/96
                                                                                                               23,933.47*
   01/30/97
147,987,744
                                                                                                                 OZ/01>
                                                                                                               63.270,972
   09/30/
 34,325,000
     CIS  01
iSE AS OF  02/27/92
                                                                                                                                EK/1

-------
02/27/V2
                                                  ENVIRONHENTAL PROTECTION AGENCY
                                                    CONTRACTS INFORMATION  SYSTEM
                                       CNBR   SORT     ACTIVE CONTRACT LIST
                                                                                                                         PAGE    20
                                                        C-PC SPANS 65"65i
     CONTRACTOR NAME
    CONTRACTOR ADDRESS
       TYPE
       EFFORT
       PROJECT TITLE
              COST
                PC
NEGOTIATOR NAME
PROJECT OFFICER
EFF-OATE
EXP-DATE
CONTRACT
RFP-NDR
C-CLASS     REPRESENTATIVC    CUM.OBL6S
PROD/SRVC  FUNDING PROGRAM      ItAX.EXP
SBAREA          AREAS        tUX.TOTVAL
IBM CORP
FEDERAL SYSTEMS DIV
10100 FREDERICK PIKE
GAITHERSBURG MD 20760

MITRE CORP
HESTGATE RSRCH PARK
MCLEAN VA 22102

ICF INC
9300 LEE HMY
FAIRFAX VA 22031

SCITRAN SCI TRANSLATION SVCS
M 6 FEITIS T/A
1402 E VALLEY RD/POBOX 5456
SANTA BARBARA CA 93108

AMERICAN COASTAL INDUSTRIES
4915 PROSPECTUS DRIVE
SUITE C
DURHAM NC 27713

ICF INC
9300 LEE HMY
FAIRFAX VA 22031

ICF INC
1050 K ST NM
SUITE 950
WASHINGTON OC 20006

SCI APPLIC INTERNAT CORP.
0400 NESTPARK DR.
MCLEAN VA 22102
       LARGE BUS     FP     LOVEROE
       DATA PROCESSING 65   MATHIS
       IMAGE PROCESSING  SYSTEM
AMER BUSINESS COMMUNIC.
5100 E. 119TH STREET
GRANDVIEN MO 64030
INC.
       FED RESEARCH  CPFF
       MANAGEMENT CONS 65
       NPL SUPPORT
                    SHARPE
                    ABERNATHY
       LARGE BUS     CPFF  BAKER
       SERVICES       65  RUBY DOUGLAS
       OSM REGULATORY SUPPORT

       SHALL BUS     FP    JONES
       TECHNICAL SRVC 65  DAVE HOAOLEY
       TRANSLATION OF TECHNICAL MATERIALS
       SHALL BUS     FP   ROGERS
       DATA PROCESSING 65  HORTON
       INTERIM WORKSTATIONS
       LARGE BUS     CPFF  BOYD
       MANAGEMENT CONS 65  C. EN6LERT
       INCREMENTAL FUNDING
       LARGE BUS     CPAF
       TECHNICAL SRVC  65
       UST SUPPORT
                    BAKER
                    JOSH BAYLSON
NANCY LOW « ASSOCIATES INC
5454 WISCONSIN AVENUE
SUITE 1500
CHEVY CHASE MD 20015
LARGE BUS     CPAF  DOUGLAS
MANAGEMENT CONS 65  KENT ANDERSON
HAZ. HASTE DISPOSAL REGS ft GUIDANCE

SMALL BUS     FP    ROGERS
DATA PROCESSING 65  BROOKS
VOICE MAIL

SHALL BUS     CPFF  BAKER
TECHNICAL SRVC  65  DEBBIE RUTHERFORD
COMMUNICATION ft MARKETING SUPPORT
                                         11/22/09  60M00005   C
                                         09/30/95  M802625A3  7010
                                                             X
                     12/31/69  60H00000   S
                     12/31/92  M902144E2  C129
                                          X

                     01/01/90  60H00009   C
                     12/02/93  H900043E1  F999
                                          X

                     05/25/90  60M00019   C
                     09/30/92  M901370A2  9999
                                          A
                                         09/04/91  60M00021   9
                                         09/30/92  N901404A3  7010
                                                             0
                     05/10/90  60M00022   C
                     04/30/93  N901076E1  R400
                                          X

                     05/25/90  60M00024   C
                     05/24/92  M902945E1  F999
                                          X
                     06/29/90  60N00025   C
                     12/31/92  H901234E1  F999
                                          X

                     06/19/90  60H00026   3
                     09/30/95  N000477A3  7379
                                          D

                     06/29/90  68M00030   C
                     05/24/92  N003705E1  F999
                                          A
                                                                               42F
                                                                               72F
                                                                               31R
                                                                        644   69H
                                                                               32P
                                                                               75E
                                                                        00M
                                                                               31N   31T   31M
                                                                               540
                                                                               00M
                                                                         09/M/99
                                                                       70.lM.tM
                                                     12/31/92
                                                   19.000.00t
                                                                                            12/02/93
                                                                                          12.450.622
                                                                                            09/30/92
                                                                                              101.7*7
                                                                         02/26/92
                                                                       67.547,300
                                                                                             04/30/93
                                                                                            9,364,939
                                                     05/25/92
                                                    9.793,262
                                                                                                   06/30/94
                                                                                                 19.793.43S
                                                                                                   09/30/99
                                                                                                  4.300.000
                                                                                                   06/20/93
                                                                                                  3,973,416
CIS DATA BASE AS OF 02/27/92
                                                                                                                            EK/1

-------
11
    02/27/92
                                                      ENVIRONMENTAL PROTECTION AGENCY
                                                        CONTRACTS  INFORMATION SYSTEM
                                           CNBR   SORT     ACTIVE  CONTRACT  LIST
                                                                                                                             PAGE     II
                                                 C-PC SPANS 65»65:
CONTRACTOR NAME
CONTRACTOR ADDRESS
PRC ENVIRONMENTAL MGMT.
1505 PLANNING RESEARCH OR
MCLEAN VA 22201
MCLEAN VA 22101
ROY F HESTON INC
1426 HESTON NAY
HEST CHESTER PA 19300
ECOLOGY ft ENVIRONMENT INC
199 SUGG RO
BUFFALO NY 14225
BOOZ- ALLEN t HAMILTON INC
BOOZ-ALLEH APPLIED RSRCH
4330 EAST HEST HIGHWAY
TYPE COST
EFFORT PC
PROJECT TITLE
NEGOTIATOR NAME
PROJECT OFFICER
LARGE BUS CPFF LAU
MANAGEMENT CONS 65 OEKAY
OSMER TRAINING SUPPORT
LARGE BUS CPAF HENE
MANAGEMENT CONS 65 HAWKINS
TECHNICAL ASSISTANCE TEAM (TAT) ZONE 1
LARGE BUS
MANAGEMENT
LARGE BUS
SERVICES
RCRA/SF HO1
CPAF
CONS 65
CPAF
65
rLINE
HENE
KAREN TOMIMATSU
6ALLION/HOU3EMA
THEA MCMANUS
EFF-DATE
EXP-DATE
07/09/90
07/08/94
10/01/90
09/30/92
10/01/90
09/30/92
09/14/90
09/30/93
CONTRACT
RFP-NBR
68M00034
W902250E1
68W00036
H000031C1
68H00037
H003769C3
68W00039
M900500E1
C-CLASS
PROD/SRVC
SBAREA
C
U009
X
C
C214
X
C
M08
X
C
P498
X
REPRESENTATIVE
FUNDING PROGRAM
AREAS
75K
72D
720
720 31M
CUM.OBLGS
MAX.EXP
MAX.POTVAL
«MMH
07/08/94
7.200.000
09/30/92
116.537.392
09/30/92
102. 109.297
09/30/93
17.393.029
    BETHESDA HD 20014

    INFO SYSTEMStNETHORKS CORP
    10411 MOTOR CITY DRIVE
    BETHESDA MD 20017

    CHA. INC
    4015 IBIS STREET
    SAN DIEGO CA 92103

    COMPUTER SCI CORP
    SYSTEMS OIV
    6565 ARLINGTON BLVD
    FALLS CHURCH VA 22046

    CONTROL DATA CORP
    11428 ROCKVILLE PIKE
    ROCKVILLE MD 20852

    FOXX 4 COMPANY
    700 GOOOALL COMPLX
    324 HEST 9TH STREET
    CINCINNATI OH 45202

    LOS GATOS CIRCUITS INC
    634 GIBRALTER CT
    MILPITAS CA 95035
SMALL BUS     FP    AMES
DATA PROCESSING 65  BRUCE ALMICH
TELECOMMUNICATIONS SUPPORT

SMALL BUS     FP    KRAUSE
MANAGEMENT CONS 65  MAUREEN DELANEY
NAT'L RECRUITMENT MARKETING STRATEGY
                     09/26/90  68M00040   S
                     09/30/92  H903235A3  7010
                                         0

                     09/30/90  68M00041   S
                     09/30/92  H002425A2  R799
                 ft DISPLAY DEVELOPMENT    0
LARGE BUS     TM    SCHLOSSER            09/28/90
DATA PROCESSING 65  CLINE                09/30/92
TECHNICAL ft OPERATIONAL SUPPORT SERVICES
LARGE BUS     TM
DATA PROCESSING 65
MILLER
HAMMOND
10/04/90
09/30/92
FUNDING FOR THE SHARING SERVICES HITH CDC
SMALL BUS     CPFF  STERN
TECHNICAL SRVC  65  SKAHN
CONSTRUCTION QUALITY MGMT.
                     09/28/90
                     09/27/92
       IMPLEMENTATION
                               68W00043   C
                               H902404A3 R499
                                         X
68W00049   S
H003008A3  R305
           X

68W00050   8
M000921D1  R702
           0
SMALL BUS     FP    JONES
SERVICES        65  LARRY STRATTON
MAINTENANCE ON CHROMATOGRAPH
                     10/01/90  68H00051   C
                     09/30/92  W002603A2  J099
                                          A
                                                                        540
                               85P
                                                                        51C
                                                                        42F
                                                                         72E
                                                                         50H
                                                  3,224.811
                                                   09/30/92
                                                    393.723
                                                   09/30/99
                                                349.000.000
09/3
 260.000
                                                   09/27/92
                                                    260,666
                                                   09/30/93
                                                     111.600
     cis r
              BASE AS OF 02/27/92
                                                                                                                                EK/1

-------
    02/27/92
                                                      ENVIRONMENTAL  PROTECTION AGENCY
                                                        CONTRACTS INFORMATION SYSTEM
                                           CNBR   SORT     ACTIVE CONTRACT  LIST
                                                                                                                             PAGE
                                                                                                                                     22
                                                 C-PC SPANS 65«65:
         CONTRACTOR NAME
        CONTRACTOR ADDRESS
TYPE
EFFORT
PROJECT TITLE
COST
  PC
NEGOTIATOR NAME
PROJECT OFFICER
EFF-OATE
EXP-DATE
CONTRACT
RFP-NBR
C-CLASS
PROD/SRVC
SBAREA
 REPRESENTATIVE
FUNDING PROGRAM
     AREAS
 CUH.OBL63
   HAX.EXP
HAX.POTVAL
    BOOZ-ALLEN • HAMILTON INC
    BOOZ-ALLEN APPLIED RSRCH
    4330 EAST HEST HIGHWAY
    BETHE30A MD 20014

    OPRA INC.
    P.O. BOX 727
    200 RESEARCH DRIVE
    MAHATTAN KS 66502

    INDUSTRIAL ECONOMICS. INC.
    2067 MASSACHUSETTS AVE.
    CAMBRIDGE MA 02140

    THORNE ENVIRONMENTAL INC.
    4125 E. LAPAU1A AV.
    SUITE 300
    ANAHEIM CA 92807

    RESOLVE. WORLD WILDLIFE FUND
    1250 24TH ST NH
    THE CONSERVATION FOUND.
    WASHINGTON DC 20037

    ENVIRONMENTAL MSMT SUPPORT
    9514 MIDWOCO RD
    SILVER SPRING MD 20910

    NESTAT INC
    1650 RESEARCH BLVD
    ROCKVILLE MD 20850

    VIAR t CO
    112 SO PITT ST
    ALEXANDRIA VA 22314

    RESEARCH TRIANGLE INSTITUTE
    P 0 BOX 12194
    RSRCH TRI PK NC 27709

    RESOURCE APPLICATIONS INC.
    9291 OLD KEENE MILL ROAD
    BURKE VA 22015
LARGE BUS     CR    BOYO
MANAGEMENT CONS 65  LOGAN
ANALYTICAL SUPPORT
                           03/01/91  68M10005   C
                           07/31/92  M100785D2  F199
                                                X
LARGE BUS     CPAF
MANAGEMENT CONS 65
      GOLDBERG
      MARLENE LEMRO
                     02/22/91
                     09/30/92
HEADWATERS TECHNICAL ENFORCEMENT SUPPORT
           60N10007   C
           M903403E1  R409
                      X
SMALL BUS     CPFF  LUTZ                 03/17/91   66N10009   C
TECHNICAL SRVC  65  JAMES ZMERNEMAN      03/17/92   M002266A2   F999
SUPPORT SERVICES IN ECONOMIC ANALYSES OF CURRENT « FUTURE      A

LARGE BUS     CPAF  LOVE LADY             02/26/91   60M100U   C
SERVICES        65  LONGSTON             02/28/96   M100905C3   F108
FUNDING FOR THE ESTIMATED MGMT COSTS OF THE ERCS ZONE 4B      X
LARGE BUS     TM    JONES                08/01/91
MANAGEMENT CONS 65  DALTON               07/31/94
REG/NE6 CONSULTATION DISPUTE RESOLUTION SUPPORT
                                     60W10014   C
                                     N001967A2  R799
                                                X
SMALL BUS     CPFF  LAU
MANAGEMENT CONS 65  LIVINGSTONE
ANALYTICAL SUPPORT FOR 68-N1-0016

LARGE BUS     CPFF  HEARE
MANAGEMENT CONS 65  JOHN WARREN
STATISTICAL POLICY BRANCH SUPPORT

LARGE BUS     CPFF  LAU
TECHNICAL SRVC  65  NANCY LIVINGSTONE
ADVISORY AND ANALYTICAL ASSISTANCE
                           03/27/91  68H10016   C
                           03/26/95  N10109501  R408
                                                E

                           06/11/91  68M10019   C
                           09/30/92  H902966A2  R499
                                                X

                           06/25/91  68H10020   C
                           06/05/93  W00150301  R799
                                                X
NON/PRFT RSCH CPFF  BOYD                 07/01/91  68M10021    C
MANAGEMENT CONS 65  FRANCES HANAVAN      06/30/92  H002296D1  R799
TECHNICAL ASSISTANCE SUPPORT FOR SUPERFUND MANAGEMENT         X
SMALL BUS     CPFF
MANAGEMENT CONS 65
TAT 8(A)
      MILLIARD
      JENNIFER MALONEV
                     09/23/91
                     09/03/93
           68N10022   C
           H000441C3  8711
                      D
                                                                                                           72C
                                                                        81A
                                                                        41C
                                                           720
                                                                        410
                                                                         72C
                                                     31R
                                                     72C
                                                                         72C
                                                           75E
                                                                        9.295.9SS
                                          •2/21/96
                                        18.tM.84S
                                                                               83/17/94
                                                                             10.941.058
                                                                               •2/28/96
                                                                             59,681.813
                                                                         87/31/94
                                                                        5,131.358
                                                                         •V26/91
                                                                        1,997.646
                                                                         86/10/94
                                                                       11,138,660
                                                                               86/S8/94
                                                                              7,563,004
                                          11/38/95
                                        12,841,686
    CIS DATA BASE AS OF 02/27/92
                                                                                                                               CK/1
I I

-------
II
    02/27/92
                                                      ENVIRONMENTAL PROTECTION AGENCY
                                                        CONTRACTS INFORMATION SYSTEM
                                           CNBR   SORT     ACTIVE CONTRACT LIST
                                                                                                                             PAGE
                                                 C-PC SPANS 65*65:
CONTRACTOR NAME
CONTRACTOR ADDRESS

RESOURCE APPLICATIONS INC.
9291 OLD KEENE MILL ROAD
BURKE VA 22015
TYPE COST
EFFORT PC
PROJECT TITLE
SMALL BUS CPFF
DATA PROCESSING 65
TAT 81 A)
NEGOTIATOR NAME
PROJECT OFFICER

KENNEDY
GREG HEI6EL

EFF-DATE
EXP-DATE

09/23/91
09/30/93

CONTRACT
RFP-NBR

60M10023
M102244C3

C -CLASS
PROD/SRVC
SB AREA
C
8711
D
REPRESENTATIVE
FUNDING PROGRAM
AREAS
720


CUM.OBLGS
MAX.EXP
HAX.POTVAL

1 I/ JO/98
9.924,053
    REIDEL ENVIRONMENTAL SRVCS
    10207 EDISON AVENUE
    CHESTERFIELD MO 63305

    ORGANIZATIONAL DYNAMICS
    1000 THOMAS JEFFERSON ST.
    SUITE 606
    WASHINGTON DC 20007

    DIGITAL  EQUIP CORP

    0100 CORPORATEO DRIVE
    LANDOVER MD 20705

    DIGITAL  EQUIP CORP

    0100 CORPORATEO DRIVE
    LANDOVER MO 20705

    BROOKVALE  (COMPUTERI ASSOC.
    265 ODRT AVE.
    HAUPPAUSE  NY  11700

     INTEGRATION TECHNOLOGIES
     2745 HARTLAND ROAD
     FALLS CHURCH  VA 22043

     INFORMATION DYNAMICS,  INC.
     7313 HOODMONT AVE.
     BETHESDA MD 20814

     TELEMARC INC.
     12015 LEE JACKSON HHY
     SUITE 500
     FAIRFAX VA 22033

     MARASCO NEKTON GROUP LTD
     1600 HILSON BLVD.
     SUITE 1200
     ARLINGTON VA 22209
LARGE BUS     CPAF  EAVES
SERVICES        65  LARRY STAFFORD
EMERGENCY REMOVAL CONTRACT

LARGE BUS     FP    MURPHY
EQUIPMENT       65  KERRY-WEISS
LICENSE TO PRINT TQM COPYRIGHT MA
LARGE BUS     FP    AMES
DATA PROCESSING 65  DAVID M CLINE
ORD MODERNIZATION II
LARGE BUS     FP    AMES
DATA PROCESSING 65  DAVID M CLINE
ORD MODERNIZATION II
SMALL BUS     FP    AMES
DATA PROCESSING 65  DAVID M CLINE
ORD MODERNIZATION II

SMALL BUS     FP    AMES
DATA PROCESSING 65. DAVID M CLINE
ORD MODERNIZATION II

SMALL BUS     TH    FULTON
DATA PROCESSING 65  SCHMARZ
INOVATIVE ELECTRIC REPORTING
02/04/91  68H10035   C
02/0 V96  M900551C3  F108
                     X

04/26/91  60M10036   S
09/30/92  N101061A2  8742
                     X
09/23/91  60M10043   C
09/30/98  M102854A3  7010
                     X
09/23/91  68H10044   C
09/30/96  H102855A3  7010
                     X
09/2V91  68U1004S   C
09/30/96  M102056A3  7010
                     A

09/23/91  68M10046   C
09/30/96  M102037A3  7010
                     A

09/24/91  68M1004B   S
08/15/92  H101801A3  0306
                     0
 SMALL BUS     TM    STERN                09/30/91
 TECHNICAL SRVC  65  FRANCES HANAVAN      09/30/92
 LOGISTICAL  « DOCUMENT PREPARATION SUPPORT FOR OERR
 SMALL BUS    CPFF  ROBERT                12/18/91
 MANAGEMENT CONS 65  FRANCES  J HANAVAN     12/17/92
 MANAGEMENT SUPPORT FOR SUPERFUND PROGRAM
          68N10053   S
          H100826D1  7389
                     D
           68H20003  C
           N100045D1  R799
                     C
                                                                                                            720
85M
                                                                        61H
                                                                         55M
                                                                         55M
55M
410
                                                                         72C
                                                                         72C
                    04/25/94
                     720.000
                    09/30/98
                  36.3S7.600
                    09/30/96
                  43,074,604'
                    09/30/96
                  41.693.827
                    09/30/94
                    1,560,848
                     12/10/95
                   8.934.093
     CK    fA BASE AS OF 02/27/92
                                                                                                                                EK/1

-------
02/27/V2
                                                  ENVIRONMENTAL PROTECTION AGENCY
                                                    CONTRACTS INFORMATION SYSTEM
                                       CNBR   SORT     ACTIVE CONTRACT  LIST
                                                                                                                         PAGE
                                                                                C-PC  SPANS 65«65s
CONTRACTOR NAME
CONTRACTOR ADDRESS

TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
EFF-DATE CONTRACT C-CLASS
EXP-OATE RFP-NBR PROD/SRVC
SBAREA
REPRESENTATIVE
FUNDING PROGRAM
AREAS
CUM.OBLGS
MAX.EXP
MAX.POTVAL
TECHNOLOGY * MGMT. SERV.
20201 CENTURY BLVD.
GERMANTOWN MD 20674

EXTREL CORPORATION
240 ALPHA DRIVE
PITTSBURGH PA 15230  .

B E S ENVIRONMENTAL SERVICES
225 WYOMING AVE
KINGSTON PA 10704

GUARDIAN CONSTRUCTION CO.
1280 PORTER RD.
BEAR OE 19701

E C JORDAN COMPANY
PO BOX 7050
PORTLAND ME 04112

NU3 CORPORTATION

910 CLOPPER RD
6AITHERSBUR6 MD 20076

CH2M HILL
CH2M HILL CENTRAL
310 W WISCONSIN AVE
MILWAUKEE WI 53201
                               SMALL BUS     CPFF  ROBERT               12/16/91
                               MANAGEMENT CONS 65  JAMES T MCMASTER     12/17/92
                               MANAGEMENT SUPPORT FOT THE SUPERFUND PROGRAM
                                                   66W20005   C
                                                   W200433D1   R799
                                                              C
LARGE BUS     FP    SINK
SERVICES        65  CARASEA
THREE RIVERS AHAYTICAL ORGANIC3

SMALL BUS     FP    MURPHY. H
SERVICES        65  JARVELA
SITE SPECIFIC OBLIGATION

SMALL BUS     FP    MURPHY. MARIE
SERVICES        65  JARVELA
SITE SPECIFIC OBLIGATION

LARGE BUS     FP    LAU
SERVICES        65  FISK
INITIAL FUNDING -EC JORDAN
                     12/30/67  60M00020   AS
                     03/31/99  W60076001  F999
                                          X

                     02/26/66  66M00020   C
                     02/26/92  W601745C3  F106
                                          A

                     02/26/66  66W60030   C
                     02/25/92  N601746C3  Fltl
                                          A

                     12/09/67  66N60032   AS
                     03/20/99  W60031101  F999
                                          X
                                                                                                       72C
                                                                                                       72F
                                                                                                       3AS   72D
                                                                                                       3AS   72D
                                                                         12/17/91
                                                                       0.729.16*
                                                                                                                           •2/26/92
                                                                                                                          3,217.422
                               LARGE BUS     CPAF  OZER                 01/01/66  66W60037   C
                               ARCHITECT/ENG   65  STEPHAINE DEL RE      12/31/97  M601662D1  C214
                               REMEDIAL PLANNING ACTIVITIES IN REGION III  - NUS             X
                               LARGE BUS     CPAF  BAMFORD
                               ARCHITECT/ENG   65  BALLOTTI
                               FOREST WASTE DISPOSAL SITE
                                         01/30/66  66W60040   C
                                         01/31/96  M601349D1   F999
                                                              X
                                                                                                       72E
                                                                                                       72E
                                                                                             It/31/97
                                                                                         2J6.027.M5
                                                                         •1/31/9*
                                                                      227.222.913
NYTEST ENVIRONMENTAL
60 SEAVIEW BLVD
PORT WASHINGTON NY 11050

RECRA ENVIRONMENTAL
6320 GUILFORO RD BLDG E
COLUMBIA MD 21046

BLACK « VEATCH CONSULT EN6
1500 MEADOW LAKE PKWY
KANSAS CITY MO 64114
LARGE BUS
SERVICES
                                             FP
                                               65
SIMMONS,
CARASEA
                                                            J.L.
                               CHEMICAL ANALYTICAL SERVICES FOR  OR6ANICS
02/29/66
05/29/99
LARGE BUS
SERVICES
                                             FP
                                               65
LAU
CARASEA
                               CHEMICAL ANALYTICAL SERVICES FOR ORGANICS
02/29/68
06/09/99
66W60049   AS
M600935D1  F999
           X

66N60051   AS
W60093301  F999
           X
LARGE BUS     CPAF  MANZKE               04/06/66  66N60064   C
ARCHITECT/ENG   65  SUSAN HE3TON         04/26/96  HBO176101  F999
FUNDING/COMMUNITY RELATIONS SPRINGFIELD TOWNSHIP DUMP        X
                                                                                                       72F
                                                                                                       7ZE
05/29/99
 764.500
00/30/90
 77*.100
                                                                                                                          - 04/20/90
                                                                                                                        220,160.211
CIS DATA BASE AS OF 02/27/92
                                                                                                                           EK/1

-------
11
    02/27/92
                                                      ENVIRONMEKTAL PROTECTION AGENCY
                                                        CONTRACTS INFORMATION SYSTEM
                                           CNBB   SORT     ACTIVE CONTRACT  LIST
                                                                                                                             PAGE
                                                                                                                                     25
                                                          C-PC SPANS 65««S:
CONTRACTOR NAME
CONTRACTOR ADDRESS

TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
EFF-DATE CONTRACT C-CLASS
EXP-OATE RFP-NBR PROO/3RVC
SB AREA
REPRESENTATIVE
FUNDING PROGRAM
AREAS
CUH.OBLGS
MAX.EXP
HAX.POTVAL
    ENVIRON HEALTH RSRCHtTESTINB
    2514 REGENCY RD
    LEXINGTON KY 40503

    WESTERN RESEARCH INSTITUTE
    PO BOX 3395-UNIVERSITY
    LARAHIE MY 02071

    N. H. ENGINEERING
    611 CASCADE NEST PKNY SE
    GRAND RAPIDS MI 49506

    SCIENTEX CORP.
    1655 NORTH MYER DRIVE
    SUITE 400
    ARLINGTON VA 22209

    VIAR i CO
    112 SO PITT ST
    ALEXANDRIA VA 22314
    PRC ENVIRON MGMT. INC.
    303 E. HACKER OR. SUITE
    CHICAGO IL 60601
  500
    ECOLOGY I ENVIRONMENT
    195 SUGG RD
    BUFFALO NY 14225
INC
    ECOLOGY * ENVIRONMENT INC
    195 SUGG RD
    BUFFALO NY 14225

    ROY F HESTON INC
    1426 HESTON HAY
    HEST CHESTER PA  19380

    CH2M HILL
    ^SOUTHEAST INC
    1941 ROLAND CLARK PLACE
    RESTON VA 22091
        SMALL BUS     FP    KNORR
        SERVICES       65  STEVE JARVELA
        REGION  III  SMALL BUSINESS CONTRACT

        LARGE BUS     FP    LAU
        SERVICES       65  FRIBUSH
        INITIAL FUNDING-HRI 236
         LARGE BUS    CPAF
         ARCHITECT/ENG  65
         ORIGINAL FUNDING
                   CONNER
                   SUSAN HESTON
         SMALL BUS     CPFF  MENE
         TECHNICAL SRVC  65  JOHN CUNNINGHAM
         oi HAZARDOUS SUBSTANCE  TECH.  SUPPORT
03/31/66  681100070   8
02/25/92  H802124C1  F108
                     0

03/15/88  68M80076   AS
03/30/92  M802048D2  F999
                     X

03/31/88  68H80079   C
03/30/98  H802440D1  C214
                     X

04/20/88  68H80080   S
04/19/92  H802480C2  F108
                     0
         SMALL BUS     TH    LOVEROE               04/22/88 68H80063   C
         DATA PROCESSING 65  TED  HARRIS           09/30/92 HA87D075   R306
         ANALYSIS. FEASIBILITY STUDIES SYST DESIGNS 4 SYS EVAL        C
LARGE BUS     CPAF  CONNER               04/26/88
ARCHITECT/ENG   65  KUSH                 03/31/98
REMEDIAL PLANNING ACTIVITIES IN REGION V - PRC
          68M80084   C
          M602858D1  C214
                     X
LARGE BUS     CPAF  OZER
ARCHITECT/ENG   65  ROY SCHROCK
REMEDIAL PLANNING ACTIVITIES III

LARGE BUS     CPAF  HANZKE
ARCHITECT/ENG   65  SUSAN HESTON
REMEDIAL PLANNING ACTIVITIES V
05/06/88  68H80085   C
05/05/98  M802439D1  C214
                     X

05/06/88  68M80086   C
05/05/98  MB02438D1  C214
                     X
         LARGE BUS     CPAF  MANZKE               06/01/88  68M80089   C
         ARCHITECT/ENG   65  STEVE NATHAN         05/31/98  H802999D1  C214
         REMEDIAL PLANNING ACTIVITIES IN REGION V - MESTON             X
         LARGE BUS     CPAF  OZER
         ARCHITECT/ENG   65  DEL RE'
         ARCS AHARD REGION III - CH2M HILL
                                         06/03/88  68M80090   C
                                         06/02/98  H803311D1  C214
                                                              X
                                                                                                           72D   3AS
                                                                        72F
                                                                                 72E
                                                                                 720
                                                                                 540
                                                                                                            72E
                                                                                                            72E
                                                                                                            72E
                                                                                  72E
                                                                                  72E
                                                                                          16.000.008
                                                                                            03/30/92
                                                                                             928.400
   03/30/98
 58.347.645
                                                                                            04/19/91
                                                                                           1.100.173
                                                                                            03/30/93
                                                                                          33.87S.16S
   OV31/96
211.963.366
                                                                                                   62.606.266
                                                                                                     05/86/98
                                                                                                   60.655.304
                                                                                             05/31/96
                                                                                          222.164.330
                                                    06/OV96
                                                 233.265.045
     CI!
            A BASE AS OF 02/27/92
                                                                                                                                EK/1

-------
02/27/92
                                                  ENVIRONMENTAL  PROTECTION AGENCY
                                                    CONTRACTS INFORMATION SYSTEM
                                       CNBR   SORT     ACTIVE CONTRACT LIST
                                                                                                                         PAGE    26
                                                 C-PC SPANS 65«65:
CONTRACTOR NAME
CONTRACTOR ADDRESS

TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
EFF-DATE CONTRACT C-CLASS
EXP-DATE RFP-NDR PROO/SRVC
SBAREA
REPRESENTATIVE
FUNDING PROGRAM
AREAS
CUH.06L6S
MAX.EXP
MAX.POTVAL
BLACK * VEATCH CONSULT ENG
1500 MEADOW LAKE PKHY
KANSAS CITY HO
TETRA TECH
630 N R03EMEADE BLVO
PASADENA CA 91107

DONOHUE * ASSOCIATES
4736 N 40TH 3T
SHEBOY6AN HI 53063

LEONARD 6. BIRNBAUM ft CO
6205 FRANCONIA ROAD
ALEXANDRIA VA 22310

ENSITE. INC.
5119 S ROYAL ATLANTA OR
TUCKER 6A 30004

SPEAKING UP 1
750 VALLEJO ST. SUITE 301
SAN FRANCISCO CA 94123

UNIVERSITY RESEARCH CORP 5
530 WISCONSIN AVE
CHEVY CHASE ID 20615

CONCEPTUAL SYSTEMS INC 1
100 HAYNE AVE. 12TH FL
SILVER SPRING MD 20910

LABAT-ANDERSON
1111 L9TH ST. NORTH
ARLINGTON VA 22209

EBASCO SERVICES INC.
TWO WORLD TRADE CENTER
NEW YORK NY 10046

JACOBS ENG CO
521 S LAKE AVE
PASADENA CA 91109
LARGE BUS     CPAF  OZER
ARCHITECT/ENS   65  PIKE
ARCS REGION III

URGE BUS     CPAF  OZER
ARCHITECT/EN6   65  FRANCIS BURNS
ARCS AWARD REGION III - TETRA TECH
LARGE BUS     CPAF  BAMFORD
ARCHITECT/ENS   65  HESTON
ARCS AWARD REGION V - DONAHUE

SMALL BUS     TN    LUTZ
TECHNICAL SRVC  65  A. ORAND
AUDIT SERVICES - F

SMALL BUS     FP    JAMISON
SERVICES        65  NQNELL
ENSITE. INC. REGIONAL ERCS

SMALL BUS     TN    SCHLOSSER
TECHNICAL SRVC  65  K. WRIGHT
ORGANIZATIONAL DEVELOPMENT

LARGE BUS     TN    SCHLOSSER
TECHNICAL SRVC  65  K. WRIGHT
ORGANIZATIONAL DEVELOPMENT

SHALL BUS     TM    O3BORNE
TECHNICAL SRVC  65  K. WRIGHT
ORGANIZATIONAL DEVELOPMENT

SHALL BUS     CPFF  CUNNINGHAM
TECHNICAL SRVC  65  T. JOVER
IHPL. SUPP. FOR SARA. TITLE III.

LARGE BUS     CPAF  WEAVER
ARCHITECT/ENS   65  ALVI
ARCS AWARD REGION II - EBASCO
        06/29/66  66M60091    C
        06/29/96  WA67J637    C214
                             X

        06/22/66  66W80092    C
        06/21/96  N60379701   C214
                             X

        06/29/66  66W60093    C
        05/31/96  W603335D1   C214
                             X

        07/11/66  66M60096    C
        07/10/92  W605706A2   R704
                             C

        06/17/66  66W60099    C
        06/16/99  W666050F4   F099
                             A

        06/09/66  66W60103    C
        03/17/92  H605707A2   R550
                             E

        06/06/66  66W60104    C
        03/31/92  W605705A2   R550
                             X

        06/08/66  66W60106    C
        06/07/93  W605704A2   R550
                             A
        07/26/66  66W60108   S
        07/16/9/0 N601450E1  F101
ft TRADE SECRET PROC.         0

        09/07/68  66W80110   C
        09/07/96  W60529701  C214
                             X
LARGE BUS     CPAF  KALWEI               09/13/66
ARCHITECT/EN6   65  HANLEY               09/30/96
START UP FUNDING/ARCS CONTRACT ZONE VI
                  66W60112   C
                  M60529602  C214
                             X
                                                                                                       72E
72E
                                                                        72E
356
72D
65T
65T
65T
                                        75E
72E
                                        72E
                    M/SVM
                  64.S14.121
                    06/21/96
                  65.342.544
                    OS/31/96
                 227.331.064
                    •7/16/92
                   2,755.990
                  17.27S.113
                         7792
                     623.669
                    03/31/92
                   2,247.646
                    06/07/93
                     373.569
                    09/07/98"
                 223,346,506
                    •9/30/96
                 151,673,624
CIS DATA BASE AS OF 02/27/92
                                                                                             EK/1

-------
11
    02/27/92
                                                      ENVIRONMENTAL PROTECTIUM AGENCY
                                                        CONTRACTS INFORMATION SYSTEM
                                           CNBR   SORT     ACTIVE CONTRACT LIST
                                                                                                                             PAGE
C-PC SPANS 65«A5:
CONTRACTOR NAME
CONTRACTOR ADDRESS
NUS CORPORTATION

910 CLOPPER RD
GAITHERSBURG MO 20878
MCBRIDE, LOCK I ASSOCIATES
1221 BALTIMORE AVE.SUITE406
KANSAS CITY MO 64105
ARTHUR D LITTLE INC
20 ACORN PARK
CAMBRIDGE MA 02140
JACOBS ENG CO
521 S LAKE AVE
PASADENA CA 91109
ICF INC
ICF TECHNOLOGY INC
399 THORNALL STREET
EDISON NJ 08837
DYNATREND, INC.
21 CABOT ROAD
MOBURN MA 01801
DYNATREND, INC.
21 CABOT ROAD
MOBURN MA 01801
BRANDON, SMITH AND JONES
100 N. MAIN BLDG. 01200
MEMPHIIS TN 38103
CAMP DRESSER 1 MCKEE, INC
COM FEDERAL PROGRAMS CORP
13135 LEE JACK MEM HMY 1200
FAIRFAX VA 22033
ALLIANCE TECHNOLOGIES CORP
213 BURLINGTON RD
BEDFORD MA 01730
TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
LARGE BUS CPAF ZENI
ARCHITECT/ENG 65 KELLEY
START UP FUNDING FOR PROGRAM MGMT. FOR

SMALL BUS TM LEWIS
TECHNICAL SRVC 65 MURRAY
AUDIT SERVICES - D
LARGE BUS CPAF ZENI
ARCHITECT/ENG 65 KELLEY
EFF-DATE CONTRACT C-CLASS
EXP-DATE RFP-NBR PROO/SRVC
SB AREA
09/16/66 66H60117 C
09/15/96 M805357D1 C214
REGION/WITH NUS X

09/06/66 66M60116 C
04/15/92 H605710A2 R704
C
09/26/66 66M60120 C
09/26/96 N60535801 C214
REMEDIAL PLANNING ACTIVITIES AT UNCONTROLLED HAZ. SITE X
LARGE BUS CPAF DURDEN
ARCHITECT/ENG 65 KAREN FLOURNEY
START UP FUNDING/ARCS CONTRACT IN ZONE
LARGE BUS CPAF HEAVER
ARCHITECT/ENG 65 ALVI
FUNDING ARCS REGION II - ICF

SMALL BUS CPFF N. JONES
TECHNICAL SRVC 65 DAN DELLAPENTA
PROPERTY MANAGEMENT
SMALL BUS LH N. JONES
TECHNICAL SRVC 65 MCLARNEY
AUDIT SERVICES
SMALL BUS TM STEMART
TECHNICAL SRVC 65 PAIGE
AUDIT SERVICES
LARGE BUS CPAF TOY
TECHNICAL SRVC 65 JACK JOJOKIAN
TECHNICAL ENFORCEMENT SUPPORT, ZONE I

LARGE BUS CPAF TOY
TECHNICAL SRVC 65 JACK JOJOKIAN
TECHNICAL ENFORCEMENT SUPPORT ZONE I
09/30/66 66M60122 C
09/30/96 H609756D2 C214
VI, VII. * VIII X
09/30/88 68M60124 C
09/30/96 H80S637D1 C214
X

10/01/68 66H60123 C
09/30/92 M801100A2 R426
A
10/01/68 66H60126 C
09/30/93 H601063A2 R699
A
09/30/66 66M60133 C
09/29/92 M605711A2 R704
C
12/02/86 66M90002 C
12/01/93 H804234E1 F999
X

12/02/86 66H90003 C
12/01/93 H900279E1 F999
X
REPRESENTATIVE CUM.OBL6S
FUNDING PROGRAM MAX.EXP
AREAS tlAX.POTVAl
72E ««MBM
•9/19/96
146,369.396

358 (••••Ml
•9/09/93
2,214,000
72E 'i^tfvW
•9/28/96
69,117.666
72E <••••••
•9/3«/96
190.241.713
b

09/30/98
62.900,366

31E •••••••
03/31/92
3.200.000
51E •••••••
09/30/93
,11,500,000
358 •VMfettBBi
•9/29/93
. 2. 190. 20*
61A 01P 02K«MBMBI|i
12/01/93
«. 123. 772,292

01P 02K 61A •••••i
12/01/93
136,372,940
     CIS i
              BASE AS OF 02/27/92
                                                                                                                                EK/1

-------
 02/27/V-
                                                  ENVIRONMENTAL PROTECTION AGENCY
                                                    CONTRACTS INFORMATION SYSTEM
                                       CNBR   SORT     ACTIVE CONTRACT  LIST
                                                                                                                         PAGE
                                                                                                          20
                                                         C-PC SPANS 65»65:
CONTRACTOR NAME
CONTRACTOR ADDRESS
TYPE
EFFORT
PROJECT
COST
PC
TITLE
NEGOTIATOR NAME
PROJECT OFFICER
EFF-DATE
EXP-DATE
CONTRACT
RFP-NBR
C -CLASS
PROO/SRVC
SBARCA
REPRESENTATIVE
FUNDIN8 PROGRAM
AREAS
CUtl.OBLGS
MAX.EXP
. MAX.POTVAL
CAMP DRESSER t HCKEE. INC
COM FEDERAL PROGRAMS CORP
13135 LEE JACK MEM HHY 1200
FAIRFAX VA 22033

DYNAMAC CORP
ENVIRO-CONTROL DIV
11140 ROCKVILLE PIKE
ROCKVILLE MD 20852

PRC ENVIRON MGMT. INC.
303 E. HACKER DR. SUITE 500
CHICAGO IL 60601
METCALF « EDDY. INC
6480 BUSCH BLVD. SUITE
COLUMBUS OH 43229
200
SCI APPLICATIONS
10260 CAMPUS POINT DRIVE
SAN DIEGO CA 92121

PRC ENVIRON MANAGE INC.
120 HOWARD ST., SUITE 700
SAN FRANCISCO CA 94105

FISHER, SAMUEL M
GSB BLDG SUITE 002
PHILADELPHIA PA 19131

SCI APPLIC INTERNAT CORP.
A400 MESTPARK DR.
MCLEAN VA 22102

FLUOR DANIEL
12790 MERIT DRIVE
SUITE 200
DALLAS TX 75257

ROY F NESTON INC
1426 NESTON MAY
WEST CHESTER PA 19380
        LARGE BUS     CPAF  ROBBINS
        SERVICES        65  JEAN MRIGHT
        PROCUREMENT REQUEST FOR TES 7
        LARGE BUS     CPAF  ROBBINS
        SERVICES        69  JEAN MRIGHT
        PROCUREMENT REQUEST FOR THE TES 6
LARGE BUS     CPAF  CAFFREY
SERVICES        65  PERRY,  B
INCREMENTAL FUNDING

LARGE BUS     CPAF  CAFFREY
SERVICES        65  PERRY,  B
INCREMENTAL FUNDING

LARGE BUS     CPAF  KELLY
TECHNICAL SRVC  65  NANCY,  DECK
TECHNICAL ENFORCEMENT SUPPORT ZONE

LARGE BUS     CPAF  KELLY
TECHNICAL SRVC  65  NANCY DECK
TECHNICAL ENFORCEMENT SUPPORT ZONE
                                           IV
                                           IV
        SMALL BUS     FP
        SERVICES        65
        AUDIT SERVICES-A
                    JONES
                    MISNIEMSKI
                                                  68M90004   C
                                         12/01/94  M900280E1  F999
                                                             X
                                         12/02/88  68M90005   C
                                         12/01/94  M900201E1  F999
                                                             X
                                                03/31/89  66N90006   C
                                                03/31/94  M901S70E1  F999
03/31/89  60M90007   C
03/31/94  M901f71El  F999
                     X

12/02/88  68M90008   C
12/02/93  M600002E1  R*21
                     X

12/02/88  68M90009   C
12/02/93  M900282E1  R421
                     X

03/17/69  68M90010   C
10/30/92  MB05713A2  R704
                     E
        LARGE BUS     CPFF  KELLY                12/05/80  68M90011   C
        TECHNICAL SRVC  65  GAIL HANSEN          09/30/92  NA07K094   F999
        TO FUND CONTRACT AFTER AMARD RFP NO.MA87-K894                 X
        LARGE BUS     CPAF  KALMEI
        ARCNITECT/EN6   65  SIEMENSKI
        AMARO OF ARCS CONTRACT
                                         01/06/09  60M90013   C
                                         01/05/99  M905005F7  F100
                                                             X
        LARGE BUS     CPAF  KALMEI               02/10/09
        ARCHITECT/EN6   65  PAUL SUMENSKI        01/31/99
        FUNDING PROGRAM M6HT.  FOR (ARCS) CONTRACT AMARO
                                                   60M90015  C
                                                   M90061802  C214
                                                             X
                                                                                01A
                                                                                01A
                                                                                05F
                                                                                05F
                                                                                0IA
                                                                                10Q
                                                                                01A
                                                                                IN
                                                                                356
                                                                        31C
                                                                        06L
                                                                        06 L
09K   00L4
09K   00LI
                                                   It/01/94
                                                106.022.tt4
                                                   It/01/94
                                                110.3M.19f
                                                   03/31/94
                                                 29,007,229
              03/31/94
            30.t74.3M
              12/02/93
            29.314.170
              12/02/93
            30.t6t.0t0
              03/16/93
             2.496.720
                                                                                            09/30/92
                                                                                           6,217.101
                                                   01/01/9*
                                                 143,397.749
                                                    01/31/99
                                                 156.tl3.437
CIS DATA BASE  AS  OF  02/27/92
                                                                                                                           EK/1

-------
II
    02/27/92
                                                      ENVIRONMENTAL PROTECTION AGENCY
                                                        CONTRACTS INFORMATION SYSTEM
                                           CNBR   SORT     ACTIVE CONTRACT LIST
                                                                                                                             PAGE
                                                 C-PC SPANS 65»65:
CONTRACTOR NAME
CONTRACTOR ADDRESS
ROY F
1426
HEST
MESTON INC
HESTON MAY
CHESTER PA


19380
TYPE
EFFORT
PROJECT TITLE
LARGE BUS
ARCHITECT/ENS
COST
PC
CPAF
65
NEGOTIATOR NAME
PROJECT OFFICER
ZENI
BARHAKEAN
PROG. MGMT. START UP FOR HESTON/RE6ION
EFF-DATE
EXP-OATE
02/21/69
09/21/99
I
CONTRACT
RFP-NBR
68M90016
M90064001

C-CLASS
PROO/SRVC
SBAREA
C
C214
X
REPRESENTATIVE
FUNDING PROGRAM
AREAS
01P





CUM.OBLC9
HAX.EXP
HAX.POTVAL

OZ/tl/99
65.646.569
    ECOLOGY ( ENVIRONMENT INC
    195 SUGG RO
    BUFFALO NY 14225

    CAMP DRESSER ft HCKEE. INC
    COM FEDERAL PROGRAMS CORP
    13135 LEE JACK MEM HMY 1200
    FAIRFAX VA 22033

    ROY F HESTON INC
    1426 HESTON HAY
    HEST CHESTER PA 19380

    CAMP DRESSER ft MCKEE, INC
    COM FEDERAL PROGRAMS CORP
    1)135 LEE JACK MEM HHY 1200
    FAIRFAX VA 22033

    MORRISON KNUDSEN-FERGUSON  CO
     1120 LINCOLN ST
    DENVER CO 60205

    ENVIRONMENTAL TECH  INC
    P 0 BOX  1236
     3705 SAUNDERS AVE
    RICHMOND VA 23277

     GUARDIAN CONSTRUCTION CO.
     1260  PORTER RD.
     BEAR  DE  19701

     DOBBSt RAMT CO
     615  PEACHTREE  ST.,  NE
     ATLANTA GA 30308
     ARLINGTON VA 22209

     RESOURCE APPLICATIONS INC.
     226 MAPLE AVE.  HEST fl401
     VIENNA VA 22160
LARGE BUS     CPAF  MORRISON
ARCHITECT/ENG   65  JOANNE LABAM
PM FUNDING EftE ZONE OF 9 A 10

LARGE BUS     CPAF  KALMEI
ARCHITECT/ENG   65  FLOURNOY
ARCS AHARO - ZONE 6, 7, 8 - COM
LARGE BUS     CPAF  BACHMANN
ARCHITECT/ENG   65  HACKER
INCREMENTAL FUNDING

LARGE BUS     CPAF  HEAVER
ARCHITECT/ENG   65  ALVI
ARCS AHARO REGION II - COM
                          03/10/89  66M90020   C
                          06/30/99  M90113801  C214
                                               A

                          03/23/69  66M90021   C
                          03/31/99  H90133001  C214
                                               X
                          04/24/90  66M90022   C
                          03/09/99  M982010F2  C129
                                               X

                          03/15/89  66H90024   C
                          03/14/99  H901480D1  C214
                                               X
LARGE BUS     CPAF  ERNST                03/31/89
ARCHITECT/ENG   65  JANES HANLEY REG III 03/31/99
PROGRAM MANAGEMENT SUPPORT CH2M HILL
                                    66M90025   C
                                    H90156001  C214
                                               X
SMALL BUS     CR    IDES
TECHNICAL SRVC  65  JARVELA
REGION 3 MINI ERCS ROUND 2
SMALL BUS     CPAF  GAMIN
TECHNICAL SRVC  65  JARVELA
REGION  III MINI ERCS ROUND II
 SMALL BUS
 SERVICES
 OSH SUPPORT
CPFF
  65
CAFFREY
KENT ANDERSON
 SMALL BUS     CPFF  CAFFREY
 SERVICES       65  CAROL HALLACE
 PRP OVERSIGHT ft SEARCHES
                           04/05/69 68M90026   C
                           04/04/92 MA66H051   F112
                                               A
04/05/89  66H90027   C
04/04/92  M901848C1  F112
                     C

06/01/69  68M90028   9
04/30/93  M900047E1  F999
                     D
                           03/29/69  68M90029   C
                           03/31/92  M805966E1  F999
                                                D
                                                    07M
                                                                        02K
                                                    02K
                                                                         08L
                                                                         3A9
                                                                       06/30/99
                                                                      71.C9t.M9
                                                                        •S/31/99
                                                                     154,794,394
                                                                  •   46.153,898
                                                                         SIM   Tin   31C
                                                                         04D
                                                                        53/14/99
                                                                     229.362.160
                                                                        03/31/99
                                                                     155.373.447
                                                                        04/04/92
                                                                      ll.53S.330
                                                                              04/04/92
                                                                             9.875.559
 04/30/93
1,532.076
                                                                        •3/31/92
                                                                         200.000
     Cli
            A BASE AS OF 02/27/92
                                                                                                                                EK/1

-------
I I
    02/2 7/V2
                                                      ENVIROttlENTAL PROTECTION A6ENCV
                                                        CONTRACTS INFORMATION SYSTEM
                                           CNBR   SORT     ACTIVE CONTRACT LIST
                                                                                                                             PAGE
                                                 C-PC SPANS 65*65:
CONTRACTOR NAME
CONTRACTOR ADDRESS
ICF INC
9300 LEE HNY
FAIRFAX VA 22031
CH2M HILL
6425 CHRISTIE AVENUE
EMERYVILLE CA 94606
SVERDRUP CORP
601 NORTH 11 TH STREET
ST. LOUIS HO 63101
TRC COMPANIES, INC
213 BURLINGTON RD
BEDFORD MA 01730
EBASCO SERVICES INC.
211 CONGRESS STREET
BOSTON HA 02110
METCALF ( EDDY INC.
PO BOX 4043
HOBURN HA 01868
BOOZ-ALLEN t HAMILTON INC
BOOZ-ALLEN APPLIED RSRCH
4330 EAST WEST HIGHWAY
BETHESOA HO 20014
AMER M6T SYSTEMS
1777 N. KENT ST
ARLINGTON VA 22209
TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
LARGE BUS CPFF CAFFREY
SERVICES 65 CARLOS LAGO
SUPPORT OF HA 4 t 5
LARGE BUS CPAF SIMMONS
ARCHITECT/ENG 65 PETER RUBINSTEIN
PROGRAM HGHT. SUPPORT CH2M HILL
LARGE BUS CPAF EAVES
ARCHITECT/ENG 65 KAREN FLOURNOY
ARCS MANAGEMENT PROGRAM NCMT. FUNDING
LARGE BUS CPAF KELLEY
ARCHITECT/ENG 65 KELLEY
REMEDIAL PLANNING ACTIVITIES
LARGE BUS CPAF KELLEY
ARCHITECT/ENG 65 BARHAKIAN
REMEDIAL PLANNING ACTIVITIES
LARGE BUS CPAF KELLEY
ARCHITECT/ENG 65 BARHAKIAN
REMEDIAL PLANNING ACTIVITIES
EFF-OATE
EXP-DATE
05/01/89
09/30/92
03/24/89
03/31/99
03/24/89
OVS1/99
03/24/89
03/23/99
03/24/69
09/22/99
04/01/89
03/31/99
LARGE BUS LH SHITZER 04/07/69
MANAGEMENT CONS 65 BAILEY 09/08/92
GENERAL HGHT. ASSISTANCE A ADVISORY SERVICES
LARGE BUS LH SCHLOSSER
MANAGEMENT CONS 65 MILLER
PLANNING PR - MANAGEMENT SUPPORT
05/09/69
06/16/92
CONTRACT
RFP-NBR
66M90030
N803230E1
66M90031
H90152201
68H90032
N90152301
66M90033
M90 151001
66M90034
H901511D1
66H90036
H90 167001
68M90037
M604763A2
66M90038
N805266A2
C-CLASS
PROD/SRVC
SBAREA
C
F999
X
C
C214
X
C
C214
X
C
C214
X
C
C214
X
C
C214
X
C
R599
X
C
RK99
X
REPRESENTATIVE CUM.OBLGS
FUNDING PROGRAM MAX.EXP
AREAS HAX.POTVAL
31P *•••••
S.SM.»4S
•"IRK?
267.79S.S72
OTM •fcHWI
03/31/99
67.SOS.2SO
01P •••••••
01/21/99
61.111.026
09/22/99
63.646.122
OIP €•••••
03/31/99
138.407.988
1*A ••••••
. 07/08/92
14. 726.960
S1H OjUPJBJBflBi
. » 08/18/92
10,615,940
    AMER HGT SYSTEMS
    1777 N. KENT ST
    ARLINGTON VA 22209

    A T KEARNEY INC
    P 0 BOX 1405
    ALEXANDRIA VA 22313

    PRC ENVIRON HSMT. INC.
    303 E. HACKER DR. SUITE 500
    CHICAGO IL 60601
LARGE BUS     LH    SHITZER
MANAGEMENT CONS 65  ADR1ANA FORTUNE
PLANNING PR/MANAGEMENT SUPPORT CONTRACT

LARGE BUS     CPAF  LUEDERS
TECHNICAL SRVC  65  ALLEN PEARCE
PLANNING PR FY88 (REGION I-V)

LARGE BUS     CPAF  LUEDERS
TECHNICAL SRVC  65  ALLEN PEARCE
PLANNING PR FY88 (REGION VI-X)
05/19/69
08/18/92
68M90039   C
M605289A2  R599
           X
03/31/69  66N90040
OV31/93  N600256E1
           C
           R421
           X
                                •AH
03U   04T   SIP I
OM   02K           OS/31/93
                  13.216.187
03/31/89  66M90041   C
OV31/93  H800257E1  R421
                                06L
                                          03/31/99
                                        10,446.769
    CIS DATA BASE A3 OF 02/27/92
                                                                                                                               EK/1

-------
11
    02/27/92
                                           CNBR
                   ENVIRONMENTAL PROTECTION AGENCY
                     CONTRACTS INFORMATION SYSTEM
               SORT     ACTIVE CONTRACT LIST     C-PC SPANS 65«65:
                                                                                                                             PA6E
                                                                                                  31
         CONTRACTOR NAME
        CONTRACTOR ADDRESS
TYPE          COST  NEGOTIATOR NAME
EFFORT          PC  PROJECT OFFICER
PROJECT TITLE
EFF-DATE   CONTRACT   C-CLASS     REPRESENTATIVE    CUM.OBL83
EXP-DATE   RFP-NBR    PROO/SRVC  FUNDING PROGRAM      HAX.CXP
                      S8AREA          AREAS        MAX.POTVAL
TICHENOR, RESLER t EICHE
•PROF. TONERS, 0310
4010 DUPORT CIRCLE
LOUISVILLE KY 40207

CONRAD1A3SOCIATES
FOURTEEN CORPORATE PLAZA OR
NEWPORT BEACH CA 92660

CAMP DRESSER I MCKEE, INC
COM FEDERAL PROGRAMS CORP
13135 LEE JACK MEM HHY 0200
FAIRFAX VA 22033

ROY F HESTON INC
1426 HESTON HAY
WEST CHESTER PA 19380

EBASCO SERVICES INC
145 TECHNOLOGY PARK
NORCROSS GA 30092

CH2M HILL
HARRIS TONER
229 PEACHTREE ST NE S 300
ATLANTA GA 30303

MALCOLM PIRINIE INC
2 CORPORATE PARK DR.
HHITE PLAINS NY 10602

LABAT-ANDERSON
1111  L9TN ST. NORTH
ARLINGTON VA 22209

URS CONSULTANTS INC
5251  DTC PKNY. SUITE800
ENGLEHOOO CO  80111

URS COMPANY
 155 BOVET RD
SAN MATED CA  94402
                                   SMALL BUS     TM    LUTZ
                                   TECHNICAL SRVC  65  COIA
                                   CPA AUDIT SERVICES
SHALL BUS     TM    LUTZ
TECHNICAL SRVC  65  AOACHI
AUDIT SERVICES

LARGE BUS     CPAF  HALTER
ARCHITECT/ENG   65  BARMAKIAN
PROGRAM MGMT. HITHIN COM IN REGION I
                                    LARGE BUS     CPAF  SPEARS CARTER
                                    ARCHITECT/ENG   65  JO ANNE LEBAH
                                    PROGRAM MGMT. SUPPORT, RAY F NESTON INC
                                         05/26/89  68M90043   C
                                         05/25/94  H902126A2   R704
                                                              A
 05/26/89  68H90044   C
 09/30/92  H801082A2  R704
                      A

 04/15/89  68H90045   C
 04/17/99  H901877D1  C214
                      X
                                         04/26/89
                                         04/30/99
                                    LARGE BUS     CPAF
                                    ARCHITECT/ENG   65
                    STEHART
                    THOMPSON
 05/16/89
 05/25/99
                                   REMEDIAL  PLANNING ACTIVITIES IN REGION IV
                                    LARGE BUS     CPAF
                                    ARCHITECT/ENG   65
                    STEHART
                    THOMPSON
 05/25/69
 05/24/99
                                    REMEDIAL PLANNING ACTIVITIES IN REGION IV
68H90046   C
M90193901  C214
           X

66H90048   C
H902238D1  C214
           X

66H90049   C
H902239D1  C214
           X
                                                                                      68M900S1   C
                                                                                      H902197D1  C214
                                                                                                 X
 LARGE BUS     CPAF  HEAVER               05/26/89
 ARCHITECT/ENG   65  ALVI                 05/25/99
 ARCS PROGRAM MANAGEMENT INITIAL FUNDING

 SMALL BUS     TM    HITHER               06/01/89  66M90052   3
 SERVICES        65  LINDA GARRISON       09/30/92  H900514A2  R60S
 AGENCY-HIDE LIBRARY SERVICES AND RECORDS MANAGEMENT SUPPORT   D
                                    LARGE BUS     CPAF  CARTER-SPEARS
                                    ARCHITECT/ENG   65  HANLEY
                                    ARCS IN ZONE OF REGIONS VI.  VII,  VIII
                                         05/26/89
                                         06/30/99
           68H90053   C
           H902339D2  C214
                      X
                                    LARGE BUS     CPAF
                                    ARCHITECT/ENG   65
                                    URS CONSULTANTS
                    CARTER
                    MARK  SAMOLIS
  06/09/89  68M90054   C
  06/30/99  H90247502  C2I4
                      X
                                                                                                            356
                                                                                                            356
                                                                                                            01P
                                                                                                            109
                                                                                                            040
                                                                                                            040
                                                                                                            •ac
                                                                                                            55R
                                                                                                            OBL
                                                                                                            09K
                                                  14,607,000
                                                                                                                               05/25/94
                                                                                                                              6.823.400
                                                                                                                               04/17/99
                                                                                                                             146.760.115
                                                    04/30/99
                                                  270.527,172
    05/24/99
.150.599.326
                                                                                                                                OS/31/94
                                                                                                                              81.986.815
                                          06/30/99
                                      V157.811.577
                                          06/30/99
                                       288.760,199
     CIS '  CI3BA3E AS OF 02/27/92
                                                                                                                                EK/1
 I I

-------
11
    02/27/V*
                                                      ENVIRONMENTAL PROTECTION AGENCY
                                                        CONTRACTS INFORMATION SYSTEM
                                           CNBR   SORT     ACTIVE CONTRACT LIST
                                                                                                                             PACE    36
                                                  C-PC SPANS  65*65:
CONTRACTOR NAME
CONTRACTOR ADDRESS
PATHOLOGICAL ASSOC., INC.
10075 TYLER PL. HYATT PK II
IJAMSVILLE MD 21754
TYPE COST
EFFORT PC
PROJECT TITLE
SHALL BUS CPFF
TECHNICAL SRVC 65
EXP.ASNT.t CHRONIC
NEGOTIATOR NAME
PROJECT OFFICER
SAVA6E/SS
MILLER
TOX.D.M.CHEH/HERL/CI
EFF-OATE
EXP-OATE
12/22/67
03/31/91
CONTRACT
RFP-NBR
66033526
CI67R515
C-CLASS
PROD/SRVC
SBAREA
C
AH51
A
REPRESENTATIVE
FUNDINB PRO6RAM
AREAS
61H .4
CUH.OBL6S
HAX.EXP
MAX.POTVAL
mm^*
01/U/9C
1.342.769
    EN6 COMPUTER OPTECNOMICS
    1034 CAPE ST CLAIRE CENTER
    ANNAPOLIS MD £1401

    BIONETICS CORP
    20 RSRCH OR
    HAMPTON VA 23666

    BENDIX CORPORATION
    •FIELD ENGINEERING CORP
    1  BENDIX RD
    COLUMBIA MD 21045
SMALL BUS     CPFF  3AVA6E
EQUIPMENT       69  CLARK
CONST.PROTYPE.LDGIS.SUP.HNL/ENSL/CI

LARGE BUS     CPAF  SAVA6E/LH
SERVICES        65  HOMARO
AER.IHI8. INTERP.SUP.SER.EPIC/EMS L/LV

LARGE BUS     CPFF  RIVERSO
SERVICES        65  PERNICE
FACILITY OPERATION EDISON
09/22/67  66033530   S         60A
06/22/94  CI671035   F203
                     A

09/30/67  66033532   C         60J   69N
69/30/92  CI67R266   M161
                     X

10/01/67  66042039   C         02K
09/30/92  DU672013   H119
                     X
  06/22/9*
 2.042.526
  09/16/92
31.261.976
  09/36/92
 2.994.921
    CIS DATA BASE AS OF 02/27/92
                                                                                                                               EK/1

-------
        CONTRACTS INFORMATION SYSTEM




            JjUPCTTFUND CONTRACTS








            ACTIVE CONTRACT LIST
               APRIL      1992
UNITED STATES ENVIRONMENTAL PROTECTION AGENCY








PROCUREMENT AND CONTRACTS MANAGEMENT DIVISION






          WASHINGTON, D. C.  20460

-------
II
    04/08/92
                                                       ENVIRONMENTAL PROTECTION AGENCY
                                                         CONTRACTS INFORMATION SYSTEM
                                           VEND    SORT     ACTIVE CONTRACT LIST
C-PC SPANS 65*65:
                                                                                                                               PAGE
CONTRACTOR NAME
CONTRACTOR ADDRESS
A T KEARNEY INC
P 0 BOX 1405
ALEXANDRIA VA 22313
ABT ASSOC INC
55 WHEELER ST
CAMBRIDGE MA 02138
ACUREX CORP
*ENERGY t ENVIRONMENTAL DIV
485 CLYDE AVE
MOUNTAIN VIEH CA 94039
ALLIANCE TECHNOLOGIES CORP
213 BURLINGTON RD
BEDFORD MA 01730
AMER ANALYTICAL & TECHNICAL
SERVICES, INC.
PO BOX 368
CUSHING OK 74023
AMER BUSINESS COMMUNIC. INC.
5100 E. 119TH STREET
GRANDVIEW MO 64030
AMER MGT SYSTEMS
1777 N. KENT ST
ARLINGTON VA 22209
AMER MGT SYSTEMS
1777 N. KENT ST
ARLINGTON VA 22209
AMER MGT SYSTEMS
1777 N. KENT ST
ARLINGTON VA 22209
AMER MGT SYSTEMS
1777 N. KENT ST
ARLINGTON VA 22209
TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
LARGE BUS CPAF LUEDERS
TECHNICAL SRVC 65 ALLEN PEARCE
PLANNING PR FY88 (REGION I-V)
LARGE BUS CPFF TANNER
TECHNICAL SRVC 65 HATKINS
ECON. /REG. ANAL. /EVAL. SUP.
EFF-DATE
EXP-DATE
03/31/89
03/31/93
10/01/90
09/30/94
LARGE BUS CPAF WISE 09/30/89
TECHNICAL SRVC 65 THURNAU 09/30/92
OPNS t RSCH AT USEPA COMBUSTION RSCH FACILITY
LARGE BUS CPAF TOY
TECHNICAL SRVC 65 JACK JOJOKIAN
TECHNICAL ENFORCEMENT SUPPORT ZONE I
12/02/88
12/01/93
SMALL BUS FP BERND 03/26/91
SERVICES 65 HURD ->/W'<-HAEt- 09/26/93
(D000462R1) CHEM. ANAL. SERVICES-INORGANICS
SMALL BUS FP ROGERS
DATA PROCESSING 65 BROOKS
VOICE MAIL
LARGE BUS FP IRICK
DATA PROCESSING 65 LUM
INTEGRATED FINANCIAL MANAGEMENT SYSTEM
LARGE BUS LH SCHLOSSER
MANAGEMENT CONS 65 MILLER
PLANNING PR - MANAGEMENT SUPPORT
LARGE BUS LH SWITZER
MANAGEMENT CONS 65 ADRIANA FORTUNE
PLANNING PR/MANAGEMENT SUPPORT CONTRACT
LARGE BUS CPAF HENNESSEY
TECHNICAL SRVC 65 RATHBUN
GEN. PROG.SUP/OMEP/HA
06/19/90
09/30/95
09/18/87
09/30/92
( IFMS )
05/09/89
08/18/92
05/19/89
08/18/92
07/31/89
09/30/93
CONTRACT
RFP-NBR
68H90040
W800256E1
68C00080
C00937WB1
68C90038
C90393RB1
68W90003
W900279E1
68D10024
D100703R1
68W00026
W000477A3
68017457
WA87D100
68W90038
W805268A2
68W90039
M805289A2
68C90029
C8W0562B1
C-CLASS REPRESENTATIVE
PROD/SRVC FUNDING PROGRAM •
SBAREA AREAS
C 03U 04T 31P
R421 05Q 02K
X
C 28A
C214
X
C 62C 62A
M181
X
C 01P 02K 81A
F999
X
AS 72 F
F999
X
S 54D
7379
D
C 42R
7030
X
C 51M
R599
X
C SAM
R599
X
C 87A
R421
A
CUM.OBLGS
MAX.EXP
16,044,716
03/31/93
13,216,187
1,057,183
09/30/94
3,451,931
4,045,450
09/30/94
17,757,010
17,574,201
12/01/93
136,372,540
347,945
09/26/93
1,001,780
1,754,706
09/30/95
4,300,000
2,950,594
09/30/92
5,400,000
1,979,230
08/18/92
10,615,940
5,700,120
08/18/92
12,000,000
5,864,878
09/30/93
17,555,264
                                                                                                                                                      -J \T€-
                                                                                                                                              (_'•£ K.K
    WASHINGTON DC 20041
    CIS DATA BASE AS OF 04/08/92

-------
04/08/92
                   ENVIRONMENTAL  PROTECTION AGENCY
                     CONTRACTS INFORMATION SYSTEM
        VEND   SORT     ACTIVE CONTRACT  LIST
                                                                                C-PC SPANS 65*65:
                                                                                                                         PAGE
CONTRACTOR NAME
CONTRACTOR ADDRESS

TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
EFF-DATE CONTRACT C-CLASS
EXP-DATE RFP-NBR PROD/SRVC
SBAREA
REPRESENTATIVE
FUNDING PROGRAM
AREAS
CUM.OBLGS
MAX.EXP
MAX.POTVAL
AMER. SCIENTIFIC INTL.  INC
PO BOX 396
MCLEAN VA 22101

AMER. SCIENTIFIC INTL.  INC
PO BOX 396
MCLEAN VA 22101

AMER. SCIENTIFIC INTL.  INC
PO BOX 396
MCLEAN VA 22101

AMER. SCIENTIFIC INTL.  INC
PO BOX 396
MCLEAN VA 22101

AMER. SCIENTIFIC INTL.  INC
PO BOX 396
MCLEAN VA 22101

AMERICAN COASTAL INDUSTRIES
4915 PROSPECTUS DRIVE
SUITE C
DURHAM NC 27713  •

AQUA TERRE COMPANY
2672 BAYSHORE  PKHY
MOUNTAIN VIEW  CA 94043

ARTHUR D  LITTLE INC
20 ACORN PARK
CAMBRIDGE MA 02140

ARTHUR D  LITTLE INC
20 ACORN PARK
CAMBRIDGE MA 02140

ARTHUR D  LITTLE INC
20 ACORN  PARK
CAMBRIDGE MA 02140

ASCI CORP.
1365 BEVERLY RD
MCLEAN VA 22101
SMALL BUS     CPFF  HENNESSEY
TECHNICAL SRVC  65  NEESMITH
ON-SITE FATE & TRANSPORT SERV.

SMALL BUS     CPFF  OPPERMAN
SERVICES        65  GRANT
NEWPORT ON-SITE TECH.SUP.
10/01/90  66C00054   S
09/30/93  C00939RB1   R421
                     D

09/24/90  68C00051   S
09/30/93  C01210RB1   AH91
                     D
SMALL BUS     CPFF  RICHARDS             09/08/89  68D90094   S
SERVICES        65  DELLARCO             09/30/93  D900445M1   AH21
TECH.SUPP.FOR ENV.4 HUMAN EXP.MONIT.* MOD.RES.PROG.           D
SMALL BUS     CPFF  HADE
SERVICES        65  GRINDER
LOCAL AREA NETWORK ADMIN t PC TECH. SUPP.

SMALL BUS     CPFF  ADAMS
SERVICES        65  BURKHART
ORGANIC CHEMICAL ANALY.SUP./DUL

SMALL BUS     FP    ROGERS
DATA PROCESSING 65  HORTON
INTERIM WORKSTATIONS
08/10/89
09/30/93
68D90075   S
D900210M1  R408
           D
10/01/90  68C90050   C
09/30/92  C90416RB1  8999
                     A

09/04/91  68W00021   S
09/30/92  W901404A3  7010
                     D
SMALL BUS     CPFF  OPPERMAN
SERVICES        65  GOLD
EXPOSURE/RISK ASSESS./ERL/ATHENS

LARGE BUS     CPFF  ENINGER/DR
TECHNICAL SRVC  65  ROYER
PEER REVIEW  & GRAPHICS AIDS SUP/ADA

LARGE BUS     CPFF  SAVAGE
TECHNICAL SRVC  65  UWE FRANK
PERS PROT TECH RES
06/22/90  68C00019   C
09/30/93  C90918RB1  R504
                     C

09/30/89  68C80037   C
09/30/93  C8R0276B1  R421
                     X

09/30/89  68C90037   C
09/30/93  C90906RB1  R421
                     X
 LARGE  BUS     CPAF  ZENI                 09/28/88  68W80120   C
 ARCHITECT/ENG   65  KELLEY               09/28/98  W805358D1  C214
 REMEDIAL PLANNING ACTIVITIES AT UNCONTROLLED HAZ. SITE        X
 SMALL BUS     CPFF   OPPERMAN
 TECHNICAL SRVC  65   ZABINSKI
 POLICY/TECHNICAL SUPPORT FOR NESO
 09/25/90  68C00055   S
 09/30/93  C01355AB1  R498
                     D
                                                                                                       05H
                      06M   63P   23D
                                                                        60U
                                                                         63W
                      63N   60B   05H
                      28B
                      32P
                                                                         63K
                      63L
                      62C
                                                                         72E
                                                                         60J
 1,064,173
  09/30/93
 3,291,044

 1,314,301
  09/30/93
 3,137,905

 2,064,431
  09/30/93
 3,879,980

   349,776
  09/30/93
 1,089,266

 1,890,756
  09/30/92
 4,562,954

36,834,490
  02/28/92
67,547,300
 1,763,245
  09/30/93
 5,074,464

   285,048
  09/30/93
   420,319

   228,000
  09/30/93
 4,208,319

 9,302,941
  09/28/98
69,117,666

   690,223
  09/30/93
 1,400,695
 CIS DATA BASE  AS OF  04/08/92
                                                                                                                            EK/1

-------
04/08/92
                                                  ENVIRONMENTAL PROTECTION AGENCY
                                                    CONTRACTS INFORMATION SYSTEM
                                       VEND   SORT     ACTIVE CONTRACT LIST
C-PC SPANS 65*65:
                                                                                                                          PAGE
CONTRACTOR NAME
CONTRACTOR ADDRESS
ASCI INC
1365 BEVERLY RD
PO BOX 396
MCLEAN VA 22101
ASCI INC
1365 BEVERLY RD
PO BOX 396
MCLEAN VA 22101
ASCI INC
1365 BEVERLY RD
PO BOX 396
MCLEAN VA 22101
ASK ASSOCIATES
901 KENTUCKY
SUITE 106
LAURENCE KS 66044
BATTELLE MEM INST
COLUMBUS LABS
505 KING AVE
COLUMBUS OH 43201
BATTELLE MEM INST
COLUMBUS LABS
505 KING AVE
COLUMBUS OH 43201
BATTELLE MEM INST
COLUMBUS LABS
505 KING AVE
COLUMBUS OH 43201
BAYAUD INDUSTRIES
95 SOUTH CHEROKEE
DENVER CO 80223
BECHTEL CORP
50 BEALE ST
P 0 BOX 3965
TYPE COST NEGOTIATOR NAME EFF-DATE
EFFORT PC PROJECT OFFICER EXP-DATE
PROJECT TITLE
SMALL BUS CPFF HENNESSEY
TECHNICAL SRVC 65 NEE SMITH
TECH SUPPORT - ATHENS LAB
SMALL BUS CPFF TANNER
TECHNICAL SRVC 65 BATTERMAN
AQUATIC TOLIC TST.
SMALL BUS CPFF TANNER
TECHNICAL SRVC 65 MATTHEWS .. ft^O) «.'fc
TECH. SUP. SERV/ADA '
SMALL BUS CPFF SALIBY
SERVICES 65 BAILEY
REAS DATA ENTRY SUPPORT FOR REGION VII
03/21/91
09/30/92
09/30/90
09/30/92
10/01/90
08/31/93
08/24/89
08/24/92
NON/PRFT RSCH CPFF DAVIS 02/05/90
RESEARCH & DEV 65 PLEIL 09/30/93
EXP. ASSESS METHODS RES. & DEV. FOR ENV. POLL. , ETC.
NON/PRFT RSCH CPAF REYNOLDS
TECHNICAL SRVC 65 RATHBUN
TECH.SUP/OMEP/HAV55) WISE
NON/PRFT RSCH CPFF KEMPF
SERVICES 65 STERRETT
STAT. ANAL. SUPP. FOR ASSESS. OF TOXIC SUBS.
SMALL BUS FP WEANT
SERVICES 65 JORDAN
ADMIN SUPPORT SERVICES - REGION 8
LARGE BUS CPAF MORRISON
ARCHITECT/ENG 65 MARK SAMOLIS
PROGRAM MGMT. SUPPORT BECHTEL
01/24/89
09/30/92
09/29/90
09/30/92
10/15/90
09/30/92
06/21/89
06/30/99
CONTRACT
RFP-NBR
68C10012
C01350RB1
68C00057
C00941RB1
68C80058
C8R0355B1
68D90132
D901092N1
68D00007
D900838M1
68C80105
C8M0563B1
68D00126
D000468L1
68D00074
D001009N1
68H90060
M902294D1
C-CLASS REPRESENTATIVE CUM.OBLGS
PROD/SRVC FUNDING PROGRAM MAX. EXP
SBAREA AREAS MAX.POTVAL
S
AH91
D
S
R504
D
S
H299
D
LS
F099
C
C
AH21
X
C
R421
X
C
F401
X
S
R699
A
C
C214
X
31C - 430,951
09/30/92
2,734,218
28E 63N 36H 1,526,534
63N 642 63N 09/30/93
3,083,086
63L 75K 63L 6,223,535
75K 09/30/93
5,899,435
07W 177,001
08/24/92
278,669
60E 1,949,092
09/30/92
4,948,649
87A 13,760,031
09/30/92
13,243,131
69E 1,456,000
09/30/92
4,276,466
08B 08T 08L 807,505
09/30/91
353,077
09K 8,916,845
06/30/99
279,757,767
SAN FRANCISCO CA 94119
CIS DATA BASE AS OF 04/08/92
                                                                                                                            EK/1

-------
04/08/92
           ENVIRONMENTAL PROTECTION AGENCY
             CONTRACTS INFORMATION SYSTEM
VEND   SORT     ACTIVE CONTRACT LIST
                                                                                C-PC  SPAMS 65*65:
                                                                                                                         PAGE
CONTRACTOR NAME
CONTRACTOR ADDRESS
BECHTEL CORP BECHTEL ENVIRON
800 JACKSON PLAZA TOWER
OAKRIDGE TURNPIKE
OAK RIDGE TN 37830
BELMONTE PARK LABORATORY
1415 SALEM AVENUE
DAYTON OH 45406
BENDIX CORPORATION
*FIELD ENGINEERING CORP
1 BENDIX RD
COLUMBIA MD 21045
BIONETICS CORP
20 RSRCH DR
HAMPTON VA 23666
BIONETICS CORP
2 EATON STREET, 10TH FL.
HARBOUR CENTRE BLDG.S-1000
HAMPTON VA 23669
BLACK & VEATCH CONSULT ENG
1500 MEADOW LAKE PKWY
KANSAS CITY MO 64114
BLACK & VEATCH CONSULT ENG
1500 MEADOW LAKE PKWY
KANSAS CITY MO 64114
BLACK & VEATCH INC
SUITE W 500
1117 PERIMETER CENTER
ATLANTA GA 30338
BOOZ-ALLEN i HAMILTON INC
BOOZ-ALLEN APPLIED RSRCH
4330 EAST WEST HIGHWAY
BETHESDA MD 20014
BOOZ-ALLEN & HAMILTON INC
BOOZ-ALLEN APPLIED RSRCH
4330 EAST WEST HIGHWAY
TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
LARGE BUS CPAF STEWART
ARCHITECT/ENG 65 THOMPSON , pOO (r
EFF-DATE CONTRACT
EXP-DATE RFP-NBR
06/22/89 68W90058
06/30/99 W902424D1
FUNDING FOR REGIONAL PROGRAM HGMT-BECHTEL.4

SMALL BUS FP TURNBOUGH
SERVICES 65 GOLD
QUAL. ORGANIC ANALY.SVCS.
LARGE BUS CPFF RIVERSO
SERVICES 65 PERNICE \)£M£j\ n
FACILITY OPERATION EDISON

LARGE BUS CPAF SAVAGE/LH
SERVICES 65 HOWARD
AER.IMIG.INTERP. SUP. SER. EPIC/EMS L/LV
LARGE BUS CPAF ANDERSON
TECHNICAL SRVC 65 RAY WESSELMAN

09/24/90 68C00046
09/30/93 C00921RB1

10/01/87 68042039
09/30/92 DU872013


09/30/87 68033532
09/30/92 CI87R266

10/01/89 68C90032
09/30/92 C90497RB1
TECHNICAL SUPPORT SERVICES FOR EMSL QUALITY CONTROL

LARGE BUS CPAF MANZKE
ARCHITECT/ENG 65 SUSAN HESTON
FUNDING/COMMUNITY RELATIONS SPRINGFIELD
LARGE BUS CPAF OZER
ARCHITECT/ENG 65 PIKE
ARCS REGION III
LARGE BUS CPAF STEWART
ARCHITECT/ENG 65 THOMPSON
REMEDIAL PLANNING ACTIVITIES IN REGION

LARGE BUS CPAF GALLION/HOUSEMA
SERVICES 65 THEA MCMANUS
RCRA/SF HOTLINE

LARGE BUS CR BOYD
MANAGEMENT CONS 65 LOGAN ^ C-OJiVfftV^
ANALYTICAL SUPPORT J

04/08/88 68W80064
04/28/98 W801781D1
TOWNSHIP DUMP
06/29/88 68W80091
06/29/98 WA87J837

06/02/89 68W90055
06/30/99 W902423D1
IV

09/14/90 68W00039
09/30/93 W900500E1


03/01/91 68W10005
07/31/92 W100785D2

C-CLASS REPRESENTATIVE
PROD/SRVC FUNDING PROGRAM
SBAREA AREAS
C 04D
C214
X

S 60A
AZ11
D
C 02K
M119
X

C 60J 89W
M181
X
C 40P
AH91
X

C 72E
F999
X
C 72E
C214
X
C 04D
C214
X

C 72D 31M
P498
X

C 72C
F199
X
CUM.OBLGS
MAX.EXP
MAX.POTVAL
6,184,949
06/30/99
148,362,612

157,228
09/30/93
225,000
1,359,177
09/30/92
2,994,921

13,281,088
09/30/92
31,281,970
2,303,797
09/30/93
9,701,337

11,311,891
04/28/98
220,160,212
19,450,679
06/29/98
64,516,121
8,115,313
06/30/99
141,623,193

3,967,023
09/30/93
17,393,025

9,295,952
07/13/95
9,295,952
                                                                                                                                            /We
 BETHESDA MD 20014
 CIS DATA BASE AS OF  04/08/92
                                                                                                                            EK/1

-------
04/08/92
                                                  ENVIRONMENTAL PROTECTION AGENCY
                                                    CONTRACTS INFORMATION SYSTEM
                                       VEND   SORT     ACTIVE CONTRACT LIST
C-PC SPANS 65*65:
                                                                                                                         PAGE
CONTRACTOR NAME
CONTRACTOR ADDRESS
BOOZ-ALLEN & HAMILTON INC
BOOZ-ALLEN APPLIED RSRCH
4330 EAST WEST HIGHWAY
BETHESDA MD 20014
BRANDON, SMITH AND JONES
100 N. MAIN BLDG. 81200
MEMPHIIS TN 38103
BROOKVALE (COMPUTER) ASSOC.
265 ODRT AVE.
HAUPPAUSE NY 11788
BUSINESS MGMT
RSRCH ASSOC INC
CRYSTAL GTHY 3, SUITE 1209
ARLINGTON VA 22202
CAMP DRESSER t MCKEE, INC
COM FEDERAL PROGRAMS CORP
13135 LEE JACK MEM HWY 8200
FAIRFAX VA 22033
CAMP DRESSER 4 MCKEE, INC
COM FEDERAL PROGRAMS CORP
13135 LEE JACK MEM HWY 8200
FAIRFAX VA 22033
CAMP DRESSER t MCKEE, INC
COM FEDERAL PROGRAMS CORP
13135 LEE JACK MEM HWY 8200
FAIRFAX VA 22033
CAMP DRESSER 4 MCKEE, INC
COM FEDERAL PROGRAMS CORP
13135 LEE JACK MEM HWY 8200
FAIRFAX VA 22033
CAMP DRESSER i MCKEE, INC
COM FEDERAL PROGRAMS CORP
13135 LEE JACK MEM HWY 8200
TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
LARGE BUS LH SWITZER
MANAGEMENT CONS 65 BAILEY
GENERAL MGMT. ASSISTANCE & ADVISORY SEf
SMALL BUS TM STEWART
TECHNICAL SRVC 65 PAIGE
AUDIT SERVICES
SMALL BUS FP AMES
DATA PROCESSING 65 DAVID M CLINE
ORD MODERNIZATION II
SMALL BUS FP PR E JEAN
TECHNICAL SRVC 65 SUZANNE MATSUMOTO
LARGE BUS CPAF TOY
TECHNICAL SRVC 65 JACK JOJOKIAN
TECHNICAL ENFORCEMENT SUPPORT, ZONE I
LARGE BUS CPAF KALWEI
ARCHITECT/ENG 65 FLOURNOY
ARCS AWARD - ZONE 6, 7, 8 - COM
LARGE BUS CPAF ROBBINS
SERVICES 65 JEAN WRIGHT
PROCUREMENT REQUEST FOR TES 7
LARGE BUS CPAF WALTER
ARCHITECT/ENG 65 BARMAKIAN , (J^C^
PROGRAM MGMT. WITHIN COM IN REGION I
LARGE BUS CPAF WEAVER
ARCHITECT/ENG 65 ALVI
ARCS AWARD REGION II - COM
EFF-DATE
EXP-DATE
04/07/89
09/08/92
JVICES
09/30/88
09/29/92
09/23/91
09/30/96
02/04/92
09/30/92
12/02/88
12/01/93
03/23/89
03/31/99
12/01/94
04/15/89
04/17/99
03/15/89
03/14/99
CONTRACT
RFP-NBR
68W90037
W804763A2
68W80133
W805711A2
68W10045
Wl 02856 A3
68H20007
W102856A3
68W90002
W804234E1
68W90021
W901330D1
68W90004
W900280E1
68W90045
W901877D1
68W90024
W901480D1
C-CLASS REPRESENTATIVE
PROD/SRVC FUNDING PROGRAM
SBAREA AREAS
C 16A
R599
X
C 356
R704
C
C 55M
7010
A
C
U001
C
C 81A 01P 02K
F999
X
C 07W
C214
X
C 81A
F999
X
C 01P
C214
X
C 02K
C214
X
CUM.OBLGS
MAX.EXP
MAX.POTVAL
9,191,460
07/08/92
14,728,960
651,344
09/29/93
2,150,200
2,000
09/30/96
29,697,233
21,144
09/30/95
475,000
12,867,004
12/01/93
123,772,202
15,251,552
03/31/99
154,794,394
26,641,523
12/01/94
106,822,044
7,596,683
04/17/99
148,780,115
30,604,106
03/14/99
229,362,180
FAIRFAX VA 22033
CIS DATA BASE AS OF 04/08/92
                                                                                                                           EK/1

-------
04/08/92
                                                  ENVIRONMENTAL  PROTECTION AGENCY
                                                    CONTRACTS  INFORMATION SYSTEM
                                       VEND   SORT     ACTIVE  CONTRACT  LIST
C-PC SPANS 65*65:
                                                                                                                         PAGE
CONTRACTOR NAME
CONTRACTOR ADDRESS
CAMP DRESSER & MCKEE, INC
COM FEDERAL PROGRAMS CORP
13135 LEE JACK MEM HWY «200
.FAIRFAX VA 22033
CHARLES RIVER MOUSE FARMS IN
251 BALLARDVALE ST
WILMINGTON MA 01887
CHEM WEST ANALYTICAL LABS
600 W. NORTH MARKET BLVD
SACREMENTO CA 95834
CHEMTECH CONSULTING GRP LTD
360 W 11TH ST
NEW YORK NY 10014
CH2M HILL
6425 CHRISTIE AVENUE
EMERYVILLE CA 94608
CH2M HILL
^SOUTHEAST INC
1941 ROLAND CLARK PLACE
RESTON VA 22091
CH2M HILL
HARRIS TOWER
229 PEACHTREE ST NE S 300
ATLANTA GA 30303
CH2M HILL
CH2M HILL CENTRAL
310 W WISCONSIN AVE
MILWAUKEE WI 53201
CH2M HILL
*SOUTHEAST INC
1941 ROLAND CLARK PLACE
RESTON VA 22091
CH2M HILL CENTRAL, INC.
5995 GREENWOOD PLZ BLVD
ENGLEWOOD CO 80111
TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
LARGE BUS CPAF STEWART
ARCHITECT/ENG 65 THOMPSON
REMEDIAL PLANNING ACTIVITIES IN REGION

LARGE BUS FP HILLIARD
SERVICES 65 LINKO
PROVIDE HERL WITH RESEARCH ANIMALS
LARGE BUS FP BERND
SERVICES 65 BANKERT Kft*€A>
D000463R1-ORGANICS ANALYSIS *
SMALL BUS FP
BLANK/ILLEGAL 65 ANGELO CARASEA
EFF-DATE
EXP-DATE
06/09/89
06/09/99
IV

10/01/87
09/30/92

09/28/90
03/27/93

03/23/92
09/22/94
CONTRACT
RFP-NBR
68W90056
N902426D1


68024549
DUd7B087

68D00168
D001914R1

68D20041
D200755R1
C-CLASS
PROD/SRVC
SBAREA
C
C214
X

S
8820
X
AS
F999
X
A
8734
REPRESENTATIVE
FUNDING PROGRAM
AREAS
04D



61H


72F


72F

CHEMICAL ANALYTICAL SERVICES FOR INORGANICS
LARGE BUS CPAF SIMMONS
ARCHITECT/ENG 65 PETER RUBINSTEIN
PROGRAM MGMT. SUPPORT CH2M HILL
LARGE BUS CPAF CORREA
ARCHITECT/ENG 65 TRACY LOY
03/24/89
03/31/99

09/13/88
08/31/08
68W90031
W901522D1

68017251
WA86J012
REM 4 REMEDIAL PLANNING AT SEL HAZ WASTE SITES \-j „

LARGE BUS CPAF STEWART
ARCHITECT/ENG 65 THOMPSON
REMEDIAL PLANNING ACTIVITIES IN REGION

LARGE BUS CPAF BAMFORD
ARCHITECT/ENG 65 BALLOTTI
FOREST WASTE DISPOSAL SITE

LARGE BUS CPAF OZER
ARCHITECT/ENG 65 DEL RE1
ARCS AWARD REGION III - CH2M HILL

LARGE BUS CPAF KALHEI
ARCHITECT/ENG 65 HANLEY
START UP FUNDING/ARCS CONTRACT ZONE VI

05/25/89
05/24/99
IV

01/30/88
01/31/98


06/03/88
06/02/98


09/13/88
09/30/98

»"
68W90049
W902239D1


68W80040
W801349D1


68W80090
W803311D1


68W80112
W805296D2

C
C214
X
C
F108
X

C
C214
X

C
F999
X

C
C214
X

C
C214
X
09K


72E



040



72E



72E



72E


CUM.OBLGS
MAX.EXP
MAX.POTVAL
7,524,500
06/09/99
150,927,991

638,561
09/30/92
715,166
191,131
03/27/93
1,911,310
94,248
09/22/94
942,480
13,430,484
03/31/99
267,795,372
188,328,692
09/30/98
203,513,243

2,257,573
05/24/99
150,599,328

19,100,221
01/31/98
227,222,913

21,341,622
06/03/98
233,285,045

15,654,198
09/30/98
151,873,624
 CIS DATA BASE  AS OF  04/08/92
                                                                                                                            EK/1

-------
 04/08/92
                                                  ENVIRONMENTAL PROTECTION AGENCY
                                                    CONTRACTS INFORMATION SYSTEM
                                       VEND   SORT     ACTIVE CONTRACT LIST
C-PC SPANS 65*65:
                                                                                                                          PAGE
CONTRACTOR NAME
CONTRACTOR ADDRESS
CINCINNATI, UNIV OF
COLLEGE OF ENGINEERING
CINCINNATI OH 45221
CLEMENT ASSOC INC
9300 LEE HWY
FAIRFAX VA 22031
CLEMENT ASSOC INC
9300 LEE HWY
FAIRFAX VA 22031
COMPEX CORPORATION
5520 CHEROKEE AVENUE
ALEXANDRIA VA 22312
COMPUCHEM CORPORATION
3308 EAST CHAPEL HALL
NELSON HIGHWAY
RTP NC 27709
COMPUCHEM LAB INC
3308 EAST CHAPEL HALL
NELSON HIGHWAY
RTP NC 27709
COMPUCHEM LAB INC
3308 EAST CHAPEL HALL
NELSON HIGHWAY
RTP NC 27709
COMPUTER BASED SYSTEM INC
2750 PROSPERITY DR.
FAIRFAX VA 22031
COMPUTER SCI CORP
SYSTEMS DIV
6565 ARLINGTON BLVD
FALLS CHURCH VA 22046
COMPUTER SCI CORP
SYSTEMS DIV
6565 ARLINGTON BLVD
TYPE COST NEGOTIATOR NAME EFF-DATE
EFFORT PC PROJECT OFFICER EXP-DATE
PROJECT TITLE
NON/PRFT UNIV CR OPPERMAN
TECHNICAL SRVC 65 GROSSE
TECH. SUP. FOR CNTR.HILL/RREL/CI
LARGE BUS CPFF HOUSER
TECHNICAL SRVC 65 RILEY
HEALTH t RISK ASSESS. SUPP. FOR TOXIC AIR
11/13/89
09/30/92
09/29/89
09/30/92
POLL.
CONTRACT
RFP-NBR
66C90031
C90394RB1
68090158
D800963N1
LARGE BUS CPFF CONNOLLY 09/30/91 68C10078
TECHNICAL SRVC 65 CICMANEC 09/30/92 C100003T1
TECH SUPPORT - ENV HEALTH ASSESSMENT DOCUMENTS/ECAO
SMALL BUS FP COLLINS
DATA PROCESSING 65 SHANNON (*(¥-€
COMPUTER PROGRAMMING AND SERVICES
08/26/87
07/31/92
LARGE BUS FP BERND 07/15/91
SERVICES 65 BARRON S^OV • (-n 01/14/94
CHEM ANAL SERVICES FOR ORGANICS (D100455R1)
LARGE BUS FP BERND
SERVICES 65 FRIBUSH HP^A**
D000461R1 ?
LARGE BUS FP BURNETT eO
SERVICES 65 FRIBUSH , ftO^ft^
D000463R1 - ORGANICS ANALYSIS
SMALL BUS CPAF MEANT
SERVICES 65 SELLERS
TRI DOCUMENT PROCESSING CENTER
LARGE BUS TM SCHLOSSER
DATA PROCESSING 65 CLINE
TECHNICAL & OPERATIONAL SUPPORT SERVICES
LARGE BUS CPAF SALIBY
SERVICES 65 SCHUR
NCPD TECH. SUPPORT SERVICES
09/25/90
03/24/93
09/28/90
03/28/93
03/01/88
09/30/92
09/28/90
12/31/92
01/02/91
09/30/92
68017444
HA87D096
68D10083
D101858R1
68D00150
D001854R1
68D00159
D001858R1
68D60013
D800223L1
68M00043
H902404A3
68D10003'
D000171N1
C-CLASS REPRESENTATIVE CUM.OBLGS
PROD/SRVC FUNDING PROGRAM MAX.EXP
SBAREA AREAS MAX.POTVAL
C
R425
X
C
F103
X
C
R421
X
S
R302
D
AS
F999
X
AS
F999
X
AS
F999
X
LS
R307
D
C
R499
X
C
R703
X
62C
53C
643
31A
72F
72F
72F
69M
SIC
42F
5,390,747
09/30/93
11,351,954
405,209
09/30/92
630,903
70,000
09/30/94
4,435,950
2,253,914
07/31/92
9,280,000
2,104,124
01/14/94
7,618,960
162,697
03/24/93
522,720
3,335,793
03/28/93
9,931,630
14,331,978
09/30/92
23,759,083
72,419,054
09/30/95
349,000,000
54M 54E 2,580,074
09/30/94
10,919,677
                                                                                                                                               O 5 «
FALLS CHURCH VA 22046
CIS DATA BASE AS OF 04/08/92

-------
04/08/92
           ENVIRONMENTAL PROTECTION AGENCY
             CONTRACTS INFORMATION SYSTEM
VEND   SORT     ACTIVE CONTRACT LIST      C-PC SPANS
                                                                                                                         PAGE
CONTRACTOR NAME
CONTRACTOR ADDRESS
CONCEPTUAL SYSTEMS INC 1
100 WAYNE AVE, 12TH FL
SILVER SPRING MD 20910
COHRAD&ASSOCIATES
FOURTEEN CORPORATE PLAZA DR
NEWPORT BEACH CA 92660
CONTROL DATA CORP
11428 ROCKVILLE PIKE
ROCKVILLE MD 20852
CWA, INC
4015 IBIS STREET
SAN DIEGO CA 92103
DAEDALUS ENTERPRISE INC.
P.O. BOX 1869
ANN ARBOR MI 48106
DANIEL DENNIS & COMPANY
COPLEY PLACE
100 HUNTINGTON AVE
BOSTON MA 02116
DATA GENERAL CORP.
ROUTE 9
SOUTHBORO MA 01772
DATACHEM, INC
520 WAKARA WAY
SALT LAKE CITY UT 84108
DATACHEM, INC
960 H LEZOY DRIVE
SALT LAKE CITY UT 84108
DAVCO
2200-B VANKER RD
SAN JOSE CA 95131
ODD COMPANY
8300 PROFESSIONAL PL. *117
LANDOVER MD 20785
TYPE COST NEGOTIATOR NAME EFF-DATE
EFFORT PC PROJECT OFFICER EXP-DATE
PROJECT TITLE
SMALL BUS TM OSBORNE 08/08/88
TECHNICAL SRVC 65 K. WRIGHT 08/07/93
ORGANIZATIONAL DEVELOPMENT
SMALL BUS TM LUTZ 05/26/89
TECHNICAL SRVC 65 ADACHI 09/30/92
AUDIT SERVICES
LARGE BUS TM MILLER 10/04/90
DATA PROCESSING 65 HAMMOND 09/30/92
FUNDING FOR THE SHARING SERVICES WITH CDC
SMALL BUS FP KRAUSE 09/30/90
MANAGEMENT CONS 65 MAUREEN DELANEY 09/30/92
CONTRACT
RFP-NBR
68W80106
W805704A2

68H90044
W801082A2

68W00049
H003008A3

68W00041
W002425A2
NAT'L RECRUITMENT MARKETING STRATEGY » DISPLAY DEVELOPMENT
SMALL BUS FP ODEN 07/16/91
EQUIPMENT 65 LUNETTA 07/15/92
AIRCRAFT MULT. SCANNING RECORDING SYSTEM
SMALL BUS TM RIVERSO 01/03/89
TECHNICAL SRVC 65 WAOTZLOUSKY 12/31/92
CERTIFIED PUBLIC ACCOUNTING AUDIT SERVICES

LARGE BUS FP BERND 07/15/91
SERVICES 65 MCCALLISTER •> R.4%fcU- 01/14/94
CHEM ANAL SVCS FOR ORGANICS (D100455R1)
LARGE BUS FP PRESNELL 09/25/90
SERVICES 65 MCCALLISTER (L\H/b*U- 03/24/93
(D000461R1) '
LARGE BUS FP BERHD 08/06/91
SERVICES 65 MCCALLISTER , RvJS&LU 02/05/94
CHEH ANAL SERVICES FOR ORGANICS (D100455R1)
SMALL BUS FP HOLLAND 10/01/89
MAINTENANCE/JN 65 BLAZEVICH 09/30/92
PROVIDE SVC. & MAINT.ON BC/MS/DS SYSTEMS
SMALL BUS CPFF BZDUSEK 04/01/89
SERVICES 65 EASTWOOD 09/30/92
FUNDING FOR NEW FORM/PUBLICATIONS/CTR/FMSD/CI
68C10036
C100646T1

68R 90002
DUQ72094


68D10087
D101866R1

68D00149
DQ01825R1

68D10080
D101855R1

68000001
D901754P1

68C90018
C8F0354B1

C-CLASS REPRESENTATIVE
PROD/SRVC FUNDING PROGRAM
SB ARE A AREAS
C 85T
R550
A
C 35G
R704
A
S 42F
R305
X
S 85P
R799
D
C 269 60J
K066
A
S 356
R709
D

AS 72 F
F999
X
AS 72F
F999
X
AS 72 F
F999
X
A 10P
J066
A
C 31A 75E
T012
C
CUM.OBLGS
MAX.EXP
MAX.POTVAL
256 , 376
08/07/93
373,565
653,034
05/25/94
8,823,600
377,987
09/30/92
260,000
353,723
09/30/92
353,723
445,872
07/15/92
445,872
356,198
12/31/92
361,589

445,500
01/14/94
2,138,400
226,077
03/24/93
522,720
328,900
02/05/94
0
86,100
09/30/92
132,405
904,116
09/30/92
902,016
 CIS DATA BASE AS OF 04/08/92
                                                                                                                            EK/1

-------
04/08/92
                                                  ENVIRONMENTAL PROTECTION AGENCY
                                                    CONTRACTS INFORMATION SYSTEM
                                       VEND   SORT     ACTIVE CONTRACT LIST
C-PC SPANS 65*65:
                                                                                                                          PAGE
CONTRACTOR NAME
CONTRACTOR ADDRESS
DIGITAL EQUIP CORP
8100 CORPORATED DRIVE
LANDOVER MD 20785
DIGITAL EQUIP CORP
8100 CORPORATED DRIVE
LANDOVER MD 20785
DOBBS, RAMT CO
615 PEACHTREE ST., NE
ATLANTA GA 30308
ARLINGTON VA 23209
DONALD CLARK ASSOCIATES
4045 S. SPENCER ST. iA-59-B
LAS VEGAS NV 89109
DONOHUE & ASSOCIATES
4738 N 40TH ST
SMEBOYGAN MI 53083
DPRA INC.
P.O. BOX 727
200 RESEARCH DRIVE
MAHATTAN KS 66502
DYNAMAC CORP
ENVIRO-CONTROL DIV
11 140 ROCKVILLE PIKE
ROCKVILLE MD 20852
DYNATREND, INC.
21 CABOT ROAD
WOBURN MA 01801
DYNATREND, INC.
21 CABOT ROAD
HOBURN MA 01801
E C JORDAN COMPANY
PO BOX 7050
PORTLAND ME 04112
TYPE COST
EFFORT PC
PROJECT TITLE
NEGOTIATOR NAME EFF-DATE
PROJECT OFFICER EXP-DATE
LARGE BUS FP AMES
DATA PROCESSING 65 DAVID M CLINE
ORD MODERNIZATION II
LARGE BUS FP AMES
DATA PROCESSING 65 DAVID M CLINE
ORD MODERNIZATION II
SMALL BUS CPFF
SERVICES 65
OSW SUPPORT
SMALL BUS FP
SERVICES 65
DONALD CLARK ASSOC.
LARGE BUS CPAF
ARCHITECT/ENG 65
ARCS AWARD REGION V
CAFFREY
KENT ANDERSON
SCOTT
MILLER
BAMFORD
HESTON
- DONAHUE
LARGE BUS CPAF GOLDBERG
MANAGEMENT CONS 65 MARLENE LEMRO
HEADQUATERS TECHNICAL ENFORCEMENT SUPPORT
LARGE BUS CPAF
SERVICES 65
PROCUREMENT REQUEST
SMALL BUS CPFF
TECHNICAL SRVC 65
PROPERTY MANAGEMENT
SMALL BUS LH
TECHNICAL SRVC 65
AUDIT SERVICES
LARGE BUS FP
SERVICES 65
INITIAL FUNDING - E
ROBBINS
JEAN WRIGHT
FOR THE TES 8
N. JONES
DAN DELLAPENTA
N. JONES
MCLARNEY
LAU
FISK^JORV^
C JORDAN
09/23/91
09/30/96
09/23/91
09/30/98
06/01/89
04/30/93
09/20/90
09/30/93
06/29/88
05/31/98
02/22/91
09/30/92
12/02/88
12/01/94
10/01/88
09/30/92
10/01/88
09/30/93
12/09/67
03/28/99
CONTRACT
RFP-NBR
68M10044
H102855A3
68M10043
H102854A3
68M90028
H900047E1
68C00085
C00949RB1
68H80093
H803335D1
68H10007
H903403E1
68W90005
W900281E1
66H80125
H801100A2
68H60126
H801083A2
68W80032
W300311D1
C-CLASS REPRESENTATIVE CUM.OBLGS
PROD/SRVC FUNDING PROGRAM MAX.EXP
SBAREA AREAS ' MAX.POTVAL
C
7010
X
C
7010
X
S
F999
D
C
S215
C
C
C214
X
C
R409
X
C
F999
X
C
R426
A
C
R699
A
AS
F999
X
55M
61H
31H 75K
60J
72E
81A
81A
51E
51E
72F
674,799
09/30/96
43,874,684
1,014,057
09/30/98
36,357,600
31C 720,410
04/30/93
1,532,076
613,328
09/30/93
613,332
14,466,298
05/31/98
227,331,084
5,916,830
02/21/96
18,258,843
29,919,015
12/01/94
118,380,195
2,421,808
03/31/92
3,200,000
3,303,174
09/30/93
11,500,000
311,180
06/08/90
900,900
                                                                                                                                              r,;
                                                                                                                                                Ck^
                                                                                                                                                    A

                                                                                                                                                     t
                                                                                                                                                     A<
CIS DATA BASE AS OF 04/08/92
                                                                                                                            EK/1

-------
04/08/92
                                      VEND   SORT
ENVIRONMENTAL PROTECTION  AGENCY
  CONTRACTS INFORMATION SYSTEM
     ACTIVE CONTRACT LIST
                                                                                C-PC SPANS 65*65:
                                                                                                                        PAGE
CONTRACTOR NAME
CONTRACTOR ADDRESS
EASTERN RESEARCH GROUP INC
6 WHITTEMORE ST
ARLINGTON MA 02174
EASTERN RESEARCH GROUP INC
6 WHITTEMORE ST
ARLINGTON MA 02174
EASTERN RESEARCH GROUP INC
6 WHITTEMORE ST
ARLINGTON MA 02174
EASTERN RESEARCH GROUP INC
6 WHITTEMORE ST
ARLINGTON MA 02174
EASTERN RESEARCH GROUP, INC.
185 ALEWIFE PARKWAY
CAMBRIDGE MA 02138
EBASCO SERVICES INC
145 TECHNOLOGY PARK
NORCROSS GA 30092
EBASCO SERVICES INC.
211 CONGRESS STREET
BOSTON MA 02110
EBASCO SERVICES INC.
TWO WORLD TRADE CENTER
NEW YORK NY 10048
ECOLOGY t ENVIRONMENT INC
368 PLEASANT VIEW DRIVE
BUFFALO CORPORATE CENTER
LANCASTER NY 14086
ECOLOGY & ENVIRONMENT INC
195 SUGG RD
BUFFALO NY 14225
ECOLOGY & ENVIRONMENT INC
195 SUGG RD
BUFFALO NY 14225
TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
LARGE BUS CPFF ANDERSON
TECHNICAL SRVC 65 CAROL HAYNES
TECHNICAL SUPPORT FOR PEER REVIEW
SMALL BUS CPFF HODGSON
TECHNICAL SRVC 65 MANNING
EFF-DATE
EXP-DATE
07/17/91
09/30/92

09/30/91
09/30/94
CENTER FOR ENVIRONMENTAL RESEARCH INFORMATION TECH
SMALL BUS CPFF WEANT
RESEARCH & DEV 65 MILLER
TASK FORCE ON ENV. CANCER & HEART ft LUNG
SMALL BUS CPFF BZDUSEK/CB
TECHNICAL SRVC 65 MINTZ
DEV.CRIT.DOC. & HLTH.ADVIS/ODW/HA
SMALL BUS CPAF TANNER
TECHNICAL SRVC 65 CAROL GROVE
WTR. POLL. CONTROL SUPPORT SERVICES
LARGE BUS CPAF STEWART
ARCHITECT/ENG 65 THOMPSON
REMEDIAL PLANNING ACTIVITIES IN REGION
LARGE BUS CPAF KELLEY
ARCHITECT/ENG 65 BARMAKIAN
REMEDIAL PLANNING ACTIVITIES
LARGE BUS CPAF WEAVER
ARCHITECT/ENG 65 ALVI
ARCS AWARD REGION II - EBASCO
LARGE BUS FP BERND
SERVICES 65 CARASEA ptfbC&UD
09/29/89
09/30/94
DISEASE
09/30/88
09/30/92

10/01/90
09/30/92

05/18/89
05/25/99
IV
03/24/89
09/22/99

09/07/88
09/07/98

00/02/91
02/01/94
CONTRACT
RFP-NBR
68C10030
C100005T1

68C10018
C01356RB1
.SUPPORT
68D90133
D800769M1

68C80033
C8W0268B1

68C00068
C00902RB1

68W90048
W902238D1

68W90034
W901511D1

68W80110
W805297D1

68D10093
D101869R1
CHEM ANAL SERVICES FOR ORGANltS(D100455Rl )

LARGE BUS CPAF OZER
ARCHITECT/ENG 65 ROY SCHROCK
REMEDIAL PLANNING ACTIVITIES III
SMALL BUS CPAF SHARPE
TECHNICAL SRVC 65 FREDERICKS
FIT ZONE 2

05/06/88
05/05/98

11/01/86
10/30/92


68H80085
W802439D1

68017347
HA86K259

C-CLASS REPRESENTATIVE
PROD/SRVC FUNDING PROGRAM
SBAREA AREAS
C 646 72A 64G
B599 643
X
C 26R
AH91
A
C 61X
AZ11
C
C 40D
F103
C
C 26S
R533
A
C 04D
C214
X
C 01P
C214
X
C 72E
C214
X
AS 72F
F999
X

C 72E
C214
X
C 72E
F999
A
CUM.OBLGS
MAX.EXP
MAX.POTVAL
444,922
09/30/95
3,681,710
1,151,248
09/30/94
3,584,130
987,414
09/30/94
2,329,834
2,324,123
09/30/91
3,481,262
2,464,613
09/30/94
14,861,022
26,006,143
05/25/99
145,630,369
20,484,380
09/22/99
63,646,122
37,225,753
09/07/98
223,348,508
466,400
02/01/94
2,238,720

11,820,381
05/06/98
62,608,286
117,605,000
10/30/92
150,138,277
                                                                                                                                          .v> cS -
                                                                                                                                           Res  -
                                                                                                                                          f  <• i? C
                                                                                                                                          O >— K V-  ._
CIS DATA BASE AS OF 04/08/92
                                                                                                                           EK/1

-------
04/08/92
                   ENVIRONMENTAL PROTECTION  AGENCY
                     CONTRACTS INFORMATION SYSTEM
        VEND   SORT     ACTIVE CONTRACT LIST
                                                                                C-PC SPANS 65*65:
                                                                                                                         PAGE
                                                                                                                                 11
CONTRACTOR NAME
CONTRACTOR ADDRESS

TYpE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
EFF-DATE CONTRACT C-CLASS
EXP-DATE RFP-NBR PROD/SRVC
SBAREA
REPRESENTATIVE
FUNDING PROGRAM
AREAS
CUM.OBLGS
MAX.EXP
MAX.POTVAL
ECOLOGY t ENVIRONMENT INC
195 SUGG RD
BUFFALO NY 14225

ECOLOGY & ENVIRONMENT INC
195 SUGG RD
BUFFALO NY 14225

ECOLOGY & ENVIRONMENT INC
195 SUGG RD
BUFFALO NY 14225

EH PECHAN 4 ASSOC INC.
5537 HEMPSTEAD WAY
SPRINGFIELD VA 22151

EMG COMPUTER OPTECNOMICS
1034 CAPE ST CLAIRE CENTER
ANNAPOLIS MD 21401

ENSECO INC
ROCKY MT LAB
4955 YARROW ST
ARVADA CO 80002

ENSECO, INC
2455 INDUSTRIAL BLVD
SACRAMENTO CA 95691

ENSECO, INC
2200 COTTONTAIL LN
SOMERSET NJ 08873

ENSECO, INC
205 ALEWISE BROOK PKHY
CAMBRIDGE MA 02138

ENSITE, INC.
5119 S ROYAL ATLANTA DR
TUCKER GA 30084

ENVIRON HEALTH RSRCHiTESTING
2514 REGENCY RD
LEXINGTON KY 40503
LARGE BUS     CPAF  HENE
MANAGEMENT CONS 65  KAREN TOMIMATSU
LARGE BUS     CPAF  MANZKE
ARCHITECT/ENG   65  SUSAN HESTON
REMEDIAL PLANNING ACTIVITIES V

LARGE BUS     CPAF  MORRISON
ARCHITECT/ENG   65  JOANNE LABAH
PM FUNDING E»E ZONE OF 9 & 10
10/01/90  68W00037   C
11/30/94  W003769C3  F108
                     X

05/06/88  68H80086   C
05/05/98  H802438D1  C214
                     X

03/10/89  68W90020   C
06/30/99  H901138D1  C214
                     A
SMALL BUS     CPFF  LLOYD                09/20/91   68D10140    S
RESEARCH & DEV  65  L.  JONES             09/30/92   D100535M1   R409
MANAGEMENT AND ORGANIZATION ANALYSES AND SERVICES              C
SMALL BUS     CPFF  SAVAGE
EQUIPMENT       65  CLARK
CONST.PROTYPE.LOGIS.SUP.MHL/EMSL/CI
LARGE BUS     FP    PRESNELL
SERVICES        65  MCCALLISTER
D000463R1 - ORGANICS ANALYSIS
LARGE BUS     FP    BERND
SERVICES        65  BANKERT
D000463R1-ORGANICS ANALYSIS

LARGE BUS     FP    SIMMONS
SERVICES        65  CARASEA ^
D000463R1 - ORGANICS ANALYSIS

LARGE BUS     FP    BURNETT
SERVICES        65  HURD , rl'
D000463R1 - ORGANICS ANALYSIS

SMALL BUS     FP    JAMISON
SERVICES        65  MONELL
ENSITE, INC. REGIONAL ERCS
09/22/87  68033530   S
06/22/94  CI871035   F203
                     A

09/28/90  68D00151   AS
03/27/93  D001857R1  F999
                     X
09/28/90  68D00162   AS
03/27/93  D001922R1   F999
                     X

09/28/90  68D00163   AS
03/27/93  D001864R1   F999
                     X

09/28/90  68D00161   AS
02/27/94  D001861R1   F999
                     X

08/17/88  68W80099   C
08/16//95  W886050F4   F099
      a\             A
SMALL BUS     CPAF  HOUSER               09/30/91
SERVICES        65  DR MICHAEL HATERS    09/30/92
ON-SITE/OFF-SITE RESEARCH SUPPORT FOR GTD
          68D10148   C
          D100085M1  F999
                     C
                                                                        72D
                                                                        72E
                                                                        10Q
                                                                        265
                                60A
                                                                        72F
                                                                         72F
                                72 F
                                72F
                                72D
                                61H
                                                 46,576,724
                                                   09/30/92
                                                102,105,297

                                                  7,950,517
                                                   05/06/98
                                                 60,855,304

                                                  8,299,363
                                                   06/30/99
                                                 71,291,229

                                                     66,500
                                                   09/30/94
                                                  2,666,931

                                                  2,042,520
                                                   06/22/94
                                                  2,042,520

                                                     285,485
                                                   03/27/93
                                                  1,578,720
                                                                                             157,864
                                                                                            03/27/93
                                                                                           1,578,720

                                                                                             307,193
                                                                                            03/27/93
                                                                                           1,578,720

                                                                                             301,272
                                                                                            02/27/94
                                                                                           1,578,760

                                                                                           7,272,616
                                                                                            08/16/W'i'
                                                                                           17,275,113

                                                                                           2,284,759
                                                                                            09/30/96
                                                                                           26,291,660
CIS DATA BASE AS OF 04/08/92
                                                                                                                           EK/1

-------
04/08/92
                                      VEND
                   ENVIRONMENTAL PROTECTION AGENCY
                     CONTRACTS INFORMATION SYSTEM
               SORT    ACTIVE CONTRACT LIST      C-PC SPANS 65*65:
                                                                                                                         PAGE
                                                                                                  12
CONTRACTOR NAME
CONTRACTOR ADDRESS
ENVIRON SYS RSRCH INSTITUTE
380 NEH YORK STREET
REDLANDS CA 92373
ENVIRONMENTAL MGMT SUPPORT
951* MIDWOOD RD
SILVER SPRING MD 20910
ENVIRONMENTAL MGMT SUPPORT
9514 MIDWOOD RD
SILVER SPRING MD 20910
ENVIRONMENTAL TECH INC
P 0 BOX 1236
3705 SAUNDERS AVE
RICHMOND VA 23277
TYPE COST
EFFORT PC
PROJECT TITLE
LARGE BUS FP
DATA PROCESSING 65
CIS SOFTWARE
SMALL BUS CPFF
MANAGEMENT CONS 65
ANALYTICAL SUPPORT
SMALL BUS CPFF
SERVICES 65
NEGOTIATOR NAME
PROJECT OFFICER
MILLER
MATH IS

LAU
LIVINGSTONE .H^'
FOR 68-W1-0016
RICHARDS
WILLIAMS
EFF-DATE
EXP-DATE
09/29/90
03/22/99

03/27/91
03/26/95

09/30/90
09/30/93
CONTRACT
RFP-NBR
68W90064
H900042A3

68W10Q16
W101095Q1

68D00171
D000479M1
TECH.SUPP. OF OTTRS/ORD
SMALL BUS CPAF
SERVICES 65
MURPHY
RICHARD FETZER
01/31/92
01/30/93
68S23002
W284066F3
REGION III EMERGENCY CLEANUP SERVICES




C-CLASS REPRESENTATIVE
PROD/SRVC FUNDING PROGRAM
SB ARE A AREAS
C 03C
7035
X
C 72C
R408
E
C 266 604 267
R421
C
C 3 AS 03S
F108
A

CUM.OBLGS
MAX.EXP
MAX.POTVAL
1,663,196
03/22/99
5,595,219
685,000
03/26/95
1,997,646
490,000
09/30/93
1,182,591
2,656,316
01/30/97
147,987,744

ENVIRONMENTAL TECH INC
P 0 BOX 1236
3705 SAUNDERS AVE
RICHMOND VA 23277

ENVIRONMENTAL TECH INC
P 0 BOX 1236
3705 SAUNDERS AVE
RICHMOND VA 23277

ENVIROSYSTEMS, INC.
9300 RL'MSEY ROAD
COLUMBIA MD 21045

EQUITY ASSOCIATES INC
P.O. BOX 296
KNOXVILLE TN 37901

EXTREL CORPORATION
240 ALPHA DRIVE
PITTSBURGH PA 15238

FISHER, SAMUEL M
GS3 BLDG SUITE 802
PHILADELPHIA PA 19131
SMALL BUS     CPFF  WALKER
SERVICES        65  BOTTS
EMERGENCY RESPONSE CLEAN-UP SERVICES
SMALL BUS     CR    IDES
TECHNICAL SRVC  65  JARVELA
REGION 3 MINI ERCS ROUND 2
                     08/17/91
                     09/30/92
          68S14002   C
          W066032F4  F108
                     X
                     04/05/89  68W90026   C
                     04/05/93  WA86H051   F112
                                         A
SMALL BUS
SERVICES
              FP
                65
BERND
CARASEA
07/15/91
01/14/94
CHEM ANAL SERVICES FOR ORGANICS (D100455R1)
68D10064   AS
D101861R1  F999
           A
SMALL BUS     CPFF  TANNER
TECHNICAL SRVC  65  KREMER
SUPPORT SERVICES/CERI/CI

LARGE BUS     FP    SINK
SERVICES        65  CARASEA
THREE RIVERS ANAYTICAL ORGANICS
SMALL BUS     FP
SERVICES        65
AUDIT SERVICES-A
JONES
HISNIEWSKI
02/20/90  68C00013   S
12/31/92  C90545RB1  H299
                     D

12/30/87  68W80020   AS
03/31/99  W800760D1  F999
                     X

03/17/89  68W90010   C
10/30/92  W805713A2  R704
                                                                                                       04D   4AD
                                                                         3AS
                                                                         72F
                                                                         26S
                                                     72F
                                                                         356
                                         1,660,000
                                          08/16/96
                                        22,329,620
                                                  8,168,544
                                                   04/04/92
                                                  11,535,330
  190,091
 01/14/94
1,900,910

1,657,362
 12/31/91
5,887,286

1,226,678
 03/31/99
2,219,580

  694,914
 03/16/93
2,496,720
                                                                                                                                         0'
CIS DATA BASE AS OF 04/08/92
                                                                                                                           EK/1

-------
II
    04/08/92
                                                      ENVIRONMENTAL PROTECTION AGENCY
                                                        CONTRACTS INFORMATION SYSTEM
                                           VEND   SORT     ACTIVE CONTRACT LIST
                                                  C-PC SPANS 65*65:
                                                                                                                             PAGE
                                                                                                                                     13
CONTRACTOR NAME
CONTRACTOR ADDRESS

TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
EFF-DATE CONTRACT C-CLASS
EXP-DATE RFP-NBR PROD/SRVC
SBAREA
REPRESENTATIVE
FUNDING PROGRAM
AREAS
CUM.OBLGS
MAX.EXP
MAX.POTVAL
    FLUOR DANIEL
    12790 MERIT DRIVE
    SUITE 200
    DALLAS TX 75257

    FOUR SEASONS INDUST SERV
    3107 SOUTH ELM-EUGENE
    GREENSBORO NC 27416

    FOXX & COMPANY
    700 GOODALL COMPLX
    324 WEST 9TH STREET
    CINCINNATI OH 45202

    FW ENVIRESPONSE INC.
    110 S.  ORANGE AVE.
    LIVINGSTON NJ 07039

    GANNETT FLEMING ENVIRON
    ENGINEERING INC
    P.O.BOX 1963
    HARRISBURG PA 17105

    GANNETT FLEMING, INC.
    PO BOX 1963
    HARRISBURG PA 17105

    GANNETT FLEMING, INC.
    PO BOX 1963
    HARRISBURG PA 17105

    GENERAL SCIENCES CORPORATOIN
    6100 CHEVY CHASE DR.
    LAUREL MD 20707

    GRANTS ASSOCIATES
    308 LANIDEX PLAZA
    PARSIPPANY NJ 07054

    GUARDIAN CONSTRUCTION CO.
    1280 PORTER RD.
    BEAR DE 19701
LARGE BUS     CPAF  KALWEI
ARCHITECT/ENG   65  SIEMENSKI
AWARD OF ARCS CONTRACT
                                         01/06/89  68W90013    C
                                         01/05/99  H905805F7   F108
                                                              X
LARGE BUS     CPFF  JAMISON              08/17/91  68S14005   C
SERVICES        65  BOTTS                08/31/92  H186116F4   F108
EMERGENCY RESPONSE CLEAN-UP SERVICES GREENSBORO, NC           X
SMALL BUS     CPFF  STERN
TECHNICAL SRVC  65  SKAHN
CONSTRUCTION QUALITY MGMT. 'IMPLEMENTATION
                                         09/28/90  68W00050    S
                                         09/27/92  W000931D1   R702
LARGE BUS     CPAF  REYNOLDS
TECHNICAL SRVC  65  MASTERS
ETEC.SUP./RREL/EDISON

LARGE BUS     TM    RIVERSO
TECHNICAL SRVC  65  HARGROVE
PREP.OF ENVIRONMENTAL REVIEW STUDIES
LARGE BUS     CPFF  HOUSER
TECHNICAL SRVC  65  DAN WELKER
EIS t NEPA RELATED STUDY - REGION III
LARGE BUS     TM
SERVICES        65
NEPA STUDIES - REG.

SMALL BUS     CPFF
TECHNICAL SRVC  65
EXPOSURE ASSESSMENT
                    MUELLER
                    IV

                    HOUSER
                    DELPIRE
                    & MODELING SUPPORT
SMALL BUS     TM    RIVERSO
TECHNICAL SRVC  65  LIVINGSTON
PUBLIC NOTICE ADVERTISING FOR REG.II

SMALL BUS     CPAF  GAWIN
TECHNICAL SRVC  65  JARVELA
REGION III MINI ERCS ROUND II
                                         09/30/89  68C90033   C
                                         09/30/94  C90905RB1  F101
                                                             X

                                         01/27/89  68R90003   C
                                         09/11/92  D800088Q2  F110
                                                             X
09/27/91  68D10132   C
09/30/92  D100321N1  F099
                     X

07/18/91  68R10004   C
12/31/92  D000695Q4  B510
                     X

07/02/90  68D00080   C
06/30/93  D901372L1  F401
                     A

09/14/90  68R00003   S
09/13/92  D000722Q2  R701
                     D

04/05/89  68W90027   C
04/04/92  H901848C1  F112
                     C
                                                                         06 L
                                                                         04D   4AD
                                                                         72E
                                                                        62C
                                62C
                                                                        030   03S   03X
                                                                        03U   03X
                                                                        36H
69E   69T   69C
69E   69T
                                                                        02K
                                                                        3AS
                                                   7,511,599
                                                    01/05/99
                                                 143,397,748
                                                   1,434,500
                                                    08/16/96
                                                  23,933,476

                                                     140,000
                                                    09/27/92
                                                     260,666
                   9,928,448
                    09/30/94
                  72,391,783

                     714,163
                    04/30/92
                   3,204,738
  388,100
 09/30/94
2,588,548

  342,341
 12/31/93
        0

1,129,768
 06/30/93
2,022,013

   96,316
 09/13/92
  160,000

6,394,695
 04/04/92
9,875,559
                                     A-
    CIS DATA BASE AS OF 04/08/92
                                                                                                                               EK/1

-------
04/08/93
                                                  ENVIRONMENTAL PROTECTION AGENCY
                                                    CONTRACTS INFORMATION SYSTEM
                                       VEND   SORT     ACTIVE CONTRACT LIST
C-PC SPAH3 65*65:
                                                                                                                         PAGE
                                                                                                                                  14
CONTRACTOR NAME
CONTRACTOR ADDRESS
HEALTH RESOURCES
304 CAMBRIDGE
WOBURN MA 01801
HEWLETT-PACKARD CO
M 120 CENTURY RD
PARAMUS NJ 07652
I T ANALYTICAL SERVICES
165 FIELDCREST AVE
EDISON NJ 08837
I T ANALYTICAL SERVICES
5815 MIDDLEBROOK PIKE
KNOXVILLE TN 37921
I T ANALYTICAL SERVICES
11499 CHESTER ROAD
CINCINNATI OH 45246
I T ANALYTICAL SERVICES
17605 FABRICA HAY
CERRITOS CA 90701
IBM CORP
FEDERAL SYSTEMS DIV
18100 FREDERICK PIKE
GAITHERSBURG MD 20760
IBM CORP
6705 ROCKLEDGE DR.
BETHESDA MD 20817
ICF INC
9300 LEE HMY
FAIRFAX VA 22031
ICF INC
9300 LEE HWY
FAIRFAX VA 22031
ICF INC
ICF TECHNOLOGY INC
399 THORNALL STREET
TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
LARGE BUS FP KIRBY
TECHNICAL SRVC 65 BEDDOHS
SERVICES FOR MEDICAL MONITORING - REG.
LARGE BUS FP KASTNER
TECHNICAL SRVC 65 GOLDBERG
MAINTENANCE OF HP LAB EQUIPMENT
LARGE BUS FP SIMMONS
SERVICES 65 CARASEA
D000463R1 - ORGANICS ANALYSIS
EFF-DATE CONTRACT
EXP-DATE RFP-NBR
02/02/90 68000002
09/30/92 D900256N1
I
10/01/89 68R90006
09/30/92 D901163Q2
09/28/90 68D00164
03/27/93 D001859R1
LARGE BUS FP BERND 07/15/91 68D10094
SERVICES 65 BARRON 01/14/94 D101870R1
CHEM ANAL SERVICES FOR ORGANICS (D100455R1)
LARGE BUS FP BERND 08/12/91 68D10091
SERVICES 65 MCCALLISTER 02/11/94 D101867R1
CHAM ANAL SERVICES FOR ORGANICS (D100455R1)
LARGE BUS FP BERND 07/31/91 68D10090
SERVICES 65 BANKERT 02/13/94 D101864R1
CHEM ANAL SERVICES FOR ORGANICS (D100455R1)
LARGE BUS FP LOVERDE
DATA PROCESSING 65 MATHIS
IMAGE PROCESSING SYSTEM
LARGE BUS FP LOVERDE
DATA PROCESSING 65 WORLEY
ADP EQUIPMENT
LARGE BUS CPFF DANLEY
MANAGEMENT CONS 65 GIBSON
REG REFORM
LARGE BUS CPAF BERND
SERVICES 65 BARON
QUALITY ASSURANCE TECHNICAL SUPPORT
LARGE BUS CPAF HEAVER
ARCHITECT/ENG 65 ALVI
FUNDING ARCS REGION II - ICF
11/22/89 68W00005
09/30/95 H802625A3
09/30/89 68W90076
12/31/96 H900166A3
09/22/89 66W90080
09/30/92 H802040A2
02/15/89 68D90041
02/15/93 W802712D1
09/30/88 68H80124
09/30/98 H805637D1
C-CLASS REPRESENTATIVE
PROD/SRVC FUNDING PROGRAM
SBAREA AREAS
C 01S
2201
X
S 02K
J099
X
AS 72F
F999
X
AS 72F
F999
X
AS 72 F
F999
X
AS 72 F
F999
X
C 42F
7010
X
C 54D
5045
X
C 41C
H999
X
C 72F
F999
X
C 72E
C214
X
CUM.OBLGS
MAX.EXP
MAX.POTVAL
321,665
09/30/92
305,450
324,623
09/30/92
324,623
184,800
03/27/93
1,848,000
483,450
01/14/94
2,320,560
450,450
02/11/94
2,162,160
438,900
02/13/94
2,106,720
4,218,028
09/30/95
70,100,000
6,245,036
12/31/96
126,082,750
3,040,850
09/21/92
4,923,678
8,647,289
02/14/92
11,493,574
10,289,794
09/30/98
62,500,386
EDISON NJ
CIS DATA BASE AS OF 04/08/92

-------
04/08/92
                                                  ENVIRONMENTAL PROTECTION AGENCY
                                                    CONTRACTS INFORMATION SYSTEM
                                       VEND   SORT     ACTIVE CONTRACT LIST
C-PC SPANS 65*65-.
                                                                                                                          PAGE
                                                                                                                                  15
CONTRACTOR NAME
CONTRACTOR ADDRESS
ICF INC
9300 LEE HWY
FAIRFAX VA 22031
ICF INC
9300 LEE HWY
FAIRFAX VA 22031
ICF INC
9300 LEE HWY
FAIRFAX VA 22031
ICF INC
9300 LEE HWY
FAIRFAX VA 22031
ICF INC
1850 K ST NW
SUITE 950
WASHINGTON DC 20006
ICF INC
9300 LEE HWY
FAIRFAX VA 22031
ICF INC
9300 LEE HWY
FAIRFAX VA 22031
ICF INC
9300 LEE HWY
FAIRFAX VA 22031
ICF INC
9300 LEE HWY
FAIRFAX VA 22031
IIT RSRCH INST
10 WEST 35TH ST
CHICAGO IL 60616
INDUSTRIAL & ENVIRON ANALYST
PO BOX 12846
RES TRI PARK NC 27709
TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
LARGE BUS CPFF BAKER
SERVICES 65 RUBY DOUGLAS
OSW REGULATORY SUPPORT
LARGE BUS CPFF CAFFREY
SERVICES 65 CARLOS LAGO
SUPPORT OF WA 4 t 5
LARGE BUS CPAF SIMMONS
ARCHITECT/ENG 65 SAMOLIS
ICF TECHNOLOGY
LARGE BUS CPFF MONTFORD
MANAGEMENT CONS 65 DAVID LEVY
TECHNICAL SUPPORT - USED OIL
LARGE BUS CPAF BAKER
TECHNICAL SRVC 65 JOSH BAYLSON
UST SUPPORT
LARGE BUS CPFF BOYD
MANAGEMENT CONS 65 C. ENGLERT
INCREMENTAL FUNDING ttnv±»m
EFF-DATE
EXP-DATE
01/01/90
12/02/93
05/01/89
09/30/92
06/28/89
06/30/99
09/10/89
08/31/92
05/25/90
05/24/92
05/18/90
04/30/93
LARGE BUS CPFF DOUGLAS 10/01/89
SERVICES 65 SAMMY !*<*- 09/30/92
REGULATORY AN D ECONOMIS ANALYSIS SUPPORT
LARGE BUS CPFF ADAMS
TECHNICAL SRVC 65 BARLES
POLICY & TECH. ANALYSIS
LARGE BUS CPAF PRESNELL
TECHNICAL SRVC 65 BEASLEY L^*"5
ENVIRONMENTAL SERVICES ASSISTANCE TEAMS
f-c-A-r
09/28/90
09/30/92
09/30/92
- ZONE II
CJ-yl-* |
NON/PRFT RSCH CPFF HOUSER 12/09/87
RESEARCH & DEV 65 MULICK 09/30/92
LAB DEV. & FIELD TEST. OF ENV.MONIT. METHODS
SMALL BUS FP BERND 07/15/91
SERVICES 65 BARRON 01/14/94
CHEM ANAL SERVICES FOR ORGANICS (D100455R1)
CONTRACT
RFP-NSR
68H00009
W900043E1
66W90030
W803230E1
68M90059
H902608D2
68W90081
W800163E1
66M00024
W902945E1
68M00022
W901076E1
68W90082
W900044E1
68C00083
C00930WB1
6SD10135
D100107R1
68D80002
DU87B105
68D10092
D101868R1
C-CLASS REPRESENTATIVE
PROD/SRVC FUNDING PROGRAM
SBAREA AREAS
C 31R
F999
X
C 31P
F999
X
C 09K
C214
X
C 31H
R528
X
C 88M
F999
X
C 75E
R408
X
C 88M
F999
X
C 28C 06P 02K
R498 09L 20R
X
C 04T 72F 07W
F999
X
C 60E
AH92
X
AS 72F
F999
X
CUH.OBLGS
MAX.EXP
MAX.POTVAL
7,549,738
12/02/93
12,450,622
2,105,944
04/30/92
3,588,845
3,953,586
06/30/99
75,161,112
5,812,467
08/31/92
14,111,667
5,263,811
05/25/92
9,753,282
2,760,000
04/30/93
9,364,535
710,000
09/30/92
5,698,766
5,372,719
09/30/93
14,389,710
9,374,546
09/30/95
69,370,613
1,703,669
09/30/92
4,914,970
465,300
01/14/94
2,233,440
                                                                                                                                               O O !> T
CIS DATA BASE AS OF 04/08/92
                                                                                                                            EK/1

-------
04/08/92
           ENVIRONMENTAL PROTECTION AGENCY
             CONTRACTS INFORMATION SYSTEM
VEND   SORT     ACTIVE CONTRACT LIST
                                                                                C-PC SPANS 65*65:
                                                                                                                         PAGE
                                                                                                                                 16
CONTRACTOR NAME
CONTRACTOR ADDRESS
INDUSTRIAL 4 ENVIRON ANALYST
PO BOX 12846
RES TRI PARK NC 27709
INDUSTRIAL & ENVIRON ANALYST
200 MONROE TURNPIKE
MONROE CT 06468
INFO SYSTEMS&NETHORKS CORP
10411 MOTOR CITY DRIVE
BETHESDA MD 20817
INFORMATION DYNAMICS> INC.
7313 WOODMONT AVE.
BETHESDA MD 2081*
INTEGRATION TECHNOLOGIES
2745 HARTLAND ROAD
FALLS CHURCH VA 22043
INTERGRATED LABRATORY SYSTEM
P.O. BOX 13501
RSRCH TRI PK NC 27709
IOWA, UNIV OF
HYGIENIC LAB
IOWA CITY IA 52242
ITEP ASSOCIATES, INC
CHESTER TOWERS
11499 CHESTER RD
CINCINNATI OH 45246
ITEP ASSOCIATES, INC
CHESTER TOWERS
11499 CHESTER RD
CINCINNATI OH 45246
JACOBS ENG CO
521 S LAKE AVE
PASADENA CA 91109
TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
SMALL BUS FP BURNETT
SERVICES 65 FRIBUSH
D000463R1 - ORGANICS ANALYSIS
LARGE BUS FP BERNO
SERVICES 65 HURD
EFF-DATE CONTRACT
EXP-DATE RFP-fCR
09/28/90 68D00156
03/27/93 D001856R1

07/15/91 68D10082
01/14/94 D101Q57R1
CHEM ANAL SERVICES FOR ORGANICS (D100455R1)
SMALL BUS FP KHATARI
DATA PROCESSING 65 BRUCE ALMICH
TELECOMMUNICATIONS SUPPORT
SMALL BUS TM FULTON
DATA PROCESSING 65 SCHWARZ
INOVATIVE ELECTRIC REPORTING
SMALL BUS FP AMES
DATA PROCESSING 65 DAVID M CLINE
ORD MODERNIZATION II
SMALL BUS CPFF LLOYD
RESEARCH & DEV 65 BENSON
QA SUPPORT - HERL
NON/PRFT UNIV FP BERND
SERVICES 65 BANKERT
D000463R1-ORGANICS ANALYSIS
LARGE BUS CPFF OPPERMAN
SERVICES 65 SIMES
TECH. SUP. SERV. QA/QC PROG./RREL

LARGE BUS CPFF OPPERMAN
TECHNICAL SRVC 65 POWERS
09/26/90 68H00040
09/30/92 H903235A3

09/24/91 68W10048
06/15/92 H101801A3

09/23/91 68W10046
09/30/96 H102857A3

04/05/89 68D90050
09/30/93 D900055M1

09/28/90 68D00154
03/27/93 D001920R1

02/14/90 68C00015
09/30/92 C9R0182B1


06/01/90 68C00016
09/30/92 C90927RB1
DURABLE FIBER ABATEMENT TECH. ENG. SERVICES

LARGE BUS CPAF DURDEN
ARCHITECT/ENG 65 KAREN FLOURNEY
START UP FUNDING/ARCS CONTRACT IN ZONE

09/30/88 68W80122
09/30/98 W805756D2
VI, VII, & VIII
C-CLASS REPRESENTATIVE
PROD/SRVC FUNDING PROGRAM
SBAREA AREAS
AS 72F
F999
A
AS 72F
F999
X
S 54D
7010
D
S 41D
D306
D
C 55M
7010
A
S 61H
H199
D
AS 72F
F999
X
C 62C
AZ11
X

C 62C
R599
X

C 72E
C214
X
CUM.OBLGS
MAX.EXP
MAX.POTVAL
486 , 925
03/27/93
3,849,120
412,218
01/14/94
1,779,360
1,890,158

3,224,811
59,995
08/15/92
0
21,500
09/30/96
41,693,827
104,300
09/30/93
1,055,762
277,530
03/27/93
1,914,000
417,000
09/30/92
1,123,065

757,771
09/30/92
2,263,113

10,398,656
09/30/98
150,241,713
                                                                                                                                                    N
 CIS  DATA  BASE AS OF  04/08/92
                                                                                                                            EK/1

-------
04/08/92
                                       VEND
    ENVIRONMENTAL PROTECTION AGENCY
      CONTRACTS INFORMATION SYSTEM
SORT     ACTIVE CONTRACT LIST      C-PC SPANS 65*65:
                                                                                                                         PAGE
                                                                                                                                  17
CONTRACTOR NAME
CONTRACTOR ADDRESS
JOHN E. DOWELL D
0-HELL BOX 39069
P.O. BOX 39069
TACOMA WA 98499
JW.K INTERNATIONAL CORP.
7617 LITTLE RIVER TURNPIKE
ANNANDALE VA 22003
KEYDATA SYSTEMS INC
6411 IVY LANE
GREENBELT MD 20770
KEYSTONE ENVIRON RESOURCES
SPECTRIX/MONROEVILLE DIV
440 COLLEGE PARK DR.
MONROEVILLE PA 15146
KEYSTONE ENVIRON RESOURCES
SPECTRIX-HOUSTON
3911 FORDREN
HOUSTON TX 77063
LABAT-ANDERSON
1111 L9TH ST. NORTH
ARLINGTON VA 22209
LABAT-ANDERSON
2200 CLARENDON BLVD.
SUITE 900
ARLINGTON VA 22209
LABAT-ANDERSON
1111 L9TH ST. NORTH
ARLINGTON VA 22209
LANCASTER LABS INC.
2425 NEW HOLLAND PIKE
LANCASTER PA 17601
LAUCKS TESTING LABORATORIES
940 S HARNEY
SEATTLE WA 98108
TYPE COST NEGOTIATOR NAME EFF-DATE CONTRACT
EFFORT PC PROJECT OFFICER EXP-DATE RFP-NBR
PROJECT TITLE
SMALL BUS FP WEANT
SERVICES 65 DAVIS
JANITORIAL SVCS-EPA-REGION 10
LARGE BUS CPFF HOUSER
RESEARCH & DEV 65 HULL
SUPP.TO EPA QUAL.ASSUR. TRAINING PROGRAM
SMALL BUS CPFF KHATRI
DATA PROCESSING 65 LINDA JONES
SUPPORT FOR ORDIS
LARGE BUS FP SIMMONS
SERVICES 65 CARASEA
(D000461R1)
LARGE BUS FP PRESNELL
SERVICES 65 HURD
(D000461R1)
SMALL BUS TM WITHER
SERVICES 65 LINDA GARRISON
AGENCY-WIDE LIBRARY SERVICES AND RECORDS
SMALL BUS CPFF OPPERMAN
SERVICES 65
10/29/90 68D00104
09/30/93 D000983N1
09/29/90 68D00105
09/30/92 D000147M1
07/01/89 68H90078
09/30/92 W901655A3
09/25/90 68D00148
03/24/93 D001827R1
09/25/90 68D00147
03/25/93 D001828R1
06/01/89 68W90052
09/30/92 W900514A2
MANAGEMENT SUPPORT
10/31/91 68C20100
09/30/92 C101360T1
TECHNICAL SUPPORT SERVICES FOR DEVELOPMENT AND OPERATION OF
SMALL BUS CPFF CUNNINGHAM
TECHNICAL SRVC 65 T< JOVER
IMPL. SUPP. FOR SARA, TITLE III, ft TRADE
SMALL BUS FP SIMMONS
SERVICES 65 CARASEA
D000463R1 - ORGANICS ANALYSIS
SMALL BUS FP BURNETT
SERVICES 65 FRIBUSH
D000463R1 - ORGANICS ANALYSIS
07/26/88 \l°6B»B01 08
07/16/9^ W801450E1
SECRET PROC.
09/28/90 68D00155
03/27/93 D001860R1
09/28/90 68D00153
03/28/93 D001855R1
C-CLASS REPRESENTATIVE CUM.OBLGS
PROD/SRVC FUNDING PROGRAM MAX.EXP
SBAREA AREAS MAX.POTVAL
S
S201
D
C
R999
X
S
D302
D
AS
F999
X
AS
F999
X
S
R605
D
C
L099
X
S
F101
D
AS
F999
A
AS
F999
A
10H 201,814
09/30/93
97,330
60U 442,559
09/30/92
992,060
265 26R 265 1,774,391
09/30/92
7,200,000
72F 266,799
03/24/93
551,760
72F 189,667
03/25/93
551,760
55R 20,942,093
05/31/94
81,986,815
/^31R / 26S 52E 307,000
^~tti$ 32W 09/30/95
4,942,840
75E 1,329,000
07/16/92,
2,393,079
72F 695,310
03/27/93
1,940,400
72F 565,444
03/28/93
1,874,400
CIS DATA BASE AS OF 04/08/92
                                                                                                                           EK/1

-------
04/08/92
           ENVIRONMENTAL PROTECTION AGENCY
             CONTRACTS INFORMATION SYSTEM
VEND   SORT     ACTIVE CONTRACT LIST
                                                                                C-PC SPANS 65*65:
                                                                                                                         PAGE
                                                                                           18
CONTRACTOR NAME
CONTRACTOR ADDRESS
LEONARD G. BIRNBAUM 4 CO
6285 FRANCONIA ROAD
ALEXANDRIA VA 22310
LEONARD G. BIRNBAUM & CO
6285 FRANCONIA ROAD
ALEXANDRIA VA 22310
LOCKHEED AIRCRAFT CORP
^ENGINEERING & MGT SRVC INC
1830 NASA ROAD ONE
HOUSTON TX 77058
LOCKHEED AIRCRAFT CORP
^ENGINEERING & MGT SRVC INC
1830 NASA ROAD ONE
HOUSTON TX 77058
LOCKHEED ENGINEERING SCI CO
TWO CORPORATE PLAZA
2625 BAY AREA BLVD.
HOUSTON TX 77058
LOS GATOS CIRCUITS INC
634 GIBRALTER CT
MILPITAS CA 95035
LOUIS PROVENZANO INC.
180 WEST BROADWAY
NEW YORK NY 10013
M.L. ENERGIA, INC
P.O. BOX 1468
PRINCETON NJ 08542
MALCOLM PIRINIE INC
Z CORPORATE PARK DR.
WHITE PLAINS NY 10602
MALCOLM PIRINIE INC
100 EISENHOWER DR PO BOX 36
PARAMUS NJ 07653
TYPE COST NEGOTIATOR NAME EFF-DATE
EFFORT PC PROJECT OFFICER EXP-DATE
PROJECT TITLE
SMALL BUS TM LUTZ
TECHNICAL SRVC 65 A. GRAND
AUDIT SERVICES - F
SMALL BUS TM LUTZ
TECHNICAL SRVC 65 CYR
SUPERFUND AUDIT SERVICES
LARGE BUS CPAF REYNOLDS
TECHNICAL SRVC 65 DENSON
ON-SITE TECH. SUP. /EMSL/LV

LARGE BUS CPAF REYNOLDS
TECHNICAL SRVC 65 JACKSON
CONTRACT 68C00050

LARGE BUS CPAF BERND
SERVICES 65 BEASLEY N U{|i|J
ENVIRONMENTAL SERVICE ASSISTANCE TEAMS -

-------
 04/08/92
                                                  ENVIRONMENTAL PROTECTION AGENCY
                                                    CONTRACTS INFORMATION SYSTEM
                                       VEND   SORT     ACTIVE CONTRACT LIST
C-PC SPANS 65*65;
                                                                                                                          PAGE
                                                                                                                                  19
CONTRACTOR NAME
CONTRACTOR ADDRESS
MARASCO NEWTON GROUP LTD
1600 WILSON BLVD.
SUITE 1200
ARLINGTON VA 32209
MATH TECH INC.
P 0 BOX 2392
PRINCETON NJ 08540
MCBRIDE, LOCK & ASSOCIATES
1221 BALTIMORE AVE.SUITE406
KANSAS CITY MO 64105
MCCOY & MCCOY
85 EAST NOEL AVENUE
MADISONVILLE, KY 42431
MEMEBRANE TECH & RSRCH INC
1360 WILLOW RD
MENLO PARK CA 94025
METCALF A EDDY INC.
PO BOX 4043
KOBURN MA 01888
METCALF S EDDY, INC
6480 BUSCH BLVD. SUITE 200
COLUMBUS OH 43229
MIDWEST RSRCH INST
"BIOLOGICAL SCI DIV
425 VOLKER BLVD
KANSAS CITY MO 64110
MITCHELL SYSTEMS CORP
1300 NEW YORK AVE NW
SUITE 200W
WASHINGTON DC 20005
MITRE CORP
WESTGATE RSRCH PARK
MCLEAN VA 22102
TYPE COST
EFFORT PC
PROJECT TITLE
SMALL BUS CPFF
MANAGEMENT CONS 65
MANAGEMENT SUPPORT
NEGOTIATOR NAME EFF-DATE
PROJECT OFFICER EXP-DATE
GRAY 12/18/91
FRANCES J HANAVAN 12/17/92
FOR THE SUPERFUND PROGRAM
LARGE BUS CPFF HINTON
SERVICES 65 LONG, J.
MARKET & ECON.ANAL.OF NEW « EXIST. CHEM.*
SMALL BUS TM
TECHNICAL SRVC 65
AUDIT SERVICES - D
LARGE BUS FP
SERVICES 65
CHEM ANAL SERVICES
SMALL BUS FP
RESEARCH & DEV 65
SBIR-II
LEWIS
MURRAY
CONTRACT
RFP-NBR
68H20003
W100045D1
09/28/68 68080087
06/30/92 D800159L1
INDUST. SECTORS
09/06/88
11/05/92
BERND 07/15/91
BARRON 01/14/94
FOR ORGANICS (D100455R1)
LLOYD
CAREY
LARGE BUS CPAF KELLEY
ARCHITECT/ENG 65 BARMAKIAN
REMEDIAL PLANNING ACTIVITIES
LARGE BUS CPAF
SERVICES 65
INCREMENTAL FUNDING
NON/PRFT RSCH CPFF
SERVICES 65
ANAL METHODS DEVELP
SMALL BUS CPFF
MANAGEMENT CONS 65
SEL.ASST.IN DESIGN
FED RESEARCH CPFF
MANAGEMENT CONS 65
NPL SUPPORT
CAFFREY
PERRY, B
OPPERMAN
WERNER BECKERT
& EVAL, SAMPLE ANAL,
LLOYD
GANT
t CONDUCT OF ORD MGMT.
SHARPE
ABERNATHY ftUA^0^
08/27/91
11/27/92
04/01/89
03/31/99
03/31/89
03/31/94
07/10/91
09/30/94
& QA TECH
03/17/89
09/30/93
ISSUES
12/31/89
12/31/92
68W30118
W805710A2
68D10081
D101856R1
68D10072
D102196M1
68W90036
W901670D1
68W90007
W901571E1
68C10029
C100019RB
SUPPORT
68D90040
D900047M1
68M00008
W902144E2
C-CLASS REPRESENTATIVE CUM.OBLGS
PROD/SRVC FUNDING PROGRAM . MAX.EXP
SBAREA AREAS MAX.POTVAL
C 72C
R799
C
C 69T
F106
X
C 356
R704
C
AS 72 F
F999
X
C 26T
AH11
C
C 01P
C214
X
C 05F
F999
X
C 60J
AH90
X
S 265
R599
D
S 72F
C129
X
955,336
12/18/95
8,934,093
957,500
06/30/92
1,869,909
622,371
09/05/93
2,214,000
368,500
01/14/94
0
150,000
11/27/92
150,000
12,893,428
03/31/99
138,407,988
24,536,169
03/31/94
30,274,356
602,262
09/30/94
4,468,776
2,211,940
09/30/93
6,138,299
10,000,000
12/31/92
15,000,000
CIS DATA BASE AS OF 04/08/92
                                                                                                                            FK/1

-------
04/08/92
                                                 ENVIRONMENTAL PROTECTION AGENCY
                                                   CONTRACTS INFORMATION SYSTEM
                                      VEND   SORT     ACTIVE CONTRACT LIST
C-PC SPANS 65*65:
                                                                                                                         PAGE
                                                                                                                                 20
CONTRACTOR NAME
CONTRACTOR ADDRESS
MORRISON KNUDSEN-FERGUSON CO
1120 LINCOLN ST
DENVER CO 80205
NANCY LOW & ASSOCIATES INC
5454 WISCONSIN AVENUE
SUITE 1500
CHEVY CHASE MD 20815
NATIONAL PATENT DEV. CORP
202 PERRY PARKWAY
GAITHERSBURG MD 20877
NFT INC.
409 CORPORATE CIRCLE
GOLDEN CO 80401
NORTHROP CORP
^NORTHROP SRVCS INC
P 0 BOX 12313
RSRCH TRI PK NC 27709
NORTHROP CORP
*HORTHROP SRVCS INC
P 0 BOX 12313
RSRCH TRI PK NC 27709
NORTHROP CORP
*NORTHROP SRVCS INC
P 0 BOX 12313
RSRCH TRI PK NC 27709
NUS CORPORTATION

910 CLOPPER RD
GAITHERSBURG MD 20878
NUS CORPORTATION

910 CLOPPER RD
TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
LARGE BUS CPAF ERNST
EFF-DATE
EXP-DATE
03/31/89
ARCHITECT/ENG 65 JAMES HANLEY REG III 03/31/99
PROGRAM MANAGEMENT SUPPORT CH2M HILL
SMALL BUS CPFF BAKER
TECHNICAL SRVC 65 DEBBIE RUTHERFORD
COMMUNICATION & MARKETING SUPPORT

LARGE BUS FP SIMMONS
SERVICES 65 CARASEA
(D000461R1)
SMALL BUS FP PRESNELL
SERVICES 65 MCCALLISTER
CHEM ANAL SVCS FOR INORGANICS! SET-ASIDE
LARGE BUS CPAF ENINGER/DR
SERVICES 65 FRANK
TECH . ADM . SUP . SER V/COR V

LARGE BUS CPAF REYNOLDS
RESEARCH ft DEV 65 COSBY
TECH. SUP. SERV. FOR ADA/ ADA

LARGE BUS CPAF HOUSER
RESEARCH & DEV 65 BUFALINI
ON-SITE RES. SUPP. TO AREAL

LARGE BUS CPAF SHARPE
TECHNICAL SRVC 65 FREDERICKS ,4U=TT
FIT, ZONE I

LARGE BUS CPAF OZER
ARCHITECT/ENG 65 STEPHAINE DEL RE
REMEDIAL PLANNING ACTIVITIES IN REGION

06/29/90
05/24/92


09/25/90
03/24/93

09/24/90
03/27/93
CONTRACT
RFP-NBR
68W90025
W901560D1

68H00030
W003785E1


68D00146
D001826R1

68D00145
D000873R1
OR D000461R1)
02/20/88
09/30/92


06/16/88
09/30/92


09/30/90
06/30/93


11/01/86
10/30/92


01/01/88
12/31/97
III - NUS
68C80006
CI87R383


68C80025
C8R0001B1


66000106
D000203M1


68017346
MA85K051


68H80037
W801662D1

C-CLASS
PROD/SRVC
SB ARE A
C
C214
X
C
F999
A

AS
F999
X
AS
F999
C
C
AZ11
X

C
AZ11
X

C
F999
X

C
F999
X

C
C214
X
REPRESENTATIVE CUM.OBLGS
FUNDING PROGRAM MAX.EXP
AREAS MAX.POTVAL
08L 7,805,632
03/31/99
155,373,447
88M 342,500
06/28/93
3,973,416

72F 90,783
03/24/93
475,200
72F 216,817
03/27/93
480,480
035 63M 35,368,247
02/28/92
35,181,444

63L 7,701,376
09/30/92
7,099,528

60E 63M 60E 10,605,037
02K 60E 06/30/95
39,841,195

72E 98,471,000
10/30/92
125,864,397

72E 35,650,949
12/31/97
216,027,085
                                                                                                                                                    "T
GAITHERSBURG MD 20878
CIS DATA BASE AS OF 04/08/92
                                                                                                                            EK/1

-------
il
    04/08/92
                                           VEND
    ENVIRONMENTAL PROTECTION AGENCY
      CONTRACTS INFORMATION SYSTEM
SORT     ACTIVE CONTRACT LIST      C-PC SPANS  65*65:
                                                                                                                             PAGE
                                                                                                                                     21
CONTRACTOR NAME
CONTRACTOR ADDRESS
NUS CORPORTATION
910 CLOPPER RD
GAITHERSBURG MD 20878
NYTEST ENVIRONMENTAL
60 SEAVIEW BLVD
PORT WASHINGTON NY 11050
NYTEST ENVIRONMENTAL
60 SEAVIEW BLVD
PORT WASHINGTON NY 11050
NYTEST ENVIRONMENTAL
60 SEAVIEW BLVD
PORT WASHINGTON NY 11050
0. H. MATERIALS, INC.
P. 0. BOX 551
FINDLAY OH 45840
0. H. MATERIALS, INC.
P. 0. BOX 551
FINDLAY OH 45840
0. H. MATERIALS, INC.
P. 0. BOX 551
FINDLAY OH 45840
OHM REMEDIATION SERV CORP
16406 U.S. ROUTE
224 EAST
FINDLAY OH 45839-055
OHM REMEDIATION SERV CORP
16406 U.S. ROUTE
224 EAST
FINDLAY OH 45839-055
ORGANIZATIONAL DYNAMICS
1000 THOMAS JEFFERSON ST.
SUITE 606
TYPE COST NEGOTIATOR NAME EFF-DATE
EFFORT PC PROJECT OFFICER EXP-DATE
PROJECT TITLE
CONTRACT
RFP-NBR
LARGE BUS CPAF ZENI 09/16/88 68W80117
ARCHITECT/ENG 65 KELLEY 09/15/98 W805357D1
START UP FUNDING FOR PROGRAM MGMT. FOR REGION/WITH NUS
LARGE BUS FP BERND 05/15/91 68D10030
SERVICES 65 MCCALLISTER 11/14/93 D100009R1
CHEM. ANAL. SVCS. -HIGH CONCENT . INORGANIC ANALYSIS
LARGE BUS FP SIMMONS, J.L. 02/29/88
SERVICES 65 CARASEA 05/29/99
CHEMICAL ANALYTICAL SERVICES FOR ORGANICS
LARGE BUS
SERVICES
CHEM. ANAL
FP BERND
65 CARASEA
.SERVICES FOR ORGANICS
LARGE BUS FP ERICKSON
SERVICES 65 FORD
REMOVAL ACTION/SITE SPEC. CANTON, MS
LARGE BUS
SERVICES
ERCS ZONE
TM YOUNGER f
65 TIDWELL , PA
1
LARGE BUS CPAF JAMISON
SERVICES 65 STROUD
ERCS - ZONE 2
LARGE BUS
SERVICES
EMERGENCY
LARGE BUS
SERVICES
EMERGENCY
07/15/91
01/14/94
09/26/90
09/24/92
07/31/87
04/30/92
06/30/87
12/27/£2
«tl
CPAF JAMISON 06/30/91
65 CAROL MONELL 08/01/92
FIRST RESPONSE CLEAN UP SERVICES REGION
CPFF WALKER
65 BOTTS
RESPONSE CLEANUP SVCS FINDLAY,
LARGE BUS FP MURPHY
EQUIPMENT 65 KERRY WEISS
LICENSE TO PRINT TQM COPYRIGHT MA
08/17/91
11/06/92
OH
04/26/91
09/30/92
68W80049
W800935D1
68D10079
D100455R1
68S04001
W086168F4
68017445
WA86H190
68017404
WA87H355
68S14001
H986104F4
IV
68S14003
W186116F4
68H10036
W101061A2
C-CLASS REPRESENTATIVE CUM.OBLGS
PROD/SRVC FUNDING PROGRAM MAX.EXP
SBAREA AREAS MAX.POTVAL
C 72E
C214
X
AS 72F
F999
X
AS 72F
F999
X
AS 72F
F999
X
C 4AD
F108
X
C 72D
F099
X
C 72D
F099
X
A 04D 4AD
F108
X
C 04D 4AD
F108
X
S 85M
8742
X
13,926,275
09/15/98
148,365,398
25,080
11/14/93
250,800
338,459
05/29/99
764,500
313,500
01/14/94
313,500
1,682,806
09/24/92
1,682,806
128,434,908
01/31/92
136,060,982
36,838,009
12/27/9*'* /
36,838,009
1,666,113
06/29/96
26,465,195
2,324,750
08/16/96
23,228,090
235,350
04/25/94
720,000
    WASHINGTON DC 20007
    CIS DATA BASE AS OF 04/08/92
                                                                                                                                EK/1

-------
04/08/92
           ENVIRONMENTAL PROTECTION AGENCY
             CONTRACTS INFORMATION SYSTEM
VEND   SORT     ACTIVE CONTRACT LIST
                                                                                C-PC SPANS 65*65:
                                                                                                                         PAGE
                                                                                                                                 22
CONTRACTOR NAME
CONTRACTOR ADDRESS
PACE LABORATORIES
9608 LARIET BOULEVARD
LENEXA KS 66319
PACE LABORATORIES
1710 DOUGLAS DRIVE N
MINNEAPOLIS MN 55422
PACIFIC ANALYTICAL INC
1989 PALOMAR OAKS
WAY SUITE B
CARLSBAD CA 92000
PACIFIC ENVIRON SERVICES
HERNDON PKWY SUITE 200
HERNDON VA 22070
PEER CONSULTANTS INC
1160 ROCKVILLE PIKE
ROCKVILLE MD 20852
PEER CONSULTANTS INC
1160 ROCKVILLE PIKE
ROCKVILLE MD 20852
PEER CONSULTANTS INC
1160 ROCKVILLE PIKE
ROCKVILLE MD 20652
PEI ASSOCIATES, INC
CHESTER TOWERS
11499 CHESTER RD
CINCINNATI OH 45246
PERKIN ELMER CORP
MAIN AVE
NORWALK CT 06856
PIPKINS GROUP
994 DANA AVE
CINCINNATI OH 45229
TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
SMALL BUS FP BERND
SERVICES 65 BANKERT
EFF-DATE
EXP-DATE
08/14/91
02/13/94
CONTRACT
RFP-NBR
68D10086
D101863R1
CHEM ANAL SERVICES FOR ORGANICS (D100455R1)
SMALL BUS FP BERND
SERVICES 65 MCCALLISTER
07/31/91
01/30/94
68D10089
D101865R1
CHEM ANAL. SERVICES FOR ORGANICS (D100455R1)
SMALL BUS FP BERND
SERVICES 65 BANKERT
08/16/91
02/15/94
66D10098
D101872R1
CHEM ANAL SERVICES FOR ORGANICS (D100455R1)

SMALL BUS CPFF MEANT
RESEARCH & DEV 65 DONALDSON
TECH. SUPP. FOR AIR POLL. CONTROL PROGRAMS
SMALL BUS CPFF AHLQUIST
TECHNICAL SRVC 65 BARKLEY
H.W.PEER REV. TECH. SUP/HWERL/CI
SMALL BUS CPFF SAVAGE/LH
TECHNICAL SRVC 65 LIGHT
PEER REVIEW SUP. ORD. LABS/HER L/CI
SMALL BUS CPAF TOPPING
ARCHITECT/ENG 65 SARNO
ENG. SERVICES FOR REMEDIAL OF HAZARDOUS
LARGE BUS TM MARTINEZ
SERVICES 65 DAVID OUDERKIRK

09/28/90
09/30/92

10/01/87
09/30/92

10/01/87
09/30/92

09/15/87
09/30/92

68D00124
D000309N1

68033490
CIQ7R280

68033470
CI87R282

68017448
WA87J093
HASTE SITES
09/29/87
09/30/92
68017460
WA66H191
EMERGENCY RESPONSE CLEANUP SERVICES - ZONE III

LARGE BUS FP ROGERS
DATA PROCESSING 65 SHACKELFORD
LIMS
SMALL BUS CPFF TANNER
TECHNICAL SRVC 65 MORRISON
MAILROOM SERVICES

09/18/87
09/30/92

09/30/90
09/30/93


68017440
HA66D342

68C00084
C01375FB1

C-CLASS REPRESENTATIVE
PROD/SRVC FUNDING PROGRAM
SBAREA AREAS
AS 72F
F999
X
AS 72F
F999
X
AS 72F
F999
X

C 53F 53B
AH21
A
S 62B
AZ11
D
S 62C
AZ11
0
C 72E
C211
D
C 72D
F999
X

C 54D
7010
X
S 52E
R533
D
CUM.OBLGS
MAX.EXP
MAX.POTVAL
431,200
02/13/94
2,069,760
439,367
01/30/94
2,108,960
263,208
02/15/94
2,632,080

4,700,391
09/30/93
12,325,762
1,236,760
09/30/92
1,141,760
636,680
09/30/92
626,680
8,720,722
09/30/92
21,252,561
52,469,819
12/31/91
64,269,698

2,994,424
09/30/92
4,000,000
672,797
09/30/93
5,090,419
CIS DATA BASE AS OF 04/08/92
                                                                                                                            EK/1

-------
04/08/92
                                                  ENVIRONMENTAL  PROTECTION AGENCY
                                                    CONTRACTS INFORMATION SYSTEM
                                       VEND   SORT     ACTIVE CONTRACT  LIST
                                                  C-PC SPANS  65*65:
                                                                                                                         PAGE
                                                                                                                                 23
CONTRACTOR NAME
CONTRACTOR ADDRESS

TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
EFF-DATE CONTRACT C-CUSS
EXP-DATE RFP-NBR PROD/SRVC
SBAREA
REPRESENTATIVE
FUNDING PROGRAM.
AREAS
CUM.OBLGS
MAX.EXP
MAX.POTVAL
PIPKINS GROUP
994 DANA AVE
CINCINNATI OH 45229

PLANNING RSRCH CORP
*PRC COMPUTER CEN
7600 OLD SPRINGHOUSE RD
MCLEAN VA 22101

PRC ENVIRON MANAGE INC.
120 HOWARD ST., SUITE 700
SAN FRANCISCO CA 94105

PRC ENVIRON MGMT. INC.
303 E. WACKER DR. SUITE 500
CHICAGO IL 60601

PRC ENVIRON MGMT. INC.
303 E. WACKER DR. SUITE 500
CHICAGO IL 60601

PRC ENVIRON MGMT. INC.
303 E. WACKER DR. SUITE 500
CHICAGO IL 60601

PRC ENVIRON MGMT. INC.
303 E. WACKER DR. SUITE 500
CHICAGO IL 60601

PRC ENVIRONMENTAL MGMT.
1505 PLANNING RESEARCH OR
MCLEAN VA 22201
MCLEAN VA 22101
SMALL BUS     FP    TANNER
TECHNICAL SRVC  65  PANLIKAS
TECHNICAL/ADMINISTRATIVE SUPPORT

LARGE BUS     TM    SWITZER
DATA PROCESSING 65  DALY
GENERAL PROGRAMMING ADP SUPPORT SERVICES
                              01/19/90  68C00010    S
                              09/30/92  C90924RB1   T001
                                                   D
                              11/19/66
                              08/18/92
                               68017361
                               WA85G150
LARGE BUS     CPAF  KELLY
TECHNICAL SRVC  65  NANCY DECK
TECHNICAL ENFORCEMENT SUPPORT ZONE IV

LARGE BUS     CPAF  LUEDERS
TECHNICAL SRVC  65  ALLEN PEARCE
PLANNING PR FY88 (REGION VI-X)
                              12/02/88
                              12/02/93
LARGE BUS     CPAF  CONNER               04/28/88
ARCHITECT/ENG   65  KUSH                 03/31/98
REMEDIAL PLANNING ACTIVITIES IN REGION V - PRC
LARGE BUS     CPAF  WISE
TECHNICAL SRVC  65  FRIETSCH
TECH. SUPPORT FOR SITE PROGRAM-SITE A

LARGE BUS     CPAF  CAFFREY
SERVICES        65  PERRY, BiUUlt-
INCREMENTAL FUNDING
LARGE BUS     CPFF  LAU
MANAGEMENT CONS 65  DEKAY
OSWER TRAINING SUPPORT
                     C
                     R302
                     X
                               68W90009   C
                               W900282E1   R421
                                          X
                              03/31/89  68W90041   C
                              03/31/93  H800257E1  R421
                                                  X
                                        68W80084   C
                                        W802858D1  C214
                                                  X
                              09/26/90  68C00047   C
                              09/25/95  C00206RB1  R421
                                                  X

                              03/31/89  68W90006   C
                              03/31/94  W901570E1  F999
                                                  X

                              07/09/90  68H00034   C
                              07/08/94  W902250E1  U009
                                                  X
                                                             62C
                                                             55M
                                81A
                                10Q
                                                             06 L
                                                             72E
                                                                        62C
                                                    05F
                                                                        75K
                                                                              09K   06L
    522,482
   09/30/92
    668,476

 51,613,289
   03/31/92
116,043,028
 27,709,833
   12/02/93
 30,262,828

 10,594,619
   03/31/93
 10,446,769

 23,099,250
   03/31/98
211,963,386

 16,274,054
   09/26/95
 32,864,232

 23,431,265
   03/31/94
 29,887,229

  3,565,555
   07/08/94
  7,200,000
                                                                                                ri
PRECISION COMBUSTION INC
25 SCIENCE PARK
N
EW HAVEN CT 06511

PRIME COMPUTER INC
1600 RESEARCH BLVD.  RM 101
ROCKVILLE MD 20850
SMALL BUS
RESEARCH t
SBIR-II
   FP
DEV  65
LLOYD
CAREY
LARGE BUS     FP    LAM
DATA PROCESSING 65  SHIREY
PRIME HARDWARE MAINTENANCE
09/12/91  68D10103   C          26T
09/12/93  D100002M1   AH11
                     C
                              10/01/89  68W90087   C          55B
                              09/30/94  W901125A3  7035
                                                  X
    150,000
   09/12/93
    150,000
                                                                       2,180,576
                                                                        09/30/94
                                                                       6,461,291
CIS DATA BASE AS OF 04/08/92
                                                                                                                           EK/1

-------
II
    04/08/92
                                                      ENVIRONMENTAL PROTECTION AGENCY
                                                        CONTRACTS INFORMATION SYSTEM
                                           VEND   SORT     ACTIVE CONTRACT LIST
C-PC SPANS 65*65:
                                                                                                                             PAGE
                                                                                                                                     24
CONTRACTOR NAME
CONTRACTOR ADDRESS
RADIAN CORP
8501 MO-PAC BLVD
P.O. BOX 201088
AUSTIN TX 78720
RADIAN CORP
8501 MO-PAC BLVD
P.O. BOX 201088
AUSTIN TX 78720
RADIAN CORP
8501 MO-PAC BLVD
P.O. BOX 201088
AUSTIN TX 78720
RADIAN CORP
8501 MO-PAC BLVD
P.O. BOX 201088
AUSTIN TX 78720
RADIAN CORP
8501 MO-PAC BLVD
P.O. BOX 201088
AUSTIN TX 78720
RADIAN CORP
8409 RSRCH BLVD
AUSTIN TX 78758
RECRA ENVIRONMENTAL
8320 GUILFORD RD BLDG E
COLUMBIA MD 21046
RECRA ENVIRONMENTAL
8320 GUILFORD RD BLDG E
COLUMBIA MD 21046
REGIONAL TRANSP. DISTRICT
1600 BLAKE ST.
DENVER CO 80202
REIDEL ENVIRONMENTAL SRVCS
16207 EDISON AVENUE
CHESTERFIELD MO 63305
TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
LARGE BUS CPFF FARMER
RESEARCH & DEV 65 GAGNON
EFF/EMISS.EVAL.4 CONTROL TECH. SURVEYS

LARGE BUS CPAF HENNESSEY
TECHNICAL SRVC 65 HALL
CONSUMER COMM. REGS. D EVE L.

LARGE BUS CPFF POLLARD
MANAGEMENT CONS 65 ANGELA HILKES
COMMIT FUNDS

LARGE BUS CPFF KIRBY
RESEARCH t DEV 65 DONALDSON
(D000309N1)

LARGE BUS CPFF MONTFORD
MANAGEMENT CONS 65 ANGELA HILKES
TECHNICAL SUPPORT - THERMAL TREATMENT

LARGE BUS CPFF SAVAGE/LH
RESEARCH & DEV 65 COUGHLIN
TECH. SUP. REGUL.DEV/ODW/HA
LARGE BUS FP SIMMONS
SERVICES 65 CARASEA
CHAM. ANALYTICAL SERVICES, ORGANICS
LARGE BUS FP LAU
SERVICES 65 CARASEA
EFF-DATE CONTRACT
EXP-DATE RFP-NBR
05/31/91 68D10031
09/30/92 D000893L1
& EVALS

07/10/90 68C00032
06/30/95 C00209WB1


07/20/89 68W90072
07/19/92 H800162E1


09/29/90 68D00125
09/30/92 D001924N1


07/06/89 68W90069
07/05/92 H800164E1
REGULATIONS

04/01/88 68C80008
09/30/92 CI87H774

09/28/90 68D00158
03/27/93 D000463R1

02/29/88 68W80051
06/09/99 W800933D1
CHEMICAL ANALYTICAL SERVICES FOR ORGANICS
STA/LOCL OTHR FP VICKIE
01/15/92 68D20008
TECHNICAL SRVC 65 CHRISTOPHER MARTINEZ 12/31/92 D200104N1
ECO BUS PASSES FOR REGION 8 PERSONNEL
LARGE BUS CPAF EAVES
SERVICES 65 LARRY STAFFORD
EMERGENCY REMOVAL CONTRACT

02/04/91 68W10035
02/03/96 W900551C3

C-CLASS REPRESENTATIVE
PROD/SRVC FUNDING PROGRAM
SBAREA AREAS
C 62F
AH91
X

C 28C
F202
X

C 31M
R510
X

C 53A
AH21
X

C 51A
R528
X

C 28C
F103
X
AS 72F
F999
X
AS 72F
F999
X
S 08A 08B
V212
X
C 72D
F108
X
CUM.OBLGS
MAX.EXP
MAX.POTVAL
2,117,473
05/31/94
5,397,090

5,350,292
06/30/95
26,965,797

3,848,150
07/20/92
16,806,110

3,338,978
09/30/93
6,650,000

2,479,729
07/05/92
7,395,325

3,912,287
09/30/92
6,068,214
916,575
03/27/93
2,772,000
321,546
08/30/90
770,100
81,125
12/31/92
81,125
21,502,745
02/03/96
0
     CIS DATA BASE AS OF 04/08/92
                                                                                                                                EK/1

-------
04/08/92
                                                  ENVIRONMENTAL PROTECTION AGENCY
                                                    CONTRACTS INFORMATION SYSTEM
                                       VEND   SORT     ACTIVE CONTRACT LIST
C-PC SPANS 65*65:
                                                                                                                          PAGE
                                                                                                                                  25
CONTRACTOR NAME
CONTRACTOR ADDRESS
RESEARCH ft EVALUATION ASSOC
109 CONNOR DR
SUITE 2101
CHAPEL HILL NC 37514
RESEARCH t EVALUATION ASSOC
100 EUTOPA DR
SUITE 590
CHAPEL HILL NC 37514
RESEARCH 4 EVALUATION ASSOC
100 EUTOPA DR
SUITE 590
CHAPEL HILL NC 2751
-------
04/08/92
                                                  ENVIRONMENTAL PROTECTION  AGENCY
                                                    CONTRACTS INFORMATION SYSTEM
                                       VEND   SORT     ACTIVE CONTRACT LIST
C-PC SPANS 65*65:
                                         PAGE
                                                                                                                                 26
CONTRACTOR NAME
CONTRACTOR ADDRESS
RESOURCE APPLICATIONS INC.
9291 OLD KEENE MILL ROAD
BURKE VA 22015
RESOURCE APPLICATIONS INC.
9291 OLD KEENE MILL ROAD
BURKE VA 22015
REVET ENVIRONMENTAL
365 PLANTATION ST.
WORCHESTER MA 01605
RIEDEL ENVIRON SERVICES, INC
P.O. BOX 3320
PORTLAND OR 97208
ROW SCIENCES INC
5515 SECURITY LANE
SUITE 500
ROCKVILLE MO 20852
ROY F WESTON
6021 LIVE OAK PKWY
NORCROSS GA 30093
ROY F WESTON INC
1426 WESTON WAY
WEST CHESTER PA 19380
ROY F WESTON INC
1426 WESTON WAY
WEST CHESTER PA 19380
ROY F WESTON INC
1426 WESTON WAY
WEST CHESTER PA 19380
ROY F WESTON INC
1426 WESTON WAY
WEST CHESTER PA 19380
ROY F WESTON INC
1426 WESTON WAY
WEST CHESTER PA 19380
TYPE COST NEGOTIATOR NAME EFF-DATE
EFFORT PC PROJECT OFFICER EXP-DATE
PROJECT TITLE
SMALL BUS CPFF KENNEDY
DATA PROCESSING 65 GREG HEIGEL
TAT 8(A)
SMALL BUS CPFF HILLIARD
MANAGEMENT CONS 65 JENNIFER MALONEY
TAT 8(A)
SMALL BUS FP BERND
SERVICES 65 KURD
CHEM. ANAL. SVCS. FOR ORGANICS (D000463R1)
LARGE BUS CPIF EAVES
SERVICES 65 HENSLEY
REGION VII DIOXIN EXCAVATION
SMALL BUS CPFF TANNER
SERVICES 65 CICMANEC
ANIMAL SUPPORT SERVICES/HER L/CI
LARGE BUS CPAF ERICKSON
ARCHITECT/ENG 65 THOMPSON
FUNDING FOR REGIONAL PROGRAM MANAGEMENT
LARGE BUS CPAF WENE
MANAGEMENT CONS 65 HAWKINS s f ft"t
TECHNICAL ASSISTANCE TEAM (TAT) ZONE 1
LARGE BUS CPAF ZENI
ARCHITECT/ENG 65 BARMAKEAN
PROG. MGMT. START UP FOR HESTON/REGION I
09/23/91
09/30/93
09/23/91
09/03/93
01/08/91
06/07/93
09/05/87
09/04/92
10/01/89
09/30/92
06/16/89
09/15/99
10/01/90
09/30/92
02/22/89
09/21/99
LARGE BUS CPAF KALWEI 02/10/89
ARCHITECT/ENG 65 PAUL SUMENSKI 01/31/99
FUNDING PROGRAM MGMT. FOR (ARCS) CONTRACT AWARD
LARGE BUS CPAF SPEARS CARTER
ARCHITECT/ENG 65 JO ANNE LEBAW
PROGRAM MGMT. SUPPORT, RAY F WESTON INC
LARGE BUS CPAF AHLQUIST/CB
TECHNICAL SRVC 65 ZOWNIR
RESPONSE ENG.ANALY CST/OERR/HA
04/28/89
04/30/99
09/02/87
09/30/92
CONTRACT
RFP-NBR
68H10023
W102244C3
68W10022
W000441C3
68D10013
D100277R1
68017462
WA87H536
68C90047
C90912RB1
68M90057
W902425D1
68W00036
W000031C1
68W90018
H900840D1
68W90015
H900618D2
68M90046
W901939D1
68033482
CI87R160
C-CLASS REPRESENTATIVE CUM.OBLGS
PROD/SRVC FUNDING PROGRAM MAX.EXP
SBAREA AREAS MAX.POTVAL
C
8711
D
C
8711
D
AS
F999
A
C
F099
X
C
R416
C
C
C214
X
C
C214
X
C
C214
X
C
C214
X
C
C214
X
C
F103
X
72D
75E
72F
7AM
61H
040
72D
DIP
06 L
10Q
72D
935,300
11/30/95
9,924,053
1,265,000
11/30/95
12,041,686
202,752
06/07/93
2,027,520
28,236,374
09/04/92
38,895,662
1,090,000
09/30/92
2,156,633
2,714,757
09/15/99
46,631,150
29,746,724
09/30/92
116,537,392
6,477,681
02/21/99
65,848,569
9,606,933
01/31/99
156,213,437
10,093,741
04/30/99
270,527,172
59,687,261
08/31/92
102,538,068
CIS DATA BASE AS OF 04/08/92

-------
04/08/92
                                                  ENVIRONMENTAL PROTECTION AGENCY
                                                    CONTRACTS INFORMATION SYSTEM
                                       VEND   SORT     ACTIVE CONTRACT LIST
C-PC SPANS 65*65:
                                                                                                                          PAGE
                                                                                                                                  27
CONTRACTOR NAME
CONTRACTOR ADDRESS
ROY F WESTON INC
1426 WESTON HAY
WEST CHESTER PA 19380
ROY F WESTON INC
1426 WESTON WAY
WEST CHESTER PA 19380
S COHEN t ASSOCIATES, INC
1311 DOLLY MADISON BLVD
MCLEAN VA 22102
S-CU3ED
PO BOX 1620
LA JOLLA CA 92038
S-CUBED
PO BOX 1620
LA JOLLA CA 92038
SAS INSTITUTE
1 SAS CIRCLE
CARY NC 27511
SCI APPLIC INC
*JRB ASSOC INC
8400 WESTPARK DR
MCLEAN VA 22102
SCI APPLIC INC
*JRB ASSOC INC
8400 WESTPARK DR
MCLEAN VA 22102
SCI APPLIC INC
*JRB ASSOC INC
8400 WESTPARK DR
MCLEAN VA 22102
SCI APPLIC INTERNAT CORP.
8400 WESTPARK DR.
MCLEAN VA 22102
TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
LARGE BUS CPAF MANZKE
ARCHITECT/ENG 65 STEVE NATHAN
REMEDIAL PLANNING ACTIVITIES IN REGION
LARGE BUS CPAF BACHMANN
ARCHITECT/ENG 65 HACKER
INCREMENTAL FUNDING
EFF-DATE
EXP-DATE
06/01/88
05/31/98
V - WESTON
04/24/90
03/09/99
SMALL BUS CPAF HOUSER 11/03/89
RESEARCH ft DEV 65 KAHN 09/30/92
SUPP.FOR IONIZING ft NONIONIZING RADIATION PREGRAMS
LARGE BUS CPFF OPPERMAN 09/15/89
TECHNICAL SRVC 65 GUY SIMES 09/30/92
TECHNICAL SUPPORT SERVICES FOR RREL QA/QC PROGRAM
LARGE BUS CPFF OPPERMAN
TECHNICAL SRVC 65 SIMS
RREL/QA/QC SUPPORT
LARGE BUS FP LOVERDE
DATA PROCESSING 65 MATHIS
SAS SOFTWARE
LARGE BUS CPAF BZDUSEK/SM
TECHNICAL SRVC 65 POLVI
HTR. ENFORCE. & PERMITS PROS.SUP/OWEP/WA
LARGE BUS CPAF HENNESSEY
TECHNICAL SRVC 65 FORSHT
REGULATORY DEVELOPMENT
LARGE BUS CPFF HOUSER
RESEARCH & DEY 65 DONALDSON
(D000309N1)
LARGE BUS CPAF DOUGLAS
MANAGEMENT CONS 65 KENT ANDERSON
HAZ. WASTE DISPOSAL REGS ft GUIDANCE
05/25/90
09/30/93
09/30/89
09/30/97
09/30/88
09/30/92
01/01/91
09/30/92
09/27/90
09/30/92
06/29/90
12/31/92
CONTRACT
RFP-NBR
6&W80089
W802999D1
68W90022
W982010F2
68D90170
D900367N1
68C90051
C90637RB1
68C00017
C90636RB1
68W90094
W 90 1454 A3
66C80066
C8W0422B1
68C10006
C000922T1
68D00122
D001787N1
68W00025
W901234E1
C-CLASS REPRESENTATIVE
PROD/SRVC FUNDING PROGRAM
SBAREA AREAS
C 72E
C214
X
C 02K
C129
X
C 33X
AH21
A
C 62C 32P
B504
X
C 62C
AZ11
X
S 54D
7030
X
C 230 23A 23G
F103 23D 23A
X
C 28C
AH31
X
C 53F 53B
AH21
X
C 31W 31T 31W
F999
X
CUM.OBLGS
MAX.EXP
MAX.POTVAL
13,688,985
05/31/98
222,184,330
3,894,034
03/09/99
46,153,898
19,164,044
09/30/92
20,554,775
389,060
09/30/92
1,241,300
443,000
09/30/93
1,221,524
775,756
09/30/97
14,890,454
28,567,595
09/30/93
81,279,015
1,587,945
09/30/94
8,107,238
1,076,978
09/30/93
5,645,296
7,501,658
06/30/94
19,753,433
                                                                                                                                                  (JU
CIS DATA BASE AS OF 04/08/92
                                                                                                                            EK/1

-------
04/08/92
                                                  ENVIRONMENTAL PROTECTION AGENCY
                                                   CONTRACTS INFORMATION SYSTEM
                                       VEND    SORT    ACTIVE CONTRACT LIST
                                                  C-PC  SPANS 65*65:
                                                                                                                         PASE
                                                                                                                                 28
CONTRACTOR NAME
CONTRACTOR ADDRESS

TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
EFF-DATE CONTRACT C-CLASS
EXP-DATE RFP-NBR PROD/SRVC
SBAREA
REPRESENTATIVE
FUNDING PROGRAM .
AREAS
CUM.OBLGS
MAX.EXP
MAX.POTVAL
SCI APPLIC INTERNAT CORP.
8400 WESTPARK DR.
MCLEAN VA 22102

SCI APPLIC INTERNAT CORP.
8400 WESTPARK DR.
MCLEAN VA 23102

SCI APPLIC INTERNAT CORP.
8400 WESTPARK DR.
MCLEAN VA 22102

SCI APPLIC INTERNAT CORP.
8400 WESTPARK DR.
MCLEAN VA 22102

SCI APPLIC INTERNAT CORP.
8400 WESTPARK DR.
MCLEAN VA 22102

SCI APPLIC INTERNAT CORP.
1710 GOODRIDGE DR.
P.O. BOX 1303
MCLEAN VA 22102

SCI APPLICATIONS
10260 CAMPUS POINT DRIVE
SAN DIEGO CA 92121

SCIENTEX CORP.
1655 NORTH MYER DRIVE
SUITE 400
ARLINGTON VA 22209

SIERRA TECHNICAL SERVICES
4208 ARCATA HAY,
SUITE A
N. US VEGAS NV 89030

SIGMA RESEARCH CORP
234 LITTLETON RD
SUITE 2E
WESTFORD MA 01886
LARGE BUS     CPAF  SAVAGE
TECHNICAL SRVC  65  STONE
TECH.ENG.4 SERV/HWERL/CI

LARGE BUS     CPAF  OPPERMAN
SERVICES        65  GANT
ON-SITE TECH.SUPPORT

LARGE BUS     CPAF  WISE
TECHNICAL SRVC  65  FRIETSOM
TECH.SUP.FOR SITE PROGRAM-SITE
           10/19/88  68C80061   C
           09/30/92  CaROOllBl  F101
                               X

           01/17/91  68C10005   C
           09/30/95  C00904RB1  AH31
                               X

           09/28/90  68C00048   C
           09/26/95  C01853RB1  R421
                               X
LARGE BUS     CPFF  KELLY                12/05/88  68W90011    C
TECHNICAL SRVC  65  GAIL HANSEN          09/30/92  WA87K894    F999
TO FUND CONTRACT AFTER AWARD RFP NO.MA87-K894                 X
LARGE BUS     CPAF  WISE
TECHNICAL SRVC  65  STONE
TECH.ENG.t SERV.(MAC8R0011B1)RREL/CI
           01/14/89  68C80062   C
           09/30/92  C9R0043B1  R421
                               X
LARGE BUS     CPFF  TANNER               10/01/91  68C10068   C
TECHNICAL SRVC  65  ANN HERN             09/30/92  C100083T1  R599
TECH SUPPORT FOR PRFL QUALITY ASSURANCE & SAFETY PROGRAM      X
LARGE BUS     CPAF  KELLY
TECHNICAL SRVC  65  NANCY, DECK
TECHNICAL ENFORCEMENT SUPPORT ZONE IV

SMALL BUS     CPFF  HENE
TECHNICAL SRVC  65  JOHN CUNNINGHAM
01 HAZARDOUS SUBSTANCE TECH. SUPPORT
           12/02/88  68W90008   C
           12/02/93  W800002E1   R421
                                X

           04/20/88  68W80080   S
           04/19/92  W802480C2   F108
                                D
SMALL BUS     CPFF  CONNOLLY
SERVICES        65  KANTOR
TECHNICAL SERVICES IN SUPPORT OF
           12/09/91
           09/30/92
   ENVIRN MONITORING
68C20101   C
C01215RB1  R498
           C
SMALL BUS     CPFF  PRESNELL,
TECHNICAL SRVC  65  ECKHOFF
2ND AWARD UNDER D801153N1
V.
           09/12/89  68D90067
           09/30/92  D901360N1
           C
           F101
                                                                                                       62C
                     63P
                      62C
                                                                         31C
                                                                         62C
                                                                         62C
                      81A   09K    08L
                      10G)
                      72D
                                                                         60J
                                                                         53D
 9,906,970
  09/30/92
47,144,379

 4,547,832
  09/30/95
37,200,541

12,920,014
  09/28/95
29,106,130

 4,059,613
  09/30/92
 6,217,101

12,718,228
  09/30/92
 9,417,272

   141,700
  09/30/96
 2,549,719
30,166,267
  12/02/93
29,314,270

   904,375
  04/19/92
 1,180,173
    19,343
  09/30/95
         0
   414,573
  09/30/92
   454,627
CIS DATA BASE AS OF 04/08/92
                                                                                                                            FK/1

-------
04/08/93
                                       VEND
    ENVIRONMENTAL PROTECTION AGENCY
      CONTRACTS INFORMATION SYSTEM
SORT     ACTIVE CONTRACT LIST      C-PC SPANS 65*65:
                                                                                                                         PAGE
CONTRACTOR NAME
CONTRACTOR ADDRESS
SKINNER & SHERMAN LABS INC
300 SECOND AVE BOX 521
WALTHAM MA 02254
SKINNER & SHERMAN LABS INC
300 SECOND AVE BOX 521
WALTHAM MA 02254
SMITHFIELD POLICE MEPT.
215 PLEASANTVIEW AVE.
ESMOND RI 02971
SOBOTKA AND CO INC
2501 M ST NW SUITE 550
WASHINGTON DC 20037
SONOTECH, INC.
575 TRAVIS STREET, NH
ATLANTA GA 30318
SOUTHEASTERN CAPITOL CORP
625B CLYDE AVE
MOUNTAINVIEW CA 94043
SOUTHEASTERN CAPITOL CORP
3820 159TH AVE NE
REDMOND WA 98052
SOUTHEASTERN CAPITOL CORP
3820 6801 PRESS DR
NEW ORLEANS LA 70126
SOUTHEASTERN CAPITOL CORP
3820 6601 PRESS DR
NEW ORLEANS LA 70126
SOUTHWEST LABORATORY OF
OKLAHOMA, INC.
10926 EAST 55TH PLACE
TULSA OK 74146
SOUTHWEST RSRCH INST
8500 CULEBRA RO
P 0 BOX 28510
TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
LARGE BUS FP BURNETT
SERVICES 65 HURD
CHEM. ANAL. SVCS., INORGANICS LARGE BID LOT
LARGE BUS FP BURNETT
SERVICES 65 HURD
CHEM. ANAL. SVCS. INORGANICS SM.BID LOT
STA/LOCL OTHR CR HUNT
SERVICES 65 HORAHAN
SITE SECURITY SERVICES AT DAVIS GSR
LARGE BUS CPFF MILLS
MANAGEMENT CONS 65 ZWERNEMAN.J
FINANCIAL TECH. PROCEDURAL ANALYSIS
SMALL BUS FP LLOYD
RESEARCH ft DEV 65 CAREY
SBIR-II
LARGE BUS FP BERND
SERVICES 65 BANKERT
D000463R1-ORGANICS ANALYSIS
LARGE BUS FP BURNETT
SERVICES 65 FRIBUSH
D000463R1 - ORGANICS ANALYSIS
LARGE BUS FP PRESNELL
SERVICES 65 HURD
D000463R1 - ORGANICS ANALYSIS
LARGE BUS FP BERND
SERVICES 65 HURD
CHEM ANAL SVCS FOR ORGANICS (D100455R1)
EFF-DATE
EXP-DATE
09/07/90
03/07/93
09/07/90
03/07/93
02/25/92
02/24/95
08/25/89
09/30/92
08/26/91
08/26/92
09/28/90
03/27/93
09/28/90
03/28/93
09/28/90
03/27/93
08/06/91
02/05/94
SMALL BUS FP BURNETT 03/23/92
BLANK/ILLEGAL 65 MIKE HURD 09/22/94
CHEMICAL ANALYTICAL SERVICES FOR INORGANICS
NON/PRFT RSCH FP BERND
SERVICES 65 HURD
CHEM ANAL SVCS FOR ORGANICS (D100455R1)
07/31/91
02/28/94
CONTRACT
RFP-NBR
66000108
000046 2R1
68D00109
D000461R1
68S11001
H280322F1
68W90077
W802979A2
68D10101
D102198M1
68D00157
D001921R1
68D00152
D001863R1
68D00160
D001862R1
68D10097
D101871R1
68D20040
D200754R1
68D10088
D101902R1
C-CLASS REPRESENTATIVE
PROD/SRVC FUNDING PROGRAM
SBAREA AREAS
AS 72F
F999
X
AS 72 F
F999
X
S 01P
S206
X
C 41M
R799
X
C 26T
AH11
C
AS 72F 727
F999
X
AS 72F
F999
X
AS 72F
F999
X
AS 72 F
F999
X
A 72F
8734
AS 72F
F999
X
CUM.OBLGS
MAX.EXP
MAX.POTVAL
761,049
03/07/93
1,679,040
780,870
03/07/93
1,679,040
65,340
65,340
5,003,525
08/24/92
9,601,050
149,942
08/26/92
149,942
436,798
03/27/93
4,367,980
717,036
03/28/93
1,805,760
598,297
03/27/93
4,419,360
202,488
02/05/94
202,488
89,496
09/22/94
894,960
2,168,100
02/28/94
10,406,880
                                                                                                                                                M
SAN ANTONIO TX 76284
CIS DATA BASE AS OF 04/08/92
                                                                                                                            EK/1

-------
04/08/93
                                                 ENVIRONMENTAL PROTECTION AGENCY
                                                   CONTRACTS INFORMATION SYSTEM
                                      VEND   SORT     ACTIVE CONTRACT LIST
                                                  C-PC  SPANS 65*65:
                                                                                                                         PAGE
                                                                                                                                 30
CONTRACTOR NAME
CONTRACTOR ADDRESS
TYPE
EFFORT
PROJECT
COST
PC
TITLE
NEGOTIATOR NAME
PROJECT OFFICER
EFF-DATE
EXP-DATE
CONTRACT
RFP-NBR
C-CLASS
PROD/SRVC
SBAREA
REPRESENTATIVE
FUNDING PROGRAM
AREAS
CUM.OBLGS
MAX.EXP
MAX.POTVAL
SRA TECHNOLOGIES,  INC
4700 KING ST.  SUITE 300
ALEXANDRIA VA  22302

SUFFOLK COUNTY WATER
AUTHORITY
SUNRISE HWY &  POND ROAD
OAKDALE NY 11769

SVERDRUP CORP
801 NORTH 11TH STREET
ST. LOUIS MO 63101

SYRACUSE UNIV  RSRCH CORP
MERRILL LN
UNIV HEIGHTS
SYRACUSE NY 13210

SYRACUSE UNIV  RSRCH CORP
MERRILL LN
UNIV HEIGHTS
SYRACUSE NY 13210

SYRACUSE UNIV RSRCH CORP
MERRILL LN
UNIV HEIGHTS
SYRACUSE NY 13210

TAMS CONSULTANTS INC
655 3RD AVE
NEW YORK NY 10017

TECHLAW, INC
14500 AVON PARKWAY
SUITE 300
CHANTILLY VA 22021

TECHNICAL RESOURCES INC
3202 TOWER OAKS BLVD
SUITE 200
ROCKVILLE MD 20852
SMALL BUS     CPAF  LLOYD                04/21/88
RESEARCH t DEV  65  EVERSON              09/30/92
SUPP.SERV.FOR ANAL.t BIOCHEM.EPIDEM.STUDIES
                                    68080017   LS
                                    DU87B235   AN11
                                               D
STA/LOCL OTHR FP    MURFHY
SERVICES        65  VOGELSANG,
SUFFOLK COUNTY HATER
LARGE BUS     CPAF  EAVES
ARCHITECT/ENG   65  KAREN FLOURNOY
ARCS MANAGEMENT PROGRAM MGMT. FUNDING

NON/PRFT RSCH CPFF  OPPERMAN
SERVICES        65  POIRIER
ENV.HLTH.ASSESS.DOC.
NON/PRFT RSCH CPFF  FARMER
TECHNICAL SRVC  65  HELM
TEST RULES SUPPORT SERVICES
NON/PRFT RSCH CPFF  HENNESSEY
TECHNICAL SRVC  65  MCKEAN
HEALTH ASSESSMENT DOCUMENTS
LARGE BUS     CPAF  WEAVER
ARCHITECT/ENG   65  ALVI
ARCS AWARD REGION II
SMALL BUS
SERVICES
NEIC-SUPPORT
CPAF
  65
OSBORNE
PAULA SMITH
SMALL BUS     CPAF  LITTLEFIELD
TECHNICAL SRVC  65  FRANK
TECH.SUP.SERVICES/CORV
                          08/01/90  68S02006   S
                          02/28/93  H082035F2  SI14
                                               X
                           03/24/89  68W90032   C
                           03/31/99  W901523D1  C214
                                               X

                           11/20/90  68C00043   C
                           09/30/92  C00929RB1  AH91
                                               X
                           09/30/88   68D80117   C
                           09/30/92   D800368L1  F106
                                               X
                           01/29/91   68C10004   C
                           09/30/92   C000933T1  AH31
                                               X
02/01/89  68S92001   C
02/01/99  W982004F2  C214
                     X

11/16/89  68W00001   C
09/30/92  W901275A3  R421
                     A
                           04/27/90  66C00021    C
                           03/31/94  C90478RB1   R421
                                                A
                                                                        61H
                                                                         2AK
                                                                         07H
                                                    643
                                                          69A
                                                          643
                                                           02K
                                                          50H
                                                           63M
                                                                       3,217,998
                                                                        09/30/92
                                                                       2,881,327

                                                                         370,070
                                                                        02/28/93
                                                                       4,500,000
                                                  7,148,457
                                                   03/31/99
                                                 67,305,250

                                                  2,363,485
                                                   09/30/93
                                                  4,597,807
                                                                       1,231,559
                                                                        09/30/92
                                                                       1,982,266
                                                                          71,873
                                                                        09/30/93
                                                                       4,228,626
19,109,454
  02/01/99
63,270,572

13,440,414
  09/30/94
34,325,000
                                                                       3,055,748
                                                                        03/31/94
                                                                      21,521,149
                                                                                                   A
CIS DATA BASE AS OF 04/08/92
                                                                                                                           EK/1

-------
04/08/92
                                                  ENVIRONMENTAL  PROTECTION AGENCY
                                                    CONTRACTS  INFORMATION SYSTEM
                                       VEND   SORT     ACTIVE  CONTRACT  LIST
C-PC SPANS 65*65:
                                                                                                                         PAGE
                                                                                                                                 31
CONTRACTOR NAME
CONTRACTOR ADDRESS
TECHNICAL RESOURCES INC
3Z02 TOWER OAKS BLVD
SUITE 200
ROCKVILLE MD 20852
TECHNICAL RESOURCES INC
3202 TOWER OAKS BLVD
SUITE 200
ROCKVILLE MD 20852
TECHNOLOGY & MGMT. SERV.
20201 CENTURY BLVD.
GERMANTOWN MD 20874
TECHNOLOGY APPLICATION INC.
6101 STEVENSON AVE
ALEXANDRIA VA 22304
TECHNOLOGY APPLICATION INC.
6101 STEVENSON AVE
ALEXANDRIA VA 22304
TECHNOLOGY APPLICATION INC.
6101 STEVENSON AVE
ALEXANDRIA VA 22304
TECHNOLOGY APPLICATION INC.
6101 STEVENSON AVE
ALEXANDRIA VA 22304
TECHSOFT SYSTEMS INC.
1375 KEMPER MEADOW DR
CINCINNATI OH 45240
TELEMARC INC.
12015 LEE JACKSON HWY
SUITE 500
FAIRFAX VA 22033
TEMPLE, BARKER & SLOANE INC
33 HAYDEN
LEXINGTON MA 02173
TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
SMALL BUS CPFF HEANT
TECHNICAL SRVC 65 HUNG
GEN. RES. 4 DEV.SUPP.FOR OFFICE OF ENV.
EFF-DATE
EXP-DATE
CONTRACT
RFP-NBR
04/18/91 68D10022
09/30/92 D000278L1
ENG.ft TECH. DEM.
SMALL BUS CPFF RICHARDS 09/30/90
SERVICES 65 KIRKLAND 04/30/95
MONIT.MOD.& ENV. PROCESSES & EFF. SUPPORT
SMALL BUS CPFF GRAY
MANAGEMENT CONS 65 JAMES T MCMASTER
MANAGEMENT SUPPORT FOT THE SUPERFUND
LARGE BUS CPAF OPPERMAN
TECHNICAL SRVC 65 ROBERT F. THOMAS
ON-SITE ANALYSIS SUPPORT/RREL/CI
SMALL BUS CPAF BZDUSEK/CB
SERVICES 65 RATHBURN
TECH. SUP. MARINE DISCHG.ACTIV/ODH/HA
12/18/91
12/17/92
PROGRAM
12/26/89
09/30/94
12/26/89
09/30/94
68D00092
D001784M1
68H20005
H200433D1
68C00001
C90901RB1
68C80001
CI87H430
LARGE BUS CPAF OPPERMAN 05/09/91 68C10024
SERVICES 65 ROGER NEESMITH 09/30/95 C10002RT1
ON-SITE TECHNICAL SUPPORT SERVICES FOR US EPA IN ATHENS, GA
LARGE BUS CPAF CONNOLLY
SERVICES 65 THOMAS
ON-SITE TECHNICAL SUPPORT EMSL
SMALL BUS FP HENNESSEY
TECHNICAL SRVC 65 REYNOLDS
ADMINISTRATIVE SUPPORT
04/01/91
09/30/92
04/17/91
09/30/93
SMALL BUS TM STERN 09/30/91
TECHNICAL SRVC 65 FRANCES HANAVAN 09/30/92
LOGISTICAL & DOCUMENT PREPARATION SUPPORT FOR OERR
68C10022
C001221T1
68C10023
C100653T1
68W10053
H100826D1
LARGE BUS CPFF CONNOLLY 09/29/90 68C00090
TECHNICAL SRVC 65 NIEHUS 09/30/93 C00908WB1
TECHNICAL SUPPORT SERVICES FOR EVALUATION * DEVELOPMENT
C-CLASS REPRESENTATIVE CUM.OBLGS
PROD/SRVC FUNDING PROGRAM . MAX.EXP
SBAREA AREAS MAX.POTVAL
C
F999
C
C
AH11
E
C
R799
C
C
B504
X
C
F103
A
C
AH91
X
C
R504
X
S
AH91
D
5
7389
D
C
, F103
X
62V 62F
265
72C
62C
87A
63K
60A
52E
72C
29A
1,793,443
09/30/93
2,707,505
385,009
04/30/95
1,777,085
948,514
12/17/95
8,729,585
1,793,927
09/30/94
11,925,123
3,575,798
09/30/94
5,775,342
1,636,429
09/30/95
16,833,253
2,211,116
03/31/96
16,007,547
108,048
09/30/93
555,248
50,000
09/30/94
1,560,848
822,315
09/30/93
2,062,425
CIS DATA BASE AS OF 04/08/92
                                                                                                                           EK/1

-------
04/08/92
           ENVIRONMENTAL PROTECTION AGENCY
             CONTRACTS INFORMATION SYSTEM
VEND   SORT     ACTIVE CONTRACT LIST
                                                                                C-PC SPANS 65*65;
                                                                                                                         PAGE
CONTRACTOR NAME
CONTRACTOR ADDRESS
TETRA TECH
630 N ROSEMEADE BLVD
PASADENA CA 91107
TETRA TECH CORP
10306 EATON PLACE SUITE 340
FAIRFAX VA 22030
TETRA TECH CORP
10306 EATON PLACE SUITE 340
FAIRFAX VA 22030
THE CADMUS GROUP INC
355 CONCORD AVE
BELMONT MA 02178
THE CADMUS GROUP INC
135 BEAVER STREET
WALTHAM MA 02154
THE CADMUS GROUP INC
135 BEAVER ST.
WALTHAM MA 02154
THORNE ENVIRONMENTAL INC.
4125 E. LAPALMA AV.
SUITE 300
ANAHEIM CA 92807
TICHENOR, RESLER * EICHE
SPROF. TOWERS, *310
4010 DUPORT CIRCLE
LOUISVILLE KY 40207
TILLMAN ASSOCIATES INC
RT 7 BOX 306
ADA OK 74820
TRC COMPANIES, INC
213 BURLINGTON RD
BEDFORD MA 01730
TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
LARGE BUS CPAF OZER
ARCHITECT/ENG 65 FRANCIS BURNS
ARCS AWARD REGION III - TETRA TECH
LARGE BUS CPAF ENINGER
TECHNICAL SRVC 65 BROSSMAN
HATER QUAL. MONITORING/OHRS/WA
LARGE BUS CPFF RICHARDS
RESEARCH ft DEV 65 SCHAUM
TECH.SUPP.i RES. & DEV. FOR EXP. & RISK ,
SMALL BUS CPAF ENINGER
TECHNICAL SRVC 65 COLEMAN
HTR.INFORC.t PERMITS. SUP/OWEP/HA
SMALL BUS CPFF LLOYD
RESEARCH & DEV 65 MESSER
TECH.SUPP.TO ATMOS.RES.t EXP. ASSESS. LAB
LARGE BUS CPFF TANNER
TECHNICAL SRVC 65 LONG
TECHNICAL SUPPORT FOR IMPLEMENTATION OF
LARGE BUS CPAF LOVE LADY
SERVICES 65 LONGSTON
FUNDING FOR THE ESTIMATED MGMT COSTS OF
SMALL BUS TM LUTZ
TECHNICAL SRVC 65 COIA
CPA AUDIT SERVICES
SMALL BUS CPFF CONNOLLY
SERVICES 65 PFEFFER
PEER REVIEW & ADMIN. SUPPORT FOR RSKERL
LARGE BUS CPAF KELLEY
ARCHITECT/ENG 65 KELLEY
REMEDIAL PLANNING ACTIVITIES
EFF-DATE CONTRACT
EXP-DATE RFP-NBR
06/23/88 68W80092
06/21/98 W803797D1
03/10/89 68C90013
02/28/93 C8W1240B1
09/30/90 68D00100
09/30/93 D900941M1
ASSESS.
03/01/89 68C90009
09/30/93 C8W0714B1
09/26/90 68D00095
09/30/92 D900955M1
04/13/90 68C00020
09/30/93 C90627WB1
THE UNDERGROUND
02/26/91 68W10012
02/28/96 W100905C3
THE ERCS ZONE 4B
05/26/89 68W90043
05/25/94 W902126A2
09/30/91 68C10046
09/30/92 C100676T1
, ADA
03/24/89 68W90033
03/23/99 W901510D1
C-CLASS REPRESENTATIVE
PROD/SRVC FUNDING PROGRAM
SBAREA AREAS
C 72E
C214
X
C 28B 286
R421
X
C 642
AH11
X
C 23D 23A
F103
C
C 60E
F999
C
C 40E
F202
X
C 72D
F108
X
C 35G
R704
A
C 63L
R498
A
C 01P
C214
X
CUM.OBLGS
MAX. EXP
MAX.POTVAL
13,666,517
06/21/98
65,342,544
12,857,238
02/28/93
11,524,438
302,500
09/30/93
302,500
11,160,055
09/30/93
30,428,403
1,353,173
09/30/93
3,297,568
3,557,132
09/30/93
13,848,240
1,106,105
02/28/96
59,681,813
319,098
05/25/94
14,607,000
121,386
09/30/93
344,043
6,641,116
03/23/99
63,111,026
CIS DATA BASE AS OF 04/08/92
                                                                                                                            FK/1

-------
04/08/92
                                                  ENVIRONMENTAL PROTECTION AGENCY
                                                    CONTRACTS INFORMATION SYSTEM
                                       VEND   SORT     ACTIVE CONTRACT LIST
C-PC SPANS 65*65:
                                                                                                                          PAGE
                                                                                                                                  33
CONTRACTOR NAME
CONTRACTOR ADDRESS
TRC COMPANIES, INC
META TRACE, INC
13715 RIDER TRAIL NORTH
EARTH CITY MO 63045
URS COMPANY
155 BOVET RD
SAN MATED CA 94402
URS CONSULTANTS INC
5251 DTC PKWY, SUITE800
ENGLEWOOD CO 80111
VERSAR INC
*GEN TECHNOLOGIES DIV
6850 VERSAR CENTER
SPRINGFIELD VA 22151
VERSAR INC
*GEN TECHNOLOGIES DIV
6850 VERSAR CENTER
SPRINGFIELD VA 22151
VERSAR INC.
6850 VERSAR CENTER
SPRINGFIELD VA 22151
VERSAR INC.
6850 VERSAR CENTER
SPRINGFIELD VA 22151
VIAR & CO
112 SO PITT ST
ALEXANDRIA VA 22314
VIAR S CO
112 SO PITT ST
ALEXANDRIA VA 22314
VIAR i CO
112 SO PITT ST
ALEXANDRIA VA 22314
TYPE COST NEGOTIATOR NAME
EFFORT PC PROJECT OFFICER
PROJECT TITLE
LARGE BUS FP SIMMONS, J.L.
TECHNICAL SRVC 65 ANGELO CARASEA
CHEM. ANALY. STUDIES - DIOXIN
LARGE BUS CPAF CARTER
ARCHITECT/ENG 65 MARK SAMOLIS
URS CONSULTANTS
LARGE BUS CPAF CARTER-SPEARS
ARCHITECT/ENG 65 HANLEY
ARCS IN ZONE OF REGIONS VI, VII, VIII
EFF-DATE
EXP-DATE
08/13/87
08/13/92
06/09/89
06/30/99
05/26/89
06/30/99
LARGE BUS CPFF WEANT 09/27/89
TECHNICAL SRVC 65 KAHN 09/30/92
SUPPORT FOR REGULATORY DOCUMENT PRODUCTION
LARGE BUS CPAF RICHARDS 09/30/90
RESEARCH & DEV 65 SCHAUfl 09/30/95
TECH.SUPP.ft RES.& DEV FOR EXP & RISK ASSESS
SMALL BUS CPAF FARMER
TECHNICAL SRVC 65 BRYANT
EXP. ASSESSMENTS FOR TOXIC SUBSTANCES
09/30/89
09/30/92
LARGE BUS CPFF DOHELL 06/30/89
TECHNICAL SRVC 65 ANGELA HILKES 06/30/92
HAZARDOUS HASTE TREATMENT TECHNOLOGIES-INORGANICS
CONTRACT
RFP-NBR
68017441
HA87J060
68W90054
W902475D2
68W90053
N902339D2
68D90095
D900184N1
68D00101
D001961M1
68D90166
D900526L1
68W90068
W800375E1
SMALL BUS TM LOVERDE 04/22/88 68W80083
DATA PROCESSING 65 TED HARRIS 09/30/92 HA87D075
ANALYSIS, FEASIBILITY STUDIES SYST DESIGNS & SYS EVAL
LARGE BUS CPAF SIMMONS, J.L.
SERVICES 65 WILTSHIRE, PAT
OPER.OF CONTRACT LAB -SMO OFFICE
09/19/89
09/18/94
SMALL BUS CPFF RICHARDS 09/30/90
SERVICES 65 HAEBERER S f~$iX) 09/30/93
TECH.SUPP.TO THE DIV. OF DATA QUAL. OBJECTIVES
68D90135
D900003R1
68D00083
D901733M1
C-CLASS REPRESENTATIVE
PROD/SRVC FUNDING PROGRAM
SBAREA AREAS
AA 72F
F999
X
C 09K
C214
X
C 08L
C214
X
C 33X
T013
X
C 72F 642
AH11
X
C 69E
F106
A
C 31H
R510
X
C 54D
R306
C
C 72F
F999
X
C 60U 72F
R415
A
CUM.OBLGS
MAX. EXP
MAX.POTVAL
9,405,864
08/13/92
9,405,864
11,685,177
06/30/99
288,760,199
15,742,707
06/30/99
157,811,577
272,950
09/30/92
370,115
1,137,361
09/30/95
1,242,161
7,115,176
09/30/92
9,887,035
5,059,735
06/30/92
14,484,766
22,495,359
03/30/93
33,075,185
65,976,387
09/18/94
143,801,171
294,100
09/30/93
1,110,716
                                                                                                                                             fi (*•
CIS DATA BASE AS OF 04/08/92
                                                                                                                            EK/1

-------
II
    04/08/92
                                                      ENVIRONMENTAL PROTECTION AGENCY
                                                        CONTRACTS INFORMATION SYSTEM
                                           VEND   SORT     ACTIVE CONTRACT LIST
C-PC SPANS 65*65:
                                                                                                                             PAGE
                                                                                                                                     34
CONTRACTOR NAME
CONTRACTOR ADDRESS
VIAR & CO
112 SO PITT ST
ALEXANDRIA VA 22314
WASHINGTON DC 20041
VIAR & CO
112 SO PITT ST
ALEXANDRIA VA 22314
VIGYAN RESEARCH ASSOCIATES
30 RESEARCH DR.
HAMPTON VA 23666
VIGYAN RESEARCH ASSOCIATES
30 RESEARCH DR.
HAMPTON VA 23666
W. W. ENGINEERING
611 CASCADE WEST PKWY SE
GRAND RAPIDS MI 49506
WADE MILLER ASSOCIATES, INC.
1911 N. FT. MYER DR. »702
ARLINGTON VA 22209
WADSWORTH TESTING LABS
1600-4TH ST. , S.E.
CANTON OH 44701
WAN TECHNOLOGY
3342 INTERNATIONAL PARK DR
ATLANTA GA 30316
WARZYN ENGINEERING INC.
ONE SCIENCE COUNT
P.O. BOX 5385
MADISON WI 53705
WASTE MANAGEMENT INC
*CHEMICAL WASTE MANAGEMENT
900 JORIE BLVD
TYPE COST NEGOTIATOR NAME EFF-DATE
EFFORT PC PROJECT OFFICER EXP-DATE
PROJECT TITLE
SMALL BUS CPFF HENNESSEY
TECHNICAL SRVC 65 LANDMAN
SCIENTIFIC t TECH. SUP. /OHRS/HA

LARGE BUS CPFF LAU
TECHNICAL SRVC 65 NANCY LIVINGSTONE
ADVISORY AND ANALYTICAL ASSISTANCE
SMALL BUS CPFF WEANT
TECHNICAL SRVC 65 DONALDSON
TECH. SUPP. FOR AIR. POLL. CONTROL PROGRAMS
SMALL BUS FP TRAIL
DATA PROCESSING 65 JOE LENTINI
GIS SUPPORT SERVICES
LARGE BUS CPAF CONNER
ARCHITECT/ENG 65 SUSAN HESTON
ORIGINAL FUNDING
SMALL BUS CPFF HENNESSEY
TECHNICAL SRVC 65 FOLSON
ECONOMIC/POLICY ANALYSIS
SMALL BUS FP BERND
SERVICES 65 MCCALLISTER
04/06/89
09/30/93


06/25/91
06/05/93

09/12/90
09/30/92

06/02/89
09/30/93

03/31/88
03/30/98

10/01/90
09/30/93

07/15/91
01/14/94
CONTRACT
RFP-NBR
68C90019
C9W0006B1


68M10020
W001503D1

68D00018
D000812N1

68W90065
W900332A3

68H80079
W802440D1

68C00069
C00903WB1

680 10085
D101862R1
CHEM ANAL SERVICES FOR ORGANICS(D100455R1)
LARGE BUS FP BURNETT
SERVICES 65 FRIBUSH
01/20/89
07/19/92
68D90034
D900536R1
CHEMICAL ANAL. SERVICES FOR ORGANICS (W802036D1)
LARGE BUS CPFF BAMFORD
ARCHITECT/ENG 65 GUERRIERO
FIRST FUNDING FOR REMEDIAL PLANNING

LARGE BUS FP TRUDEAU
SERVICES 65 L. STAFFORD
T&D - REGION VII
07/08/87
03/31/98


09/30/90
09/29/94

68017401
HA87K245


68S07005
W090152F7

C-CLASS REPRESENTATIVE CUM.OBLGS
PROD/SRVC FUNDING PROGRAM MAX.EXP
SBAREA AREAS MAX.POTVAL
C
R421
A

C
R799
X
S
L099
D
S
D399
D
C
C214
X
C
R421
A
AS
F999
X
AS
F999
X
C
R219
X

A
F108
X
28C



72C


53D


55M


72E


40C


72F


72F


05F



7AM


23A 286 3,333,260
09/30/93
20,916,282

1,896,354
06/06/95
7,076,318
53C 75E , 212,614
09/30/93
-fi^ 1,228,553
2,402,081
09/30/93
4,932,887
5,246,589
03/30/98
58,347,645
1,199,000
09/30/93
7,601,032
436,427
01/14/94
1,911,360
1,769,680
07/19/92
2,112,000
1,144,000
03/31/98
2,664,570

480,000
09/30/94
1,200,000
     OAK BROOK IL 60521
     CIS DATA BASE AS OF 04/08/92
                                                                                                                                EK/1

-------
II
    01/08/92
                                                      ENVIRONMENTAL PROTECTION  AGENCY
                                                        CONTRACTS INFORMATION SYSTEM
                                           VEND   SORT     ACTIVE CONTRACT  LIST
                                                                                           PAGE
                                                                                                   35
                                                                                    C-PC SPANS 65*65:
CONTRACTOR
CONTRACTOR
NAME
ADDRESS
TYPE
EFFORT
PROJECT TITLE
COST
PC
NEGOTIATOR NAME
PROJECT OFFICER
EFF-DATE
EXP-DATE
CONTRACT
RFP-NBR
C-CLASS
PROD/SRVC
SB ARE A
REPRESENTATIVE
FUNDING PROGRAM.
AREAS
CUM.OBLGS
MAX.EXP
MAX.POTVAL
    WESTAT INC
    1650 RESEARCH BLVD
    ROCKVILLE MD 20850

    WESTAT INCORPORATED
    11600 NEBEL ST
    ROCKVILLE MD 20852

    WESTINGHOUSE HAZTECH  INC
    5260 PANOLA INDUSTRIAL BLVD
    DECATUR GA 30035

    WOODWARD CLYDE CONSULT INC
    500  12TH ST SUITE  100
    OAKLAND CA 94607
LARGE BUS     CPFF  HEARE
MANAGEMENT CONS 65  JOHN HARREN
STATISTICAL POLICY BRANCH SUPPORT

LARGE BUS     CPFF  HOUSER
TECHNICAL SRVC  65  STERRETT
GEN.STAT.SUPP.FOR ASSESS.OF TOXIC SUBS.

LARGE BUS     CPFF  WALKER
SERVICES        65  BOTTS
EMERGENCY RESPONSE CLEANUP SERVICES

LARGE BUS     CPFF  ENINGER
TECHNICAL SRVC  65  LAPENSEE
TECH.SUP.NONPOINT CLN.LAKES/ODH/WA
06/11/91  68W10019   C          31R
09/30/92  H902966A2  R499
                     X

09/30/89  68D90174   C          69E
09/30/92  D901068L1  F106
                     X

08/17/91  68314004   C          04D   4AD
08/16/92  H186117F4  F108
                     X

08/09/88  68C80034   C          28E   23A
09/30/92  CI871128   F104
                     X
 1>323,130
  06/10/94
11,138,660

 1,516,900
  09/30/92
 2,216,871

   920,000
  08/16/96
24,186,729

 1,957,560
  12/31/91
 5,556,199
  CIS DATA BASE AS OF 04/08/92
                                                                                                                              EK/1

-------
TOTAL NUMBER OF CONTRACTS:
                               348
TOTAL CUMULATIVE AMOUNT:   2,611,007,338

-------
 ro rn ro rn ro ro

 giaioi
                         m rn

                         oa
      ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro m ro m
      	zzzzzzzzzzzzzzzzzzzz
                                     	ooooooaooo
                                aiiaiiooaa

                                                                 gzzzzzzzzz
                                                                 uaouooooo
                                                                                                            immmrnrnnimrnrnrn

                                                                                                            iaaaaoaoiao
ooo ooooooooogaooooooooi
COOJ 00 CO 00 CO 00 CO CO 00 CO CO CO 07 CO CO 00 CO CO 00 00 00 I
                                                      l_l-t_<_<_l_(_l_l_t_t_<_(_l_<_t_l_<_C_(_C_l_<_l_<_<_l_C_l_<_
                                                      oooooooooooooooooooooooooooooc
                                                     i 09 CD 09 CO 00 09 CO CO CO CO 09 09 CO 09 00 09 CO CO CO CO CO CO CO 09 CO 09 CO CD CD L
                                                                                                                                          "3 O
                                                                                                                                          v co
OO OOOOOOOOOOOl
                                     oooooooooooooooooooooooooooooooooooooooooooo
mm ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro m ro ro ro ro ro ni ro ro ro ro ro m ro ro ro ro ro ro rti ro ro ro ro rn rn ro ro ro rn ro ro ro ro ro ro ro ro ro ro ro
      TO TO TO TO TO TO TO TO TO TO TO TO TO TO TO TO TO TO
romrn rn ro m m m ro ro m ro ro ro ro ro ro ro ro m ro ro ro

                    O O O O O O O O O O O O *"""
     I TJ •
     I O i
TOTOTO TO TO :
H-lH H H
                                                     i ro ro ro ro rn m rn ro ro ro ro ro rn ro ro ro ro ro ro i

                                                           O O O O O O O O O O O O O O O O O i
                                                           ^sOxQnTOXI'OsOTO'GfOXJ^O/O'QPDXl!
                                                                                     1 rn ro ro ro ro ro ro ro ro ro ro m
                                                                                iTjTjnp-pTjtjnntJTJ'O'^'P"^"*'

                                                                                             tOZQZQtQtQ'Q'QfQ'Q
                                                                                     l-HH-IH-HHHHH-(-iH
                                                                                                             O O O
                                                                                                             TQTOTQ
no oooooooooooooooooooooooooooooonooooooooooooooooooooooooooo
ooo ooooooooooooooooooooooooooooooooooooooooooooooooooooooooo
™")~H "H "H *H "H ~*4 *H "H "H *H ~H "H "H '"i "H "H ^ ^ ~H "H *H *H •H ~H ™H ~4 ™H *H "*4 "H *H ~H ~H ™"4 "^4 *H ~H ~*4 "H "H "H *H m^ "H ^H ^ ^ ^ ^ ^ ^ "H "H "H *H "H ~^ *H •H


COCO CO CO CO CO 00 fJJ OJ CO 03 00 00 CO 00 00 t7 53 0) OJ CD 03 CO CO CO ^0 00 00 0 CO Co d 0 CO CD CO CO 00 00 (7 C3 CO CJ CO @ CO CO CO CO CO CO CO 09 CO 00 CO CO 00 CO @
 WWW WWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWW
 WWW

 WWW
              WWW

              WWW
              WWW

              WWW
w w w w

w w w w
                                     w w
                                     w w
                                               w w
                                               w w
                               wwwwwwwww

                                             WWW
                 wwwwwwwwwwwwwwwwwwwwwwwwww

                 W W W I
       w w w
                                                           W W
                                                           •vl >1
                                                                W W W W I
                                                                •J VJ
                                                                                I W W W
                                                                                  I -J •>)
                                                                                               WWW
                                                                                                      w w w w
                                                                                                               wwwwwwwwwwwww
WWW
Coco Co

333
ooo
coco oo
WWW
09 CO CO
              W W W
              Co 09 09
                     W W W
                     09 09 09
w w w w
09 09 CO 09
                               W W
                               00 Go
                              I w W
                              I 09 09
w w w w
CD CD CD CD
WWW
09 09 09
WWW
CO CO CO
WWW
09 09 O9
WWW
09 CD 09
w w w w
09 09 O9 09
       3333333333333333333333333333333
OOO
Qo CD CD
              O O O
                     O O O
                     Co 0> Co
o o o o
Oo CD Oo CD
                                      o o
                                      09 09
                                                      O O
                                                   133
                                                    o o
                                                    09 CO
           TJ TJ TJ TJ TJ TJ TJ
       ro ro ro
              ro ro ro
                     ~t) -O
                     ro ro
                            333!

                           ' ro ro ro ro
                                      TJ TJ
                                      TO TO
                                       I TJ
                                       I TO
                                    O O O O
                                    Co Co Oo Oo

                                           >
                                           TJ
                                           TO
                                   I3333
          ooo
          CO CO Co
          J> > >
          333
       333333333333
       OOO
       Oo Oo Oo


       333
       ooo
       CD 00 00
       OOO
       O9 O> 09
       0000
       09 CO 09 CO
                                                                                             13333333!
w w w w w w w w w w w w w





ooooooooooooo
09O9C009O0909090909C00909

•&.!>•>>>>>>>>>>>

    'TO TO TO TO TO TO TO •^<-^J TO TO
                                              I *Q *O
                                              < ro ro
                                                           rorororororororororoporo
                                                            «O *6 *O
                                                            ro ro ro
                                                                                              •o -o -o
                                                                                              ro ro ro
                                                                                                      rorororororororororororoi
                                                          • r- p-
                                                          i ->j ^l
                                                                r- r- r- r- r- i
                                                                                                                              r- r- i- r- t- r- r-
                                      in en
                                      xi a
                                            lUIUIUIUIUIUIUIUIUIUIUIUIUItflUI
                                            \TOTOTOTOTOTOTaTOTOTOTOTOTOTOTO
                                                                                 UlUIUIUlUIUIUIUlUIUIUIUIUI
                                                                                                         UIUIUIUIUIUIUIUIUIUIUIUIUI
                                                                                                         TO TO yO TO TO TO TO TO TO TO TO TO TO
 333 333333333333333333333333333333333333333333333333333333333
 -HH-H -(HH-HHMHHHHHH-(-UI&(AU)UtUIUIUIUIUtVtUlUIU>UIUIU>U>UIUIUIU)IAUIUIU>V>U>U>t/IV>UIUIUIUItnuiUIUIUIUIUIUIUIVIUIUIUIU>UIU>
 ooo ooooooonooooooooooooooooooooooooooooooooooooooooooooooooo
 zzz zzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzz

 ooo onooooooooooooooooooooooooooooooooooooooooooooooooooooooo
 0)0) 03 tt 03 09 (S Q> CD 03 0s Oo 05 CD 00 OS 09 Co & Oo 00 Os Co 03 O> OJ 00 CD Oo 00 Q3 00 00 QO tt 00 CD 00 00 Co tt 00 OP Co 00 Oo 05 tt & O Oo Os tt 00 Oo Go Co Oo Os CD
 OO OOOOOOOOOOOOOOOOOOOOOOOOOOOOOC3OOOOOOOOOOOOOOOOOOOOOOOOOOOO
 ooo ooooooooooooooooooooooooooooooooooooooooooooooooooooooooo

-------