540R92607
               UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                          WASHINGTON, D.C.  20460
                                                           OFFICE OF
                                                         ADMINISTRATION
                                                         AND RESOURCES
MEMORANDUM                                                MANAGEMENT
FROM:      &*« Stutz, Head
          Super fund/RCRA Headquarters Contract Operations
          Branch, Placement Section

TO:       Attached Addressees

SUBJECT:  Review and Comment on Project Officer Planning Guide
          for New Contract Acquisitions

     The attached Planning Guide  is our attempt at  providing
information, not only to the project offices, but to  anyone
requiring information on the contract pre-avard process.   We have
tried to keep the booklet as simple and easy to comprehend as
possible and have included many samples and examples.

     Please help us create the best possible product  by  reviewing
and commenting on this booklet.   If you have better examples or
samples send them with your comments.  If you have  some  good
ideas on how to improve the guide please let us know.  The point
is that we cannot improve the product or correct mistakes  without
your help.  So please take a few  minutes to look through the
guide and give us your thoughts.

     Send your critiques to Tom caffrey  (PM-214F),  or call on
(202)260-9258.  Your comments are requested by April  10, 1992.
Thanks for your help.
                                                           Printed on Recycled Paper

-------
                              - 2 -
List of Addressees for PO Planning Guide:

Cheryl Barton, OS-305
Phil Osbourne, PM-214F
Louise Senzel, PM-214F
Mark Thomas, PM-214F
Doug Ruby, OS-305
Kent Anderson, OS-323W
Carlos Lago, os>341
Kathy seikel, PM-219
MaryJo Blumenfeld, PM-214F
Nancy Deck, OS-Blow
Dale Roberson, PM-214F
Marian Cooper, PM-214F
Jordan Strauss, PM-214F
Tom O'Connell, PM-214F
Bruce Bakaysa, PM-214F
Hilary Kelly, Region 1
Ted Riverso, Region 2
Frank Snock, Region 3
Jane Singley, Region 4
Pat Bamford, Region 5
Bruce Shirley, Region 6
Alma Eaves, Region 7
Martha Kicodemus, Region 8
Tom Warner, Region 9
Jonell Allamano, Region 10
Billie Perry, O8-520
Scott Fredericks, OS-220W
Linda Kutcher, os-520
Betty Vac Epps, 08-240
Karen Ellenburger, 08-42OW
Joan Barnes, OS-240

-------
PRQJ
               540R92607
PLANNING
   GUI
FOR NE(i)
   CONTRACT
     mSITIONS
Superfund/RCRA
Headquarters Contract Operations Branch
Placement Section     r T r; ~
       r-; * ny
cc:
O-

-------
     CONTENTS
     v^,1*^! J. J. 1	/I I ± \^s
i. The Pre-Acquisition Process
2. Acquisition Request Package
3. The Statement of Work
4
  Technical Evaluation Criteria
5
  Technical Evaluation Process
6. The acquisition Process Outline

-------

-------
                          PRE-ACQUISITION PROCESS
     We, in PCMD, have discovered that on* of the major stumbling
blocks to the procurement process  has b«en the differences between
the Program's and PCKD's perceived acquisition start dates.  In the
past, the Program would put together an acquisition package,  send
it through their  review  cycle  and then  to  PCKD.   PCMD reviews it
and would send it back as not acceptable for one reason or another.
Tempers  flare and the beginning  of a beautiful  relationship is
formed.  We now hate each other.

      This pre-acquisition process is designed to eliminate these
problems forever.  We will contact the Program Office three months
in advance of the one  year expiration date to sit down with the
PO's and go  over  all  of the  requirements  necessary for  a  good
acquisition request package.  This includes review of the statement
of  Work   (SOW)   and evaluation   criteria   and   help  with   any
documentation  needed to  initiate  a  smooth procurement.   If the
problems are ironed out before  the review cycle begins we all start
on the same schedule. It further  allows PCMD to begin to assemble
file information well in advance of the formal procurement package.

     Perhaps  the  most important  aspects  of  the  pre-acquisition
process can be simply broken into three distinct categories:

                         - NOTIFICATION

                         - ASSISTANCE

                         - COMMUNICATIONS

NOTIFICATION

     PCMD monitors the progression of all current  contracts and is
aware of the recompete dates for incumbent contracts.  A simplified
tracking  system has been  developed to  identify time  lines for
potential  contract recompetes.  (see  Attachment)   It  is  PCMD'a
intention to  inform the various project offices fifteen months in
advance  of th* contract  expiration date to allow ample time for
contract award.   This allows  a three  month pre-acquisition cycle
and a on* year buffer for contract award.

     For expected new contract actions it is necessary to allow at
least fifteen months advanced notice from an anticipated due  date
for placing of the acquisition.   Th* pre-acquisition  process is
decidedly  mor*  important  in  new  requirements   (as  opposed  to
incumbent procurements)  because everything is accomplished  from
scratch.   PCMD should  b* notified  as  soon as the  perceived
contractual need is recognised.

-------
ASSISTANCE

     Things  Chang*.   The  Statement of  Work  (sow),  evaluation
criteria, and  other documentary naada change over  the  life of a
contract.  PCMD is available to assist in any way possible to help
provide  an  adequate acquisition request package  (AH).   We would
like to  work with  you before  the AR package begins  its journey
through  the review cycle.  This allo  * few, if any, changes by the
time the package arrives at PCMD.  :   allows PCKD and the program
office to be on  the same milestone timeframe  at the beginning of
the pre-solieitation process.

     PCMD would  like to  promote  a teamwork atmosphere  with the
Program  from the very beginning of  the  procurement process.
Therefore, by alleviating the potential problems at the inception
of the requirement we create an atmosphere of mutual trust.


COMMUNICATIONS

     The  key  to  any  successful  endeavor  is  free  and  open
communications.    PCMD  will  strive  to keep  program  officials
apprised of developments  throughout  the procurement process.  We
will accomplish  this  through telephone calls on  a  weekly basis,
meetings when necessary,  and maybe an occasional lunch date.  The
point is, we MUST keep the  lines  of  communication open to obtain
the  support  necessary  to  accomplish  a  quick  and  efficient
acquisition.

-------
HOIILOAD PLAI
Office of (lasts Prcgrais Inforceient



Cottmt I   Contractor       Contract Title
Vibe
Reject Officer  C.O.
Jipires   Plissi;!  PR  ?*c?ipt
68-WO-OOC6
68-M1-OOC7
Office of
Contract 1
58-H9-OC11
68-»9-OC28
SHS-5C3C
68-K9-OC4C
M-W-OGU
88-S5-OC58
fiS-jjQ-!1'1*:?
56-BS-OG72
68-U9-M81
6!-HS""?5
5MS-M91
5J-a:-CGCS
58-110-0025
RR-i(.'-rifi"
R?.iir..i(i"a
68-1C-X32
68-WC-003S
M-HC-9C42
Office of
Contract 1
68-K8-0082
65-10-0015
68-10-0024
68-UO-0030
Booz Allen
DPEi
Solid Haste
Contrsctcr
» 1 Tfl
Lahat-Asderson
1C?
A.!, [earcey
PEC
?ersar
Radiat
Radiai
1C?
Ubat-Anderson
SA:C
1C?
SAIC
S''C
SyiJFW:.-.

Booz-Allea
1C!
Underground Storage
extractor
ICF
8IE
1C?
lancy Los
f-.:.». hforceieat Support - flQ
Tech Eaforceient Support - H9

C:s'.ra:t Title
SCM SiC 1 A Division
!:forutioa Kaigt. for RCRJ
RCSA-'CSSCLA P.ee. I iiple. Support
Ha? ¥aa*P i^"yj ^rf^ I-*! vi^tw1-"*
USi . P3£.CM.L.~u V. Ik, flb \ , Ju^-yv, b
Kaz. Saste/HSliA Corr. Act. Prov./OSK
Treaties! 4 Tech. for Haz, Haste
Refs. tc nisi. Risks to Public
Irea'je:*. 4 Tech. fcr HJZ. Haate
Regs. Ha:. Haste
Preparation Supp. for OS'» Sec.
Ba:ard:as N'aste Variance Support
Eup;. fcr Saigt. RCEA Eeglted. Waste
Analytical Support for OSK
Rsstri^tioss Rule I Listi'-gs Support
iiai. I Solid iiaste UDdelisg Support
Health 4 Scologicil Assess. Sstp.
ECM/C1SCU Hotline
P.CRA Ha^ardou! Waste Prograi Supp.
Tath
Contract Title
DOS! Icoictics Contract
Prevent 1 Detect Reles. Dngrd. Tanks
Tech. Prog, t Inititutiotal Assist.
OUST Birketiif Contract
112.
J44.

Talse

t!.
13.
$27,
$25.
$14,
»7
$16,
$14.
$1.
$9,
tie.
$19,
$13,
$3,
$8,
$17,
$11,

Vahe
$5,
$5,
$9,
$3,
S3!
24"


217
532
586
096
597
483
IV
906
111
4'3
331
599
'53
33 1
513
103
339
535


698
715
753
973
,052
,917


,101
,075
,845
.425
,470
,031
v*.
,110
,668
,832
.148
,873
,433
,345
,303
.327
,614
.225


,769
,106
,282
,416
225, GOO
800,000

Hours
110,110
27.303
73,350
420,000
420,000
222,000
'35,000
222.000
270,000
49,500
180,000
300,003
360,000
241,000
63,000
150,000
517,600
254.400

Hours
90,000
105,000
153,000
60,000
Billie Perry
Harlene Leiro

Project Officer
Gail Haneen
lent Anderson
Carlos Lagos
Gail Haisefi
Allen Pearce
Angela Hilkes
Angela Nilkes
Angela Kiikes
David Levy
Lynn Hansen
V'endel Siser
Doug Ruby
lent Anderson
loria Hughes
Icna ikghes
loru Hughes
The a BcKaauB
Hendel Hiser

Project Officer
Stepha. Bergian
?iEay bur
Deb. Rutherford
Deb. Rutherford
David Leotta
David Leotta

C.O.
Carlton Chase
Eath. Houaeian
lath. Houseian
Carlton Chase
Carlton Chase
David Natson
David Natscj
David iataon
David Hitsoa
Carlton Chase
Carlton Chase
Carlton Chase
[ath. Houseian
[ath. Kouseiai
David latson
Carlton Chase
lath. Houseian
Carlton Chase

C.O.
Eath. Bouseian
[ath. Hcasetan
David Katson
David Watson
P/5/35
2/21/96

Ijr.ifes
9/30/92
4/30/93
4/30/32
3/31/33
3/31/93
6/30/92
7/5/92
7/19/92
6/31/92
9/30/94
9/30 '93
12/31/92
6/30/93
6/30/94
S/3C/33
7/25/33
9/3C/95
9/3C'94

Iipires
9/30/92
2/28/33
5/24/93
6/30/93
3/5 '34
11/21/34

Pl»v«
6/30/91
1/30/92
1/3C/S2
12/31/31
12/31/91
3/30/91
4/5/91
4/19/91
5/31/31
6/30/93
6/30/92
9/31/51
3/30/92
3/30/S3
6/3C'32
4/26/92
6/30/94
6/3C/93

Planning
6/30/51
11/28/31
2/24 '32
3/30/92
6/5/34
2/21/35

PS Receipt
3/30/91
4/30/92
4/30/31
3/31/92
3/31/92
6/30/91
7/5/91
7/13/91
8/31/91
9/30/S3
9/3C/9!
12/31/31
6/30/S:
6/30 'S3
3/30^32
7/25/52
9/30/94
3/30:93

?> Receipt
9/30/91
2/28/92
5 '24 '92
6/30/92

-------
CQUJ3J7JOJ J
N^r ^^-* >«X J ^ J J J^«^J J

-------
                   PROCUREMENT REQUEST PACKAGE


II.  Development of the Procurement Request Package

The next phase  in  the presolicitation process is the preparation
and submission  of  the procurement request package.   The Program
Official is  responsible for providing a  complete  and acceptable
package to the Procurement Official.   Chapter  two of the Contracts
Management  Manual  and chapter  four  of  the Project  Officer's
Handbook  provide  further  guidance  on  the  preparation of  the
procurement request package.

To make  it easier to  understand  the type of documents  that are
needed, think of the contents of the procurement request package as
separated into two  categories, standard and optional documentation.
Standard documentation is usually prepared for  all procurements
without  exception, although,  there are  exceptions  with  dollar
thresholds that determine  the  need  for  the  respective  document
(Standard documents are highlighted below).  On the other hand, the
preparation  of  optional documentation  is dependant more  on the
specific requirements of the procurement, for example if we furnish
equipment,  or need an advisory and  assistance  contract, etc..  The
procurement request package contains the following:

 1. 32-point Procurement Request Rationale Checklist
 2. Planning Purchase Request  (EPA 1900-8)
 3. Procurement Abstract
 4. Statement or Scope of Work
 5. Quality Assurance Review Form
 6. Recommended Sources List
 7. Independent Government Estimate
 8. Labor definition Requirement
 9. Technical Evaluation Panel (TEP)  Selection
10. Technical Evaluation Criteria
11. Government Furnished Property Description
12. Justification of Other than Full and Open Competition (JOFOC)
    (Non-Competitive Procurement)
13. Determination & Findings (D&F)  to provide full and open
    competition after exclusion of sources (see FAR 6.2)
14. Advisory and Assistance Services Certificate
15. Justification of Need (Data Requirements,  e.g.  Government
    furnished property, reporting requirements)
16. Selection of Review Board  (Award Fee)
17. Award Fee Plan (Only for Award Fee Contract)
18. Project Officer Certification Form
19. Discussion of Controls for Sensitive Contracting
20. Procurement Integrity certifications
21. Justification for Contract Period of Performance Exceeding
    36 Months
22. Justification for Contract Option Quantities Exceeding 50%
    of the  Base Quantity

-------
 1.   The  32  Point  Rationale  Checklist

     The  32 point rational checklist contains  the basic information
 needed   for  the   procurement.     It  provides  the  fundamental
 documentation  that   the  procurement   official   requires   to
 successfully  and effectively place a contract.  The checklist must
 be completed by the PO for all procurements over $10,000 unless the
 CO has  determined otherwise, or  if  the  procurement  utilizes the
 small  purchases procedures.   The questions are  fairly straight
 forward.  If you are unsure  of how to answer a particular question,
 the  best advise is to contact the responsible  CO or section head
 from PCMD.  The form  to be  used is provided  in this  booklet under
 Tab  A for your convenience.   The procurement  rational checklist is
 also contained  in  the CMM and PO handbook.

     One area of note when  filling out the checklist is the question
 regarding  Organizational  Conflicts  of  Interest  (OCI).    This
 question has  broad application incorporating potential COIs that
 may  exist for Agency  personnel and the contracting community.  As
 you  may already know, Conflicts of Interest (COI)  is  an issue that
 is becoming increasingly  sensitive with EPA.  The reason for this
 is,  in part, the exponential growth of Superfund programs as well
 as the increase in the number of firms entering the  environmental
 field working for both  the government and  commercial industry.
 With regard to commercial industry, in answering the OCI question
 the  PO  must  take  into consideration  the potential for  COI for
 particular segments  of the  contracting community if they were to
 propose on the solicitation.  For  example,  if the program requires
 support  with  developing  regulations  governing  Hazardous  Waste
 Management Facilities (HWMF),  then  the PO should identify in the
 checklist  that there is  a  potential  for an  OCI with  HWMFs
 performing the  Statement  of Work  (SOW)  and provide  an attachment
 describing the reasons why.   This  is to let us know,  in PCMD, that
 special provisions may be necessary to incorporate into the RFP to
 mitigate and avoid COI on the acquisition.

     Another area regarding COI that has become and will continue to
 grow in  importance,  is the potential  for  OCI  regarding Response
 Action Contractors (RAC).  The Agency is concerned that RACs might
 be performing support work of a regulatory development nature,
 particularly policy support  type assistance,  that could impact RAC
 type activities somewhere down the line.   The COI  is  that a RAC
 contractor might  be  able to  influence regulations  or  policy to
 financially benefit  themselves  in the field or that a RAC might
have  access  to competitors'  confidential  business information
 (CBI).    If  a COI  is   clearly   identified for  RACs  on  your
acquisition, then  a formal RAC restriction determination must be

-------
completed  by the CO.   This determination  will be  based  on the
technical information provided by your program office regarding the
activities involved.   The  CO will need comprehensive information
from your office that may require  a significant  effort to produce.

    The  OCI  and  RAC  issues  are  tough  calls  to  make  and  will
definitely require  discussions  with  the CO so  you  don't need to
figure this out on your own.  The  resolution of  these issues could
take some time, which makes it all the  more imperative that the PO
contact the CO or responsible section head as  early  as possible in
the pre acquisition planning  phase.  We need to resolve the OCI and
RAC issues as  fast  as possible  so that the  award of the contract
does not become prolonged.

    See tab A for samples of the 32 point checklist.


2.  Planning Purchase Recnjest fEPA1900-8)

    The planning purchase request is an EPAAR requirement.  It is
used for planning purposes and does not commit funds. However, the
purchase request  must provide  the estimated  dollar value  of the
procurement and must be signed by  all the required officials as if
it  were committing  funds.   Further,  another  purpose for  the
planning purchase request is  that it is a show of "good faith" that
funding is available  upon contract award.  Please refer to the PO
handbook for the appropriate  signatory  authorities.  An example of
a Planning PR  is provided in this  booklet  under Tab B for  your
convenience.
3.  Procurement Abstract (PA)

    The  procurement  abstract  is  the  basis  for  the  procurement
synopsis  contained  in the  Commerce Business  Daily.    It  should
contain the office to be supported, a brief statement of the type
of work required,  and the desired qualifications of a contractor so
that the contracting community has  enough information to decide if
they are qualified to pursue the RFP.  Example are  provided in this
booklet under TAB C,

4.  Statement of Work (SOVn

    For  further  information  on the  SOW,  please  refer to  the
respective section in this booklet.

-------
 5.   Quality Assurance  Review  Form  fQARF)

     The  QARF is  a  requirement of EPAAR, Subpart 1546,201.  The PO
 is  responsible for obtaining a  signed QARF from  the QA Officer
 assigned to monitor the PO's program.  It is important to note that
 the QA  Officer  shall  be a member  of  the  TEP  when  the  QA
 requirements are applicable to  the procurement and the potential
 value  is over $500,000.  An  example  is  provided  in this booklet
 under  Tab  D.

     A  QARF  is  required for  all  procurements over  $25,000 with
 accounting and appropriations data that fall within the following
 object classifications:

   (i)    25.32  Research  and Development Contracts
   (ii)   25.35  Program Contracts
   (iii)  25.47  Occupational Health Monitoring
   (iv)   25.49  Occupational Health and Safety Other
   (v)    26.01  Laboratory Supplies
   (vi)   31.01  Scientific and Technical Equipment

 Additional information is provided in the CMM chapter 2  if needed.


 6.   pef^flnnended Sources  List  fRSL)

     The RSL is a list containing the  names of contractors that, in
 the  PO's professional  judgement  or  experience and  from sources
 identified through the  Office of  Small  Disadvantaged Business
 Utilization,  possess  the  relevant  capabilities  to  perform the
 resultant  contract.  There is  no standard form to follow. The list
 contains the names and addresses of the contractors.  An  example is
 provided in this booklet under Tab E.


 7.   Independent Government  Estimate  (IGE)

     The  IGE must be  developed without any contractor assistance.
 The  IGE is the government's  best estimate for the realistic cost of
 the  project.  The  IGE  should  contain the rationale as to how the
 estimate was developed/ whether it was based on  historical costs to
 date or current cost of similar efforts of the same  size  and scope,
 etc.   The IGE describes  the labor  hours required  by category
 (Professional level/P-level) within the base and optional periods,
 the  travel costs anticipated,  and Other Direct  Costs  (ODC) such as
 equipment,  consultants,  or computer  time.   It is  important  to
 provide estimates of the ODC  and Travel costs as part of the IGE.
These  figures may be provided  in  the  solicitation  which  the
contractors may use in their  proposals.  An example of the IGE is
provided in this booklet under Tab F.

-------
8.  Labor Definition Requirement  (LDR)

    Labor definitions are usually boiler plate  language  (standard)
generated by PCMD's APDS  system.   The  definitions  describe the
level of technical  ability required for each of the Professional
Levels 1 thru 4, respectively, and technical levels as well.  If
your procurement requires the services of technical personnel that
differ from the boiler plate, then you must  provide the description
of  the  technical capabilities needed.   Examples  are provided in
this booklet under Tab G.
9.  Technical Evaluation Panel Selection (TEPS)

    The Source Selection.Official (SSO)  appoints  the TEP.  As part
of this process,  the  program office makes  recommendations to the
SSO on the TEP members through memorandum.   The TEP can be of any
size desired.  Through experience, it is recommended that the TEP
contain the least amount of members practicable and consist of an
odd number of members (3 is the minimum  allowed).  This is for two
reasons, 1) large groups take more  time to assemble and schedule
meetings,  and 2}  the odd  number helps  to  facilitate  reaching
consensus on scoring the proposals (this is not to be misconstrued
as averaging contractor scores which is not permissible).  As per
EPAAR 1515.612, the PO is appointed the chairperson with at least
two other members with technical knowledge of the  acquisition.  For
procurements with a  potential value of $500,000 or less, the PO may
be the  only  member of  the TEP.   All  TEP  members  should  have
relevant knowledge  and/or  expertise of the types  of  services or
assistance required by the  solicitation.   This is crucial to the
integrity of the evaluation process, ensuring competent and equal
treatment of  each offerers proposal.   The PO should  forward the
names and  relevant  experience of the  individuals selected  in a
memorandum to the SSO for appointment.   This must accompany the
acquisition request package.  The RFP cannot be released until the
TEP  selection document  has  been signed.  An example  of a  TEP
appointment memorandum is provided under Tab H.

     It  should  be  noted that TEP  members are  involved  in  the
competitive procurement process from start to  finish.  TEP members
play an IMPORTANT and NECESSARY role in the procurement process and
need to devote a lot of time to the process in order for it to be
successful.   Panel  members  need  to  be  aware  of  this commitment
prior to serving on a panel.

10. Technical Evaluation Criteria (TEC)

    For further  information on the TEC, please  refer to chapter
four in this booklet.

-------
 11. Government  Furnished Property Description  (GTP)

     There  are  no  helpful  hints  we  can  supply  you  with  for
 prepar   r  GFP  description  document.    In  the   spirit of  not
 duplic   _ng effort,  please refer to chapter 3, section H-3.106-16
 of  the  Project Officer Handbook  and chapter  5 of the  contracts
 Management Manual for detailed descriptions and explanations of the
 GFP process.

 12.  Justification of Other than Full  and  Open  Competition (JOFOC)
     Non-Competitive Procurement

     Not  competing  a  procurement  in the open market  is  a very
 sensitive matter.  Procurements should be  awarded on a competitive
 basis in all practicable instances.  However,  there are times when
 full competition is not possible.  The FAR part 6.302 provides for
 7 circumstances permitting other than full and open competition.

 They are:

 (i)    Only one responsible source and no other supplies or
        services will  satisfy agency requirements.
 (ii)   Unusual and compelling urgency.
 (iii)  Industrial mobilization; or engineering, development, or
        research capability.
 (iv)   International agreement.
 (v)    Authorized or required by statute.
 (vi)   National security.
 (vii)  Public interest.

      If  your reason  for  not  competing  the  acquisition  is  not
 contained in list above, then there is no justification  to do so.
The lack of planning for future contracts is not considered to 'be
an acceptable reason.  It is important to be aware of the time it
takes to place a contract and to plan  accordingly.  Sorry to sound
 so bureaucratic, but our hands  are  essentially tied as  contracts
personnel in this arena.

     So as not to duplicate effort, please refer to  the PO handbook
which contains an adequately detailed section on the preparation of
the JOFOC (called JNCP in the handbook).  Because non-competitive
procurements are a rare alternative  in awarding contracts, it is a
must  to  first  contact  the CO and  discuss  the  rationale  for
procuring on  a  non-competitive  basis.    The  CO  will be able to
provide you with direction and guidance on the need  and development
of the JOFOC.  This will speed up the acquisition process and help
eliminate wasted effort.  An outline  and  example  are provided in
this booklet under attachment I.

-------
13. Determination & Findings to provide full and open competition
    after exclusion^ of sources (see FAR 6.2)

     This is a very rare document within EPA.  Only in very unique
circumstances would a source be excluded from competition under the
guidelines set in the FAR.  This D&F is not related to set-asides
for small businesses and  labor surplus area acquisitions   The best
advice we can offer  is that you should thoroughly discuss this with
the CO before taking  action because  of the unique aspect of this
action.

14. Advisory and Assistance Services Certificate

     Advisory and  Assistance contracts have become  very  common
within EPA.  It should be relatively easy to obtain an example or
two  from fellow POs.    However,  as  always,  please  call  up  the
responsible CO and section head and discuss the requirement before
deciding on what direction to go.

     Advisory and Assistance services means services to support or
improve agency policy development, decision making, management, and
administration,   or  to  support  or  improve  the  operation  of
management  systems.    These  services  consist  of 1}  Individual
experts and consultants,  2)  Studies,  analyses, and evaluations, 3)
Management and professional support  services,  and 4)  Engineering
and  technical  service.    The FAR  subpart 37.2 provides  further
information on the types  of activities that are considered advisory
and assistance.

     Once everyone has agreed  that the  requirement falls under the
advisory and assistance  umbrella and is over one million dollars,
you need to prepare an advisory and assistance certification that
is approved one level above the requesting office, which would be
the Assistant Administrator for OSWER  (to use OSW as an example).
The certificate  includes  the following information: 1) A statement
that certifies that the  requirement is an advisory and assistance
procurement  as  defined,  and   2)   justification  of  need  and
certification that  the  effort  does  not  unnecessarily  duplicate
previously performed work.  An example is  provided in this booklet
under Tab J.

     In  addition to this certification,  it  is  required  that for
contracts  over   one million  dollars,  the  requirement  must  be
approved by the  Assistant Administrator for the Administration and
Resources  Management  (OARM)   (per   contracts  Management  Manual
Chapter 2).  This request for approval must first be routed through
the Director's office for PCMD.   Please note that the procurement
package containing the certification must be sent to the section
head of the contracts branch first, we will then forward the

-------
 certification to the Division Director's Office.  Otherwise,  if the
 package  goes to  the Director's  office first,  it will  only  be
 forwarded to our office for processing and  valuable tine will have
 been  wasted.    Further,  it  is  important  to  know  that  this
 certification will  be delayed by the AA's  office for OARM unless
 PCMD  has provided  their required  concurrences.   An  example  is
 provided in this booklet under Tab  K.

 15. Justification of  Need  (Government Furnished Property)

     There  are  no  helpful  hints  we can supply  you with  for
 preparing the justification of need document.   The  best source for
 information  is  chapter  3,  section M-3.106-16(h)  of  the Project
 Officer  handbook.
16. Selection of Performance Evaluation Board  (Award Fee)

     This document is required only when an award fee contract type
is anticipated.  Otherwise you can ignore  this  section entirely.
The members of the Performance Evaluation Board are selected by the
Responsible  Associate  Director  (RAD)  in  conjunction   with  the
responsible program office.  As designated by EPAAR 1516.404-276,
the chairperson of the  PEB shall  be  the division director of the
respective program office.  The chairperson appoints the Evaluation
Coordinator and Executive Secretary.  The  chairperson's selections
should be  made by memorandum to  the HCA  (us) .   The head of the
contracting activity (HCA)  makes the  formal  appointment of the PEB
through memorandum.   This  formal  appointment must be made before
the solicitation can be issued.
17. Award Fee Plan  fOnlv for Award Fee Contracts)

     The award fee plan outlines the  process of how the contractor
will be evaluated to determine the amount of award fee earned.  The
EPA utilizes a standard 01, 2,  3,  4,  5 rating scale to ensure a
consistent bases for rating contractor  performance.  Although, the
rating scale,1 thru 5,  is standard, the critical elements which the
rating scale measure are not standard and may be customized to best
fit the contractual needs.   The award fee plan does not need to be
created from scratch.  There are existing  plans within your office
or ours that may be used,  at least as a basis  to  start from.  Once
again,  contact  the  CO  to  discuss  the  requirements  of  the
procurement to  determine  if an  award  fee type  contract  is even
appropriate.  Remember, it  is the CO's determination on the type of
contract vehicle that  makes the  most sense to meet your specific
needs.  An example is provided in this booklet under Tab L.

-------
18, Project Officer Certification Form

     The  responsible  Project  Officer for the procurement must be
certified  as  a Project Officer.  The PO's  ability is limited to
contract  dollar  amounts by experience,  barring any waivers. This
certification  process  is delineated  in chapter 7 of the Contracts
Management  Manual.    To be certified,  the Project  Officer must
complete two courses,  the Basic Project Officer Training course and
Contracts  Administration  course.     Certification is  requested
through  EPA form 1900-65  (6-85)  DESIGNATION  AND  APPOINTMENT OF
PROJECT OFFICER/WORK ASSIGNMENT MANAGER/DELIVERY ORDER OFFICER and
sent to  the Contracting Officer for approval.    This  form must
accompany the procurement request package.   An example is provided
in this booklet under  Tab M.

19. Discussion of Controls for Sensitive Contracting

     Certain  activities when performed  under EPA contracts may
place the Agency in a vulnerable or  sensitive  position if adequate
controls are not  implemented. A listing of these sensitive areas
and a  more detailed  explanation may be found in the Contracts
Management Manual, Chapter 2, Attachment C.


20. Procurement Integrity Certifications

     As per FAR clause  52-203-8 Requirement for Certification
of  Procurement  Integrity,   an   authorized  Agency   official
contributing   to  a   specific  Agency  need  or  requirement  by
procurement shall provide a certification of procurement integrity
to the  Contracting Officer. The actions prompting necessity for the
certification are listed as follows:

     (1)   Drafting a specific statement of Work (SOW)
     (2)   Review and approval of specifications;
     (3)   Development  of procurement request package;
     (4)   Preparation  or issuance of solicitation;
     (5)   Evaluation of bids or proposals;
     (6)   Selection of  Sources;
     (7)   Conduct negotiations; or
     (8)   Review and approval of the award of a contract.

An example of the certification is provided under Tab N.

-------
21. Justification for Contract Period of Performance Exceeding
    36 Months

     If  the  Project office  anticipates  a  contract  period  of
performance  exceeding 36  months,  a written justification must be
forwarded with the acquisition request package. EPAAR 1517.202(b)
requires approval, by the  Chief of the Contracting Office, prior to
the release  of the solicitation. The justification must include a
detailed rationale for the increase. For  example,  if the effort is
considered long term and disruption of the  contract would, in some
way, be  detrimental to the Agency then this  would  constitute a
viable reason  to extend  the  period of performance. If  you have
questions regarding  this  area contact the cognizant Contracting
Officer.
22. Justification for Contract Option Quantities Exceeding
    50% of the Base Quantity

     The Contracting Officer is responsible for justifying, to the
Head of the Contracting A tivity, the rationale for contract option
quantities in excess of 50% of the base quantity. Consequently, the
information must ultimately be obtained from the Project Office. It
is  a  Project  Office responsibility  to  adequately  estimate the
amount of  effort necessary to  complete  a specific contract.  When
labor  in  excess of 50% of  the base quantity  is  offered,  PCMD
immediately  questions  the validity  of  the  government estimate.
However, a  legitimate  reason for the increase might include the
fact that the  intended work  is such that no specific measurement
can be made to gauge future work and an increase in the  base is the
only way to insure contract coverage. In  any event, a justification
by the Project Office will  be necessary if  an increase  over 50% of
the base quantity is anticipated.

-------
                                                                  ™>—"   K   WwXwffltr^t   TK^^M  .""-JvivSvX
                                                                 \ \v!*Ti,Y.vw!vi  I   KKWWWW^ff&v *•  ^C? '• i'.—^LJP?!^Wi''
                                                                 w*»fMai   JKTOototSs   >'Ii5iM
                                                                 W^OS'A ^^feS^-^^CZ^i^Wx
 V^tJpY

||v|^[
.v.v/.vf.v.v.v.vr.v.Y.v.v.v.Y.v.vr.v.v.v.vTvffv.v.v^^^                                                  '\\'
KYKvMKv^:v>:tfivXvyv^                                                              '
 jmttttMSW*^^
                              issmm^^

-------
                PROCUREMENT REQUEST RATIONALE CHECKLIST
          (to  be  submitted  with  EPA Forms  1900-8  and  1900-8A)
Item 1:   The title of this procurement is	
Itea 2:  This procurement request package contains the following
documents.  (Check all applicable boxes and attached documents as
appropriate.)
See Attachment I
Check
Description
EPA Form 1900-8
Procurement Abstract
Statement or Scope of Work
Concise Technical Proposal
  Instructions
Competitive Technical Evaluation
  Criteria
Justification for other Than Full
  and Open Competition (JOFOC)
D&F to provide full and open
  competition after exclusion of
  source (see FAR 6.2)
Justification for Advisory and
  Assistance Services
Justification of Need (Government
  Furnished Property  (GFP)/
  Equipment)
Quality Assurance (QA) Review Form
Recommended Sources List
Reports Description
Government-Furnished Property
Description
Discussion of controls for
sensitive contracting

-------
                               Discussion of how procurement fits
                               into overall contracting strategy
                               {if required)

 Item  3:  This procurement  [   ] involves/ [  ] does not involve
 advisory and assistance services  (AAS) or sensitive contracting areas,
 [If such services are  involved, attach a copy of the justification
 required by Chapter  2  of the  Contracts Management Manual  (the original
 should be  forwarded  in accordance with Chapter 2).  See Figure 2-2 for
 the required approvals.  For  both AAS and sensitive contracting areas,
 attach a discussion  of how the procurement fits into your overall
 contracting strategy.]

 Item  4: This procurement [  ] involves/ [  ] does not involve legal
 analysis.  I [   ]have/ [   ]have not discussed this procurement with the
 Office of General Counsel which [  ]concurs/ [  Jdoes not concur with
 proceeding with  this procurement

 Item  5:  I [  ]  anticipate or have knowledge of/ [  ] do not anticipate
 or have any knowledge  of organizational conflict of interests issues
 related to this  procurement.  (If affirmative, describe conflict in an
 attachment.}

 Item  C:  Listed  below  are special EPA employee(s) who are or will be
 participating in EPA's processing or managing of this procurement,
 together with a  list of their non-Government employers.  Check here
 none  [  ].

      EPA Special Employees               Non-Government Employer
Ites 7:  This procurement  [  ] is/  [  ] is not based on an Unsolicited
Proposal.

Item 8:  (RESERVED)

Itea 9:  The name of the proposed Project Officer is
	.  He/she [  ] has/ [  ] has nc  been
certified as an EPA Project Officer.

Item 10:  I [  ] recommend/ [  ] do not recommend prospective sources
for this procurement.   (If sources are recommended, list in an
attachment.)

-------
 Item  11:   This  procurement  anticipates  [   ]  a  new contract award/
 [   ]  an additional  work modification  to existing  contract
 no.	.   it  also anticipates that it  will be  processed as a
 [   ]  competitive  procurement/  [   ]  other  than  full and open
 competition,   [Note:  If other  than  full and  open  competition  is
 recommended;  (a)  attach appropriate justification as described  in  Part
 1506  of the EPA Acquisition Regulation.   Also  see sample  format (Figure
 4).   Attach the Project Officer's Certification that the  data provided
 in  the justification  is accurate and  complete.]

 Item  12:   This  proposed procurement is appropriate for [   ] total  small
 business set-aside/ [   ] total small  business/labor surplus area
 (SB/LSA) set-aside; or  [  ] partial SB/LSA set-aside;  [   3  partial  SB
 set-aside; [  ] 8(a)  set-aside; [   ]  LSA  set-aside; or [   ] none of  the
 above (check only one)-.  Consult the Office of  Small and Disadvantaged
 Business Utilization  for advice.

 Item  13: (a) The estimated  period of  performance  is 	 months
 after the  effective date of the contract  [   ]  inclusive/  [  J exclusive
 of submission of any  final  report which may be required.

 (b) The schedule of deliverable items (excluding  reports)  is as
 follows.   Check here  if no  deliverable items are  required  [  ].

                         Delivery
    Item No.             Description            Quantity    Date
Item 14:  This procurement anticipates the following options will be
needed.  Check here if no options are anticipated [  ].

Description of Option                               T.erm of option

(Description may be indicated in a
separate attachment)
Item 15:  The following reports are required (describe in an
attachment).  Check here if no reports are required [  ].  For each
separate report required, describe the following:

     (a) Type of report  (e.g., draft, final, interim, special, etc.)
     (b) Descriptive title (e.g.,  monthly progress report)

-------
      (c) Minimum  content  requirements
      (d) Number of  copies required
      (e) Distribution  (with complete addresses of all recipients)
      (f) Delivery schedule
      (g) Number of  days tha Government will have to reviews comment
         approve  (disapprove) and return  (as appropriate)

Where  specific report  formats, containing the information above, are
used repetitively,  "standard" formats are established or may be
established with  the servicing CO.  Maximum use of such standard
formats is encouraged.  Examples include monthly progress reports,
financial progress  reports and final reports.

Item i«:  Peer review  of  Contractor-generated documents  [   ] will be/
[  ] will not be  required.

Item 17:  Government property, data, or services [  ] will be
furnished/ [  J will not  be furnished under this procurement.   (If
furnished, describe in an attachment including quantity and date
available.)

Item 18:  Budget.   (An attachment may be used.)

(a) The total estimated budget for the basic effort and all options is
$	.

(b) The estimated funding for the current fiscal year is $	.
(c) The estimated total cost of Other Direct Costs is $	.  (If
possible, indicate estimate of significant sub-items such as travel,
computer time, consultants, equipment and material.)

(d) For level of effort actions and other actions where hours, rather
than an end product, are to be purchased, indicate for the basic and
all option periods the number of hours required, by category, with
definitions for each category.

Item 19:  This procurement [  ] is/ [  ] is not subject to the
requirements of OMB Circular A-76.  (If A-76 applies, required
documentation must be provided with the PR.)

Ztea 20:  This procurement [  ] requires/ f  ] does not require
priority processing (a brief priority justification may be attached).

(To be completed by procurement office:)

      [  ] Approved     [  ] Disapproved
Date                  Chief, Contracting Office

-------
Item 21:  This procurement  [   ] will  [   ] will not  involve the  testing
of human subjects  in accordance with  EPA Order 1000.17.

Item 22:  This procurement  [   ] does/  [  ] does not  include acquisition
of membership in an association.   (If membership in  an association is
included, attach a certification indicating that the primary purpose of
membership is to obtain direct benefits for EPA necessary to the
accomplishment of  its functions or activities.)

Iteai 23:  This procurement  [   ] is/ [  ] is not for  leasing of  motor
vehicles. (If affirmative,  attach certification per  FAR 8.1102).

Item 24:  This procurement  [   ] is /[  ] is not to be funded from r.ore
than one appropriation.   (If affirmative, see Chapter 9 of this manual
and memorandum from the Comptroller and the Director, Office of
Administration on  "Contracts Funded from Multiple Accounts--Procedures
for Identifying Contract Costs," May  14, 1985.)

Item 25:  This procurement  [   ] will/  [  ] will not  involve statistical
surveys, data collection, using questionnaires, or statistical analysis
of survey data.  (If affirmative, procurement office will include
instruction in solicitation for offerers to obtain the EPA Survey
Management Handbook).

I test 2f:  To the best of my knowledge, the vorX specified in this
procurement action does not unnecessarily duplicate  any other work
previously performed, or being performed, under my authority.

Xtea 27i  To the best of my knowledge, the work specified in this
procurement action does not involve any "prohibited  contracting
activities" listed in Chapter  2 of the Contracts Management Manual.

Item 2ft  This procurement  [   ] will/  [  ] will not  involve any of the
areas requiring special contract controls listed in  Chapter 2 of the
Contracts Management Manual.   (If the procurement involves such areas,
a special discussion must be attached detailing proposed control
procedures to be enforced.)

Item 2f I  Thif procurement  (   ]doe»/  [  ]do«« not involve requirements
governed under the Federal  Information Resource* Management Regulation
(FIRMR). [Note: if the r  ^curement involves the FIRKR, a requirements
analysis and draft Agenc. Procurement Request  (APR)  should be
attached.]

Item 301  (a) The  Statement of Work/Specifications  involves the use of
items subject to RCRA Procurement Guidelines (see Chapter 14 of this
manual).

                    (Ve«	)       (No	)

-------
               (b)  if  yes,  the  items are:
               (c) The  specifications for the iten(s) complie* with the
 applicable  RCRA  Procurement Guideline.

                    (Yes	)        (No	)


               (d) If no, the Project Officer-must check the appropriate
 box and provide  an  explanation why  items containing recovered materials
 were not used.
      	 the price  is unreasonable;

      	 applying minimum-content standards results  in
          inadequate competition;

      	 obtaining designated  items results in unusual and
          unreasonable delays;  or

      	 recovered  items do not meet all reasonable
          performance specifications.


      Explanation (this may be  provided  in a separate attachment)
itea 3ls  The desired award date for this procurement  is
Item 321  This procurement 	/does         /does not  include  a
requirement for use of Government-provided  in-bound  and direct  dial
out"bound long distance services.   (If affirmative,  the Statement of
Work shall require mandatory use of FTS2000 network.)
Date                                    Signature

-------
CONTRACTS MAKAaEXINT MAJTUAL                             If 00 CEO 3
                                                          •/is/ii
                  PROCtTRZHZNT REQUEST APPROVALS

A.  Designated Office Approvals.

    (Note that the matrix in Part A does not restate any
approvals from Part B.  Offices designated in Part A should be
consulted prior to submission of requests for approval since
authority may have been redelegated.)
Itea.      Itea              Required Local       Required BQ
 No.    Description           	Approvals          Approvals

 1.  All purchases,         Program Office          None
     regardless of          approvals
     value (includes
     all items listed
     in the rest of
     Part A.)

 2.  Equipment, supplies    FMSD or equivalent      None
     or furniture, except   field office*
     for bankca d purchases
     not exceeding $1,000

 3.  Printing;              Office designated       None
     duplication;           in Delegations
     composition.           Manual, No. 1-5

 4.  Advertisements         None                    FMSD
     for acquisition
     of real property.

 5.  Commercial U-          None                    FMSD
     drive Credit                             Delegations
     Card                                     Manual, No. 1-4-A

 6.  Facsimile              None                    FMSD
     Equipment                                Delegations
                                              Manual, No. 1-4-A

 7.  Communications         None                    FMSD
     Equipment                                Delegations Manual
     utilizing the                            No. 1-4-A
     radio frequency
     spectrum

*    FMSD approval is required to ensure that equipment or furniture
     is not available from Agency stock or supplies are not available
     from GSA or EPA Supply stores.
                              2-F2-1

-------
CONTRACTS
                      KANUAL
                           1900 CH<3 3
                              S/15/91
  8,
10.
11.
12.
13.
14.
     Watercraft over
     25 feet or $15,000
     or aircraft of
     any value

     Purchase or
     lease/hire for
     60 or more
     consecutive days  of
     passenger vehicles
     and light duty trucks

     Purchase or rental
     of copying machines
     and printing
     equipment

     Repair and improve-
     ment construction
    Equipment,  services
    for creation,  organi-
    zation, maintenance,
    and disposition  of
    Agency records and
    files, including
    micrographic services
    and systems
None
                            None
      FKSD
Delegations Manual
No. 1-4-A
                        FMSD
                  Delegations Manual
                  No. 1-4-A
None
      FMSD
Delegations Manual
No. 1-4-A
FMSD or EPO
(See Delegations
Manual 11-4)

 Limited offices
 as designated in
 Delegations Manual
 #1-1 (See also
 Records Management
 Manual)
      FMSD
  (For use of Building
   and Facilities Funds)

       None
    ADP equipment, soft-    None
    ware maintenance and
    services, including
    those related to
    computer-related
    micrographic systems,
    word processing, time-
    sharing, feasibility
    studies, and requirements
    analy
                     Office of Information
                     Resources Management
                     (Delegations Manual
                     #1-10)
    Paid advertising  for
    recruitment of
    personnel in news-
    papers and trade
    journals of national
    or interregional
    circulation
 Local personnel
 office (Delegations
 Manual 11-2)
      None
                              2-T2-2

-------
CONTRACTS MANAGEMENT MAHUXL
               1900 CEO 3
                  8/15/91
15.  Collecting identical    None
     information or statis-
     tical data from ten
     or more persons
16.  Protective services     None
     and equipment,
     including guard pro-
     tection security
     alarms, safes, and
     monitoring and detection
     devices
         Asst. Administrator
         for Policy, Planning,
         and Evaluation
         (Delegations Manual
         #1-22)

            FMSD
         (Delegations Manual
         11-6)
B.  Management Approvals.

     The following approvals apply to all procurement requests (PRs)
except PRs to add funds to incrementally funded contracts.  These
approvals are in addition to those listed in Part A above.
          Item

1.  Procurement requests for
    Advisory and Assistance
    Services.

    (a)  Small Purchases
    (b)  Other than Small
         Purchases not in Excess
         of $1K
      Approval
Program official at least one
organizational level above
the initiating office.

When award is to be made
during the fourth fiscal
year quarter, a program
official at least two
organizational levels above
the initiating office.

Program official not below
the level of Associate,
Assistant, or Regional
Administrator, Inspector
General, or General Counsel.
                              2-12-3

-------
CONTRACTS MANAGEMENT MANUAL
               1900 CHO 3
                  8/15/91
     (c)  Services Exceeding $1M
2.  Procurement requests for
    other than Advisory and
    Assistance Services.

    (a)   Small Purchases
If the procurement request
exceeds $1M, in addition to
the approvals in (b) above,
approval is required by the
Assistant Administrator for
Administration and Resources
Management.  (Assistant
Administrator or equivalent
at HQ or the Regional
Administrator in the Regions
should make the request for
approval.)  Requests in this
category must be routed
through the Director,
Procurement and Contracts
Management Division.
In accordance with program
office procedures.
    (b)   Other than small
         purchases.
Program official designated !
the Associate, Assistant, or
Regional Administrator,
Inspector General, or Genera]
Counsel.
                              2-12-4

-------
     CERTIFICATION  TO  ACCOMPANY  PROCUREMENT  REQUEST/RATIONALE

Section I

Project Title;  Hazardous Waste Treatment Technologies, Waste
                Minimization, and Rulemaking Activities for the
                Organic and Organic Products Industries
     I have reviewed the subject Procurement Request and the
accompanying documentation and find that:

    A.  The proposed scope of work is central to the EPA mission
in the following ways:

        The work is necessary to support EPA's solid and
hazardous waste activities, including the development and support
of regulations for hazardous treatment, storage and disposal,  and
minimization of hazardous waste requiring management.

        These hazardous waste activities are required b the
Resources Conservation and Recovery act, the HSWA Amendments,  the
Underground Injection Control Program of the State Drinking Water
Act, the Toxic substances Control Act, and the Comprehensive
Environmental Response, Compensation and Liability Act (CERCLA)
and SARA.

     B.  The product will be used by this program office in the
following specific ways:

         The contractor will provide support to assist EPA in
developing and refining regulations and standards for the
treatment, storage, and disposal of hazardous wastes; performing
engineering testing and sampling and analysis; performing data
reduction and analysis and data management; and conducting a
program to encourage source reduction and recycling of wastes.
_ will as contract monitor.  OSW and appropriate
decision-making official will use the resulting products.

     C.  The contractor's products will be delivered in time to
accomplish its purposes.  During the first year, completed
contract work will provide support for on-going efforts relative
to restricting certain hazardous wastes  from landfills; treatment
regulation* specific to hazardous waste  streams; and the
minimization of hazardous waste.  All products will b« delivered
by the contractor to EPA within the time limits set forth in each
work assignment under the level-of-ef fort contract.

-------
     D.  The information to be developed and the resources to be
provided by the contractor are not available in EPA.  Work
assignments will be made under this contract as needs arise for
information and/or resources that are not available in EPA.  It
is anticipated that such needs will arise because the resources
in EPA are inadequate for the requirements of the wor'< mandated
by Congress.

     E.  The work will be funded under appropriation number
              and account number 	,  Waste Management
Regulations, Guidelines and Policy.
Assistant Administrator for Office                 Date
of

-------
                   Instructions for Completing EPA Form 1 900-8

                               Procurement Request/Order

General:

This form is a 9-part interleaved set and is designed to be completed with an elite typewriter (1 2 pitch). The originating
office should complete all areas that apply Shaded areas are reserved for Procurement use only. After completing the
form, in accordance with the instructions below, retain the copy marked for "Originator" and send the others through
required channels.

Item:

1 thru 6       Enter the originator's name, mail code, telephone number, date of requisition, signature of originator.
              and the latest date that the items can be delivered.

7             Self explanatory. Attach a justification for other than full and open competition or for sole source small
              purchases.

8 thru 1 1      Enter the name, address, mail code, and telephone number. If the person is the same as the originator. '
              leave blank.

12            Self explanatory. Failure to include the appropriation number, the number  of the Servicing Finance
              Office designated by the Financial Management Division for the accounting office which will record the
              commitment and obligation, document type, document control number, account number, object class, or
              dollar amount may result in the return of the request to the originator for completion of these items.
              Special care should be taken to insure that all data placed in these blocks arc accurate and appear legibly
              on all copies as these data will serve to record the commitment of funds as well as to eventually obligate
              the funds on the contract document. Note: Item 1 2(d) should be used to denote document type (DT) code,
              i.e., C = EPA prime contract, P = EPA purchase or  delivery order.

1 3            If more than 1  source is suggested, attach a list of the contractor's/vendor's name, address, and point of
              contact (if known) for each source.

14            Self explanatory.

1 5            For Small Purchases Only: Check one box. If "Yes" is checked.the funds certifying official must commit
              sufficient funds in the Document Control Register to cover the total potential amount of the obligation.

1 6            Self explanatory.

1 7 thru 25     For procurement office use only.

26(a)          Self explanatory.

26(b)          The degree of detail required will vary with the cor  exity of the proposed procurement. Each request
              shall contain sufficient information on its face to process the request. If the proposed procurement is for
              nonpersonal work or services, provide a title which specifically describes the work or services to be
              procured and limit the title to sixty (60) positions, including the spaces between each word of the title for
              computer input, and attach the documentation required in Chapter 2 of the Contracts Management
              Manual. In other instances, describe the articled) requested in detail  using manufacturer's model
              number* and  descriptions, if possible, and provide specification, quantity increment, delivery require-
              ment, and special packaging or transportation requirements. (Use EPA Form 1900-8A, Continuation
              She*, rf additional space is required.)

26(c) and      Self expterujtory.
2$(d>

26(e)         Enter the estimated price of the item

26 Previous edrtfensMvoMotoW.                                        **** <* Ktfyeti4 fiptr

-------
       reas are lo' gs* of orocurement office
                          DC 20460
AEPA
                 Procurement
               Request/Order
                                       John  A.  Ubster
         3 Mil! COO*
                      4 Telephone Numoer
                                                12/20/91
                                              S Dtte Item Required
                                                  7 Recommended Procurement Method

                                                          '_J 3t*«' i"«r>
                                                                                 Sol* loure* jrnm jg/
8 Dejrver To ,'*"'0/»ef MIntgffi
   ohn A.  Ubster
9 Addrett

 401  M  St..  sw..  un»«h.  nr
                                                               10
                                                                          11  T«l«pAon« NumMr

                                                                           260-1985
    12    3
  inafCUP
   Oai)
                                 ^—^>^^^^^^^^^^^^^^i^^ie*l«MHBaH»aM|B^B][»aHH«ilBI
                                  D Servicing Finance Office Number
                                    NOTE: Item 12|d) Document Type — Contract = C.

                                         Purchase Order * "P"
           FMO Use
          ten t
                            0!    Docunwn
                            T!  Contfol Ngmb«r
                            id]    («l 16 Hiffirti
                           C  F30050
                    Accouni NumB
         Object
         Ci
       igt'4
                                                                                   Amount !
                                                                                  Dolllfl
                                                                                               Certs
                                           2TGB81A400
                                                                2535
                                                                                   240,000   Qp
 3 Suggestec Source :\tmt. Aaortsi. ZIP Coat. Pftont' Cenltct/
                                              1 4 Amount o* Tionev
                                                commmtd it
                                                  G Decrease
                                                               1B For Sm44l PurcttMM Onhr Contricting Qtfio u luino-
                                                               rued to exceed the imoum shown ,n 8loci !2(^iOv 10% or
                                                               1100. whenever it lett
                                                                Dv
                                             16. Approvmls
                                                 d. Property Man«g«m*m Offictr/DctignM
                                                      rlea  Stan/  Pep.  DJV.,OWPE
 Funds listed m Block 12 apd Block 1 S
                                                 f  Other lS(M«itvt
7 O«te of Order
                                                    Conraa Nunter 
-------
                                                                                     ' i i
                                                                                     ! i
                                                                                     it
11

-------
 DRAFT BOlLDt  PLATE  LANGUAGE FOR RFP PROCUREMENT REQUEST NARRATIVE
                                                  BPA/C-3/91
                                                  Attachment 	

                       REPORTS DESCRIPTION

      The  Contractor  shall  furnish  to  the Contracting Officer one
 (1) copy  and to the  Project Officer 	 (	) copies covering all
 work  assignments of a  combined  monthly  technical  and  financial
 progress  report  on each  work  assignment  briefly stating  the
 progress  made,  including the  percentage  of  work ordered  and
 completed during the reporting period. One copy  of this  report,
 cover: >j only the individual work assignment., shall go to each vcrk
 assignment manager.  Specific discussions shall  include difficulties
 encountered and  remedial action taken during  the reporting period
 and anticipated activity during the subsequent  reporting period. In
 addition,  the  report shall specify contract  financial  status as
 follows:

      (1) Cumulative costs and direct labor hours expended from the
effective date of the contract through the last  day  of the current
reporting period.

      (2)  Actual  costs  and  direct  labor hours expended during the
reporting month.

      (3)  Estimated  costs and  direct  labor  hours  to be expended
during the next  reporting period.

      (4) Actual costs and direct labor hours  incurred for each work
assignment issued and estimates of  costs  and man-hours required to
complete each  work assignment.  The level of detail  provided in this
section must be sufficient  to determine the number  of hours charged
by each  individual  person of  the  contractor's  team to  each work
assignment. (While  this  level of  detail is  not  required  on the
vouchers, vouchers must be  reconcilable on a  monthly basis with the
financial report on  each work assignment that covers the exact same
period.)

      (5)  A graph shall  be  provided  using a  vertical  axis for
dollars and * horizontal  axis for time  increments that show the
actual  and projected rate  of  expenditures  against  the   total
estimated cost of the task.
NOTE: Sample report formats  attached.

-------
DRAFT BOILER PLATE LANGUAGE FOR RFP PROCUREMENT REQUF.JT NARRATIVE


                             INVOICES


     The Contractor and Sub-Contractor shall submit invoices on a
monthly basis.

     More frequent invoicing will not be accepted,  with the one
exception of special invoices for award fee payment under award
fee contracts.

     The Contractor and the Sub-contractor shall provide a
complete cost breakdown each reporting period.  This level of
detail is required for each individual work assignment and
totalled on a cumulative summary sheet for that invoice.

     All Direct Labcr and consultant hours billed on the invoice
shall be included with the invoice on a table showing:
Professional Level (PL), individual's name, company affiliation,
individual hours charged, and work assignment total hours        ,
charged.

-------
                         Attach.-.e-. t 11
                            -2-
III. TOTAL OTHER DIRECT COSTS

     Consultants $
     Subcontractors $
     TOTAL DIRECT COSTS

     G4A (Prime)
     Sub G&A (All subs}
 IV.  TOTAL COSTS fNo

     Base (fixed)  fee

 V.  TOTAL COSTS PLUS FEE
                                 Aaount Billed  Cumulative Ar.
                                 guy rent. Period to Silling lirC^t
     *Sar.e level of detail is required of all subcontractors.

-------
                        Attachment 11
                       VOUCHER COST REPORT
                       P.EB..WO.KK ASSIGNEES;     (for Prime 6 Subs*)

CONTRACT No.                                  Voucher Date:
VOUCHER No.                                   Billing Period:

                       WORK ASSIGNMENT No:
               TOTAL WA BUDGET  $:  (from  work  plan)
                  TOTAL WA HOURS: (from work plan)


                               Amount Billed    Cumulative A-cur.t
    COSTS                      current period,   to Billing pote
I.  DIRECT LABOR

    Professional Level 1 Labor S
         H        "2   "
         H        H    3   H
         H        ii    4   "   $
    Total Professional Labor S
    Total Technical Labor $
    Total Clerical Labor $                                      '
    Fringe Benefits
    Labor Overhead
    Automation Rate

II. OTHER DIRECT COSTS

    Local Travel
    Long Distance Travel
    Per Diem or Subsistance
    Total Travel
    Postage/Freight
    Computer
    Property/Equipment
    Telephone/Long Distance
    Photocopying
    Temporary Help
    Delivery

    Materials/supplies
    Other Direct Expense

-------
                                                 ATTACHMENT
                             VOUCHER
                              REPORT

                                      Voucher time period:
 Payer's  Narse  and Address:             Voucher Number:
                                      Date Prepared:
 Payee's  Kane  and Address:             Contract Number:

                       WORK ASSIGNMENT No.:

              List of total Labor Hours Charged by
              Work Assignment, Professional Level and
                          Employee Name
P-Level       Employee          Total             Total LOE/
T-Level       Name              Labor Hours       Total Clerical
Total Professional Labor Hours:
Total Technical Labor Hours:
Total Labor Hours:
Total Hours:

NOTE:  Separata itemization  for each subcontractor/Consultant

-------
                    FINANCIAL PROGRESS REPORT  (page  2)
TOTAL COST PLUS BASE FEE

TOTAL LOE
Total $ Remaining

Total Mrs. Remaining

$ % Complete
Mrs. I Coaplete
Work Plan Average Hourly Rate
Actual Average Hourly Rate
Est. $ for Next Period

Est. Hrs. for Next Period
(cost + fixed fee)

(total hours)
(balance of
 approved budget)
(balance of
 approved hours)
(I  budget spent)
(%  hours spent)
(from approved w?;
(from actual costs;
(costs for next
 month)
(labor for next
 month)
* Sy P level

-------
                     Attachment 10
                 FINANCIAL PROGRESS  REPORT
        (To be completed for each  work  assignrent)
 Contract No.
 WA No.

 Period  (dates  covered)

 T.   GENERAL
 Total Budget S
 Total Budget Mrs.
 II.   DIRECT  LABOR
 * Total  Professional  L*bor  S
 * Total  Professional  Labor  Mrs,
 Total Technical  Labor $
 Total Technical  Labor Mrs.
 Total Clerical Labor  $
 Total Clerical Labor  Hrs.
 Fringe Benefits
 Labor Overhead
 Automation Rate
III.  OTHER DIRECT COSTS
Total Travel
Postage/Freight
Computer
Property/Equipment
Telephone/Long Distance
Photocopying
Temporary Help
Delivery
Materials/Supplies
Other Direct Expense

TOTAL OTHER DIPJECT COSTS

SUBCONTRACTOR/CONSULTANT
Subcontractor(») $
Subcontractor(«} Travel
Subcontractor(•) Hrs.

IV.  TOTAL DIRECT COSTS
G&A (Prise)
Sub G&A

TOTAL COSTS (No F««)

Base (fixed)  fee

        (continues next page)
 Expenditures

Current     Cum
(Explanation.;
                  (WP apprcv.bud)
                  (WP approv.hrs)

                (price only)
                (P1-P4 and Tot?.l)
                (P1-P4 and Total)
                (all levels)
                (all levels)
                (secretarial)
                (secretarial)
             (based on all above)
             (based on all above)
             (as negotiated and
              applicable)
             (details on request)
             (details on request)
                  (computer time)
               (purchased/leased)
             (applicable charges)
             (within limitations;
             (applicable charges)
             (applicable charges)
             (applicable charges)
             (details on request)

             (total all ODCs)
              (P1-P4 and Total)
              (details on request;
              (P1-P4 and Total)
               (prime's only)
               (total all subs)
                (costs only
                fees)
                (total tat.
                fee)

-------
                  Attac'r-.-.ent ?A
                                                  P»g* 2 of 2
                     MONTHLY PROGRESS REPORT

                     WORK ASSIGNMENT NO. 	
                LIST OF TOTAL  LABOR  HOURS CH>*GED
     BY WORK ASSIGNMENT,  PROFESSIONAL  LEVEL AND EMPLOYEE NAK£
P-L»val/       Iffiployet       Total                Total LOE/
T-L«vtl        N»m«           Labor Hour*          Total Clerical
TOTAL PROFESSIONAL LABOR HOURS:

TOTAL TECHNICAL LABOR HOURS:

TOTAL LABOR HOURS:

TOTAL HOURS:

-------
                                                   Page  1  of  :
                      MONTHLY PROGRESS HEPORT
                        PERIOD OP
 Date of Report:                          IPX  Contract No.:
 Contractor:
 IPA VA Manager:                          EPX  work Assignment No.

 Prepared by:

 Part I.    Activities undertaken  during  the month.
           (Provide  DETAILED sujrmtry  of  activities,  by  task *.-.i
           include  any out-of-town  trtvtl

 Part II.   Deliverable*  submitted during tha  month.
           (Include  draft  and final submissions  listed  by  title,
           and  data submitted)

 Part III.  Difficultiaa  aneounttrad and  remedial actions taken.

           (DETAILED ausr..Ttry of contractor/subcontractor
           difficulties  and  ramadial  actioni  takan  by contractor
           or EPA)

           (Idantify activitias bain? hald up panding EPA
           approvals,  cotrjr.ants, daeisions, ate;  includa dates as
           appropriata)

Part  IV.   Activitiaa  anticipated during tha  next month
               <,  "
           (DETAILED summary,  including  dates and titles of ar.y
           daliverablas  to ba completed)

           (Provida  an estimate of  naxt  nonth's  hours)
                                                           *
Part  V.    Estimate  substantial lagging  costs for tha reporting
           period.

           (Provide  DETAILS  on any  discrapancias and substantial
           subcontractor lagging  costs.  Give  estimate of subs'
           total labor hours expended; can ba based on  teltphor.b
           inquiry to  the  sub contractor/consultant.)

           (Identify prima and subcontrsctor  SUBSTANTIAL
           direct cost axpanditur**s, particularly  travel

Part  VI.   Changes in  persons 1,  if any,  assigned to Work
           Assignment.


NOTE: The  prime should  require each  subcontractor  to submit
same  lavel of information per work assignment and  include it
backup to  the print's report.

-------

-------
                       PROCUREMENT ABSTRACT
     The purpose of this requirement is to provide a hotline that
quickly responds to questions related to the Resource Conserva-
tion  and  Recovery  Act  (RCRA),  the Comprehensive  Environmental
Response,   Compensation and  Liability  Act  (CERCLA),  Underground
Storage Tanks  (UST), the Superfund Amendments Reauthorization Act
(SARA), and the Chemical Emergency Preparedness (CEPP) Community-
Right-to-Know/Title III program.  The hotline will  be the mechanism
for  EPA's  response to inquiries  from  the public  and  regulated
community;  the  referral  point  for document  availability;  the
dissemination  of changing  information;  and the primary means for
answering factual questions on EPA regulations and policies.

     Hotline personnel shall interact with  EPA technical personnel
and  the  public  as  well   as  serve  Federal,  State  and  local
governments.   Hotline  staff shall  be  required  to  coordinate with
EPA  technical, legal  and   policy  staff to  research answers  to
questions  received,  and  to provide  timely,   accurate,  factual,
complete and  courteous responses  to  callers.   The  hotline will
maintain reference files and training programs in support of the
aforementioned  programs.    During the  course  of one  year,  the
Hotline will answer approximately  175,000 questions.  The present
Hotline has  36 telephone  lines  and  is operated  by  35 telephone
operators/information  specialists.

-------
                       PROCUREMENT ABSTRACT
      The Environmental Protection Agency's Office of Solid Waste
desires to negotiate • cost-plus-fixed-fee contract to procure a
contractor with the skill and expertise currently needed by EPA
to support program initiative* in policy options analysis,
program development and implementation, data collection end
analysis, public involvement end training initiatives.  This
procurement places special emphasis on the development and
implementation of closure and financial responsibility
requirements under RCRA, CERCIA and related statutes.

-------
f&S1

-------
CONTRACTS MAXAQEXXHT XAMUXL                             1900  C1Q  3
   QUALITY M8UHANCB REVIEW FOR EXTRAMURAL PROJECTS (CONTRACTS)

    GENERAL INFORMATION

    Descriptive Title:   Hazardous Waste Treatment Technologies,  Wasc*
                         Minimization,  and Rulemaking  Activities
    Sponsoring Program Office:   nffifo r>f soi|dKaate s Emergency Re;
    Approximate Dollar Amount:   $5/500,000

    Duration:     3 Years           	
II.  This contract requires environmental measurements
        x    (YES) Complete fora;  	  (NO) sign form and submit
      with the procurement request.
III.  Quality Assurance Requirements  (Projects involving
       environmental measurements):

YES    NO
 x_   	  a. Submission of a written quality assurance  (QA)
program plan  (commitment of the offerer's management to meet the
QA requirements of the scope of work) is to be included in the
contract proposal.

YES    NO
 x       _   b. Submission of a written QA project plan is to be
included in the contract proposal.

YES    NO
 x    	  c. A written QA project plan is required as a part of
the contract.

YES    NO
 x    	  d. Performance on available audit samples or devices
shall be required as part of the evaluation criteria (see list on
the next page).

YES    NO
 x    	  e.  An on-site evaluation of the offerer's facilities
will be made to ensure that a QA system is operation and exhibits
the capability for successful completion of this project  (see
schedu;  on the next page).

YES    NO
 x    	  f.  QA reports will be required  (see schedule on the
next page).


                              2-yj-i

-------
 CONTRACTS MANAOZXZHT MAtfUAL                            19oo

                                                           t/iS/91
 IV.   Determination (Projects  involving  environmental
 measurement*)

      Percentage of technical  evaluation points assigned to
      QA   7%

      Project Officer  estimate of percentage of cost allocated to
       environmental measures    5%
For each  parameter  measured  attach a summary which provides the
following information:

     a.   Is QC Reference  sampling or device available?

     b.   Are there  split  samples for cross-comparison?

     c.   Is it required for  pre-award?

     d.   Specify  frequency during the contract.

QA System Audits  are required:  Pre-award         ;
during the contract       .
QA Reports are required: with Progress Reports _ ;
with the Final Report  _ .


The signatures below verify that the QA requirements have been
established.
QA Officer:  -    -\     , •        Project Officer:
 Signature       '         /j       /signature


  Date                              Date  ^
                              2-13-2

-------
CONTRACTS MAHA<3EXZNT MANUAL                            1900 CHQ 3
                                                          e/is/91
   QUALITY AflSTOANCE REVIEW TOR EXTRAXURAL PROJECTS (CONTRACTS)

    GENERAL INFORMATION

    Descriptive Title:  	
    Sponsoring Program Office:

    Approximate Dollar Amount:

    Duration:
II.  This contract requires environmental measurements
      	  (YES) Complete form?  	  (NO) sign form and submit
      with the procurement request.
III.  Quality Assurance Requirements (Projects involving
       environmental measurements):

YES    NO
	   	  a. Submission of a written quality assurance  (QA)
program plan  (commitment of the offerer's management to meet the
QA requirements of the scope of work) is to be included in the
contract proposal.

YES    NO
	   	  b. Submission of a written QA project plan is to be
included in the contract proposal.

YES    NO
	   	  c. A written QA project plan is required as a part of
the contract.

YES    NO
	   	  d. Performance on available audit samples or devices
shall be required as part of the evaluation criteria (see list on
the next page).

YES    NO
	   	  e.  An on-site evaluation of the offerorfs facilities
will be made to ensure that a QA systea is operation and exhibits
the capability for successful completion of this project  (see
schedule on the next page).

YES    NO
	   	  f.  QA reports will be required  (see schedule on the
next page).
                                                               *

                              2-13-1

-------
 CONTRACTS KAHAQEKXHT KXNTJXL                            ltoo ^Q 3
                                                          8/15/91
 IV.   Determination (Projects  involving  environmental
 measurements)
      Percentage  of technical  evaluation points assigned to
      QA  	.
      Project Officer  estimate of percentage of cost allocated to
       environmental measures  	.

 For each  parameter measured attach a summary which provides the
 following information:
      a.   Is QC Reference sampling or device available?
      b.   Are there  split samples for cross-comparison?
      c.   Is it required for pre-award?
      d.   Specify  frequency during the contract.
QA System Audits  are  required:  Pre-award         ;
during the contract 	.
QA Reports are required: with Progress  Reports        ;
with  the  Final Report 	.

The signatures below  verify that the QA requirements  have been
established.
QA Officer:                      Project Officer:

 SignatureSignature

  DateDate
                              2-73-2

-------
                                                        Attachment 5b
 QUALIT  ASSURANCE
     By memoranda  of  May  30,  1979, and June  14, 1979, the
 Administrator established  the goal of the EPA Quality Assurance (QA)
 Program to  ensure that all environmentally  related measurements
 funded or mandated by EPA  and interagency agreements be
 scientifically valid, defensible, and of known precision and
 accuracy.   The term  "environmental measurement" applies to
 essentially any field or laboratory investigations that generate data
 related to  chemical, physical; or biological parameters in the
 environment;  determination of the presence  or absence of pollutants
 in vast* streams;  health and ecological effects studies; clinical and
 epidamiolo
-------
    o  Agreement to permit a QA System audit by EPA of the off«ror's
       organiiation and operations at the discretion of the Project
       Officer (PC).  A systematic on-iite aualitativf reviev of
       facilities, equipment, training,  procedures, record-keeping,
       data validation, data management, and reporting aspects of  the
       total QA system will be conducted by PO or designate.   EPA
       requires the avardee to submit a proposed QA project plan for
       the effort required by the contract.  This QA project plan
       will include the QA system of proposed subcontractors.  The
       audits may be performed before or after contract award.

    A QA project plan prepared in accordance with EPA's "Guidelines

and Specification of Preparation of Quality Assurance Project Plans"

(QAMS-005/80)  (available from National Technical Information Service,

Springfield,  VA  22161) must address the following:
    1.    Title page,  with provision for approval signatures

    2.    Table of Contents

    3.    Project Description

    4,    Project Organization(s)  and Responsibilities

    3.    QA Objectives for Measurement Data,  in terms of precision,
         accuracy,  completeness,  representativeness,  and
         comparability

    6.    Sampling Procedures

    7.    Sample custody

    8.    Calibration Procedure*,  Reference*,  and Frequency

    9.    Analytical Procedures

    10.   Data Reduction,  Validation, and Reporting

    11.   internal. QC Check* and Frequency

    15.   QA Performance Audits, System Audita, and Frequency

    13.   QA Reports to Management

    14.   Preventive Maintenance

-------
     15.   Specific procedures  to  be  used  to  routinely assess data
          precision,  representativeness,  comparability, accuracy, and
          completeness  of  the  specific  measurement parameters involved
     16.   Corrective  Action
     For  work-assignment types of contracts, a basic QA project plan
 will initially be prepared by the contractor to cover, in general,
 the  major types of tasks  anticipated which  involve environmental
 measurements.   This  basic QA  project plan will be approved by the PC
 and  QA officer.   For each work assignment,  the portion of the basic
 QA project plan which  is  applicable will be identified and amended or
 revised,  as necessary, and will  be  approved before measurements are
 initiated.  As a minimum,  the procedures to be used to assess data
 precision, accuracy, and  completeness  must  be specified.
     The  offerer will include  in  the proposal, as part of the project
 plan, the  following  information  concerning  management of the QA
 program  for the  projects:
     1.   A statement of policy concerning the organization's
         commitment to implement a  QA  program to assure generation of
         measurement data of  adequate  quality to meet contract
         requirements.
     2.   An organization  chart showing the  position of one QA person
         within  the organization.   It  is highly desirable that the QA
         person  be. independent of the  functional group* which
         generate measurement data.
    Quality Assurance checks  will be conducted periodically during
 contract performance by EPA through the  use of control check
 samples.  These  control check samples  will  be labeled similarly to
 the regular field samples.  Control check samples will contain one or
more of ths substances suspected of being in the test sample.
Compliant performance  is  dsfined as that which yields correct
identification and measured concentrations  which are  within the  range

-------
of one-half-to-tvo times the true concentration.  Contaminants to b*
measured may include, but are not limited to, the chemicals listed in
40 CFR 261.33 (•) and (f) and chemicals listed in Appendix vui of 40
CFK 261.

-------

-------
                             SOURCES


      Competitive bidding procedures are recommended to eliminate
the potential for conflict of interest.   No contractor will be
considered who ovns or operates a hazardous waste management
facility.  Potential contractor* who should receive a Request for
Proposals should include but not be limited to:


  1)   A.T. Kearney
      225 Reinekers Lane
      Alexandria, VA  22314

  2}   SAIC
      8400 Westpark Drive
      McLean, VA  22102

  3)   NUS
      910 Clopper Road
      P.O. Box 6032
      Gaithersburg, MD  20677-0902

  4)   McLaren-Hart
      1911 North Port Myers Drive
      Arlington, VA  22209

  5}   Dynaaec  (Dynamic Bldg.)
      2275 Research Blvd. (Suite 500)
      Rockville, Maryland  20850-3268

  6)   Versar, Inc.
      6800 Versar Center
      Springfield, VA  22151

  7)   Battelle Columbus Laboratories
      505 King Avenue
      Columbus, OH  43201-2693

  8)   Greenhome and O'Mara Inc.
      Attn: Keith Vhiteknight
      9001 Edmonton Road
      Greenbelt, MD  20770

-------

-------
                 INDEPENDENT GOVERNMENT ESTIMATE


     The estimated total cost and corresponding labor hours for the
base period and subsequent option periods of effort are listed in
the tables below.  These costs and labor hours are deemed sufficient
to meet the requirements of the proposed acquisition as follow:

             BASE PERIOD                   BASE PERIOD OPT OOANT
      Hours       S/Hour   Total S    Hours      S/Hour   Total S
P-4   2,000       $35.    $70,000     1,000      $35.     $35,000
P-3   6,000       $25.   $150,000     3,000      $25.     $75,000
P-2   2,000       $17.    $34,000     1,000      $17.     $17,000
P-l   3,000       $10.    $30,000     1,500      $10.     $15,000
T-2   2.000       $7.    $ 14.000     1,000      $7.      S 7.000
     15,000              $298,000     7,000             $149,000

Overhead  100%           $298,000                       $149,000

ODC'S                    $ 30,000                       $ 15,000

G&A        10%           S 62.600                       $ 31.300

Total Estimated Cost     $688,600                       $344,300

Option Period I         *$721,000                      *$360,500

Option Period II        *$756,000                      *$377,800

*These total dollar amounts  reflect a 5% escalation  of  the base
period direct  labor rates.  All other rates  will  remain  constant
throughout the life of the contract.


RATIONALE

     The amount of  direct labor and the  relative  dispersal of P-
Level amounts are derived from historical  information obtained from
the current  contract  and the Project Officer's best  estimate of
continuing and future work in this area.  The current contract and
contracts utilizing similar services were examined to corroborate
the  validity  of   the  Government   estimate.   Further,   similar
Government rates,  (ie.  Environmental Engineer, GS-13) were utilized
in an attempt to bolster the reasonableness of the labor estimates.
The Washington  Cost Advisory  organization,  (WCAO) at  PCMD,  was
contacted for determination of a proper escalation factor necessary
to  estimate the  option  periods.  In  this case   5%  is deemed
acceptable. ODC and travel  costs  are expected  to  be  constant at
$30,000.00 per year for the life  of the  contract.  This figure is
approximately 5% of the base year level  of  effort and consistent
with historical and actual contractual  information. Likewise the
estimates  for  Overhead  and  GSA  are  derived  from current  and
historical information.

-------

-------
Definitionof Labor classifications

     PROFESSIONAL

     (1) Level 4 - Senior Professional (Principal Managementi

     The Principal Management shall have a combination of at
least eight (8) years of professional experience in the following
three areas:   (1) planning, conducting, and participating in
short-term studies; (2) the design, review and evaluation of
management and administrative systems; and (3) the provision of
management support.  At least some of the experience shall
include scheduling work to meet completion dates, estimating
manpower meeds and reviewing project progress and making changes
in methodology, where necessary.  This individual plans,
conducts, and supervises projects of major significance,
necessitating advanced knowledge and the ability to originate and
apply new and unique methods and procedures.  This person
supplies technical advice and counsel to other professionals and
generally operates with wide latitude for unreviewed action.  In
addition, this individual shall have at least a masters degree in
business administration, management, public administration, or
related discipline unless the individual can meet the following
criteria for experience/qualification substitution.

     Experience/Qualifications Substitutions

     A bachelor's degree, plus any combination of additional
years experience and graduate level study in the proposed field
of expertise totaling two (2) years is an acceptable substitute
for a masters degree.  Additional years of graduate level study
in an appropriate field will be considered equal to years of
experience on a two-for-one basis.

    (2) Leva.!. 3 - Mid-Professional/Senior Analyst;^ Project
        Director'

     The Project Director shall have a combination of at least
three  (3) yearm of professional experience in the following three
{3} areas:  (1) participating in short-term studies;  (2) the
design, review and evaluation of management and administrative
systems; and (3) the provision of information management policy
support.  This individual receives assignments associated with
projects from the senior professional translating technical
guidance received to usable data applicable to the particular
assignment.  Assignments are varied and require some originality

-------
and ingenuity.  In addition, this individual shall have at least
a masters degree in the social sciences, management, business
administration, public administration, or related discipline
unless the individual can meet the following criteria for
experience/qualification substitution.

     Experience/Qualifications Substitutions

     A bachelor's degree, plus any combination of additional
years experience and graduate level study in the proposed field
of expertise totaling two (2) years is an acceptable substitute
for a masters degree.  Additional years of graduate level study
in an appropriate field will be considered equal to years of
experience on a two-for-one basis.

     (3)  Leve]^2 - Junior Professional/Analyst {Assistant Project
         Director)

     Assistant Project Directors shall have a combination of at
least two (2) years professional experience in the following
areas:   (l)  participating in short-term studies;  (2) the design,
review and evaluation of management and administrative systems;
and (3) the provision of information management policy support.
This individual gathers and correlates basic data and performs
routine analyses.  This person shall worX on less complicated
assignments where little evaluation is required. In addition,
this individual shall have at least a bachelor's degree in the
social  sciences, management or business, unless the individual
can meet the following criteria for experience/qualification
substitution.

                    i ications Substitutons
     Any combination rf additional years of experience in the
proposed field of expertise plus full-time college level study in
the particular field totaling four (4) years will be an
acceptable substitute for a bachelor's degree.  Additional years
of graduate level study in an appropriate field will be
considered equal to years of experience on a two-for-one basis.

    (4) Level 1 - Junior. Associate  (Telephone Operators/
        Information Specialists)

     Telephone Operators/Information Specialists shall have one
(1) year of experience and a bachelor's degree in the science,
technology, law, or environmental field.  Specific experience on
a technical hotline may substitute for educational background.

-------
     Experience/Qualifications Substitutions

     Any combination of additional years of experience in the
proposed field of expertise plus full-time college level study in
the particular field totaling four (4) years will be an
acceptable substitute for a bachelor's degree.  Additional years
of graduate level study in an appropriate field will be
considered equal to years of experience on a two-for-one basis.

     Any specialized education, such as an internship, research
in any of the five areas specified in the Statement of Work,
and/or journal articles., etc., could substitute for actual work
experience.

-------
                  HHHHHHHHHHKHHHHHHHHHHHHHH
HHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHH
HHHHHHHHHHHHHHKHHHKKHHHHHHHHHHHHHHHKHHHHHHH
HHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHH
HHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHH
HHHHHHHHHHHHHHHHHHHHHHHKHHHHHHHHHHHHHHHHHHH

-------
MEMORANDUM
SUBJECT:  Appointment of Technical Evaluation Panel  (TEP)
          Membership

FROM:     John/Jane Doe, Project Officer

TO:       Robert Redford, Contracting Officer

     It is requested that the following personnel be approved for
inclusion to the TEP for the upcoming acquisition entitled "OSW
Hazardous Waste Treatment Support".
Bernie DuBoise:
     Job Title:
    Experience:
     Education;
   Lisa Sludge;
     Job Title;
    Experience;
    Education:
Chairperson
Environmental Engineer
20 years of specialized experience in the
Hazardous Waste Treatment arena. 10 of those
years with the Office Of Solid Waste at EPA.
Currently a Project Officer assigned to contract
68-WO-lOOO dealing with similar task
requirements.
BS - Industrial Engineering at the University of
Virginia, MS - Engineering at MIT.

Member
Environmental Specialist
10 years of experience in solid waste treatment
of used oils and flammable liquids. Has worked in
OSW for the last 3 years on projects similar in
nature to the requested acquisition.
BS - Environmental Sciences at the University of
Maryland. MS - Environmental Engineering at Texas
A&M.
   Chuck Trash: Member
     Job Title: Computer Specialist
    Experience: 5 years of experience at EPA in hazardous waste
         computer modeling. Last three years have been
                spent working on contract 68-W9-1000 involving
                similar job tasks.
     Education: BS - Computer Sciences at California
                Polytechnical Institute.

     All of the recommended TEP members have the relevant
expertise necessary to adequately evaluate proposals submitted in
response to the requirements of this acquisition. Consequently,
it is recommended that tney be approved for inclusion into the
Technical Evaluation Panel.

-------


-------
CONTRACTS KANAOEXZtfT  KAtfUXL                             3.900  CHQ  3
      JUSTITICATIOM TOR OTEBSt TEAS FULL AMD OP EX COMPETITION
                        PART  I - BACKGROUND
      The Justification  for Other Than Full and Open Competition
 (JOFOC) shall  include the following background information:
      1.  Date;
      2.  Program Office;
      3.  Project Officer  (Include Name, Title, Phone, E-mail
          and Kail code);
      4.  Project Identification (Title, Contract Number);
      5.  Description of supplies or services required;
      6.  Period of Performance (Base year and Options) or
           Date of Delivery;
      7.  Estimated Contract Amount (List cost for base year and
            each option separately);
      8.  Proposed Contractor (Name, Address and Phone);
                     PART II - JUSTIFICATION
    The Justification shall address the elements in FAR 6.303-
2(a)(2) through (5), (9) and (11) and EPAAR 1506.3.  Identify the
authority listed in FAR 6.302 which permits other than full and
open competition.  Provide specific support for the authority
used.
   PART III - PROGRAM OFFICE DIVISION DIRECTOR'S CERTIFICATION
     The JOFOC shall include a statement, signed and dated by the
Program Office Division Director, that certifies that any
supporting data which forms the basis for the JOFOC is complete
and accurate.
          PART IV - CONTRACTING OFFICER'S DETERMINATION
     The Contracting Officer's determination shall address the
elements set forth in FAR 6.303-2(a)(6),  (7), (8) and  (10).  Each
JOFOC shall contain a certification, signed and dated by the CO,
which states the justification is accurate and complete to the
best of his/her knowledge and belief.
                              2-14-1

-------
CONTRACTS KAMAdKXZHT HAHUAL                            1900 CHG 3
                                                          i/15/91
                             V - APPROVA
     JOFOCs for procurements estimated at less than $100,000
shall be approved by a level higher than the CO; JOFOCs over
$100,000, but not exceeding $1,000,000, shall be approved by the
Competition Advocate; JOFOCs exceeding $1,000,000 shall be
approved by the Director, Procurement and Contracts Management
Division.
                              2-74-2

-------

-------
           RXQUIST FOR ADVISORY AHD ASSISTANCE SERVICES

                          IT REQUEST CERTIFICATIQsl
Project   Title:     Technical,  Programmatic,  and  Institutional
Assistance  in the  Implementation of Subtitle I of RCRA.

I   have   reviewed  the  subject   Procurement   Request  and  the
accompanying documentation and  find that:

A.   This requirement is for  advisory  and assistance  services as
defined in Subpart 37.2 of the Federal Acquisition Regulations, FAC
84  - 49.  These services include assistance  in the implementation
of  regulations, policies, and programs related to the underground
storage  tank  program (Subtitle  I).   These  services  will not be
used:  in performing  work  of  a policy,  decision-making,  or
managerial  nature which is  the direct  responsibility of agency
officialsi  to  bypass   or  undermine  personnel  ceilings,  pay
limitations, or competitive employment procedures; contracted for
on a preferential basis to former Government employees; used under
any circumstances  specifically  to aid in influencing or enacting
legislation; or  used to obtain professional or technical advice
which  is  readily available within the  agency or another Federal
agency.    The  award  of  the  contract  will   be  through  open
competition.

B.  The required services Include  technical  assistance to EPA and
States,  developing and delivering training programs, conducting
surveys,  and providing  general and  research assistance.   such
assistance is needtdby the underground storage tank program and will
not    .necessarily" duplicate any previously  performed  work or
services.

C.  This  contract  is scheduled  for award  by  March 1,  1990.  There
will not  be any other contracts  dedicated to the specific goals
contained in the specialiied  scops of work  in this requirement.
                 ¥
Assistant Administrator,  OSHER                        Date

-------OCR error (D:\Scanspot\Jobroot\ws2\90100000\tiff\9010002M.TIF): Saving image to "D:\Scanspot\Jobroot\ws2\90100000\tiff\9010002M.T$F.T$F" failed.

-------
 CONTRACTS  MAHXGEMZMT MANUAL                            1900  CHO 3

                                                           8/15/91
                  SAMPLE REQUEST FOR APPROVAL Of
                 ADVISORY AMD ASSISTANCE SERVICES
SUBJECT:  Approval  of Advisory and Assistance Services

FROMs      (Assistant Administrator for Requesting Office)

THRUt     David J.  O'Connor, Director
          Procurement and contracts Management Division

TOs       Charles L. Grizzle, Assistant Administrator
          Office of Administration and Resources Management


     I am requesting your approval of a proposed acquisition
involving advisory  and assistance services as defined in Office
of Management and Budget (OMB) Circular A-120.  The proposed
acquisition, (insert title) , is necessary to support our program
in the following areas:

     (describe briefly the  services to be performed under the
     proposed acquisition)

     In accordance  with OMB Circular A-120, I certify that the
services to be performed will not: 1) unnecessarily duplicate any
previously performed work or services; 2) be used in performing
work of a policy decision-making or managerial nature; 3) be used
to bypass or undermine personnel ceilings, pay limitations or
competitive employment procedures; 4) be contracted for on a
preferential basis  to former Government employees; 5) be used
specifically to aid in influencing or enacting legislation; or 6)
be used to obtain professional or technical advice which is
readily available within the Agency or another Federal agency.
Accordingly, it is  determined that the requested services are
appropriate and meet the requirements of OMB circular A-120, the
Federal Acquisition. Regulation 37.2, and applicable EPA guidance.
     CONCUR
     APPROVED
               David J. O'Connor, Director
               Procurement and Contracts Management Division
               Charles L. Grizzle, Assistant Administrator
                for Administration and Resources Management
cc:  contracting Officer
                              2-1-1

-------


t


-------
                           ATTACHMENT F

                          AWARD FEE PLAN


I.  THE AWARD FEE PROCESS

     The process consists of two evaluation periods, each lasting
for six consecutive months.  The first period will begin on the
date of award of the contract.  The award fee process consists of
four major steps as follows:

     step 1:   Performance Evaluation Reporting

     Step 2:   Performance Evaluation Summary Reporting

     Step 3:   Performance Evaluation Board Award Fee Package
               Preparation

     Step 4:   Award Fee Determination.

These steps are described below.

     Step 1;  Performance Evaluation
               The award fee process is initiated by the
               Contractor Task Managers, who are responsible for
               preparing Performance Evaluation Reports (PERs)  on
               each work; assignment they have worked on (active
               and closed) during the evaluation period.  For
               closed work assignments, PERs should be completed
               as part of the work assignment closeout process,
               rather than waiting until the end of the
               evaluation period.  For active work assignments,
               they should be prepared at the end of the
               evaluation period.  All contractor PERs vast be
               submitted to the Contractor Program Manager and to
               the EPA Work Assignment Managers no latsr than
               Day 2 of the award fee process.

               Upon receiving the PERs from the Contractor Task
               Manager, the Contractor Program Manager is
               responsible for reviewing them for completeness
               and accuracy.  The Contractor Program Manager
               should inform the Contractor Task Manager of any
               modifications and ensure that they are made before
               signing the PER.  It is important that this be
               done no later than Day 5 of the award fee process.

               The EPA Work Assignment Managers (WAMs) are
               responsible for reviewing the PERs generated by
             , the Contractor Task Managers to identify
               inconsistencies, discrepancies, and any other
               problems that should be discussed.  EPA WAMs are

-------
          also responsible for preparing EPA PERs on all
          work assignments (active and closed) implemented
          during the evaluation period.  EPA PERs must be-
          completed by the WAMs and submitted to the EPA
          Project Officer, along with the contractor PERs,
          by Day 6 of the award fee process.

          Upon receipt of the contractor's and EPAs PERs,
          the EPA Project Officer is responsible for
          reviewing them for completeness and accuracy.
          Modifications should be made to EPA PERs, as
          appropriate.  The Project Officer should then sign
          the EPA PERs and retain copies of both them and
          the contractor PERs for historical and reference
          purposes.

gtep 2;   Performance Evaluation Summary Reporting

          Upon receipt and review of the contractor's and
          EPAs PERs, the Contractor Program Manager and the
          EPA Project Officer are each responsible for
          preparing Performance Evaluation Summary Reports,
          one for CERCIA and one for RCRA work assignments.
          Following completion of the summary reports, the
          Contractor Program Manager and the EPA Project
          Officer should meet to discuss the reports and any
          significant problems or differences that may
          exist.  Change* may be made if appropriate.
          Copies of these summary reports will become part
          of the PEB Award Fee Package that is prepared by
          the EPA Project Officer.  The summary reports must
          be finalized and ready for assembly into the PEB
          Award Fee Package no later than Day 30 of the
          award fee process.

Step 3:  PEB AwardFee Package Preparation

          Concurrently with preparing the CERCLA and RCRA
          Performance Evaluation summary Reports, the EPA
          Project Officers are responsible for preparing and
          assembling the PEB Award Fee Package, which
          contain* all the materials that the PEB will
          review and evaluate in determining the amount of
          award fee to recommend for the contractor.
          Included in the package is information on the
          number and types of work assignments issued during
          the evaluation period, the level-of-effort  (LQE)
          hours expended, the amount of resources utilized
          during the period, a copy of the Award Fee Summary
          Chart, the EPA Project Officers Performance
          Evaluation Summary Report, the Contractor Program
          Manager's Performance Evaluation Summary Report,
          the performance evaluation scoring ranges, a copy
          of the Award Fes Plan, and ths calculation of

-------
               available award  fee.  The PEB Award Fee Package
               must be assembled and sent to the PEB by no later
               than-Day 30 of the award fee process.
                                                              t

     Step 4;  Award fee Determination

               Upon receipt of  the PEB Award Fee Package, the PEB
               is responsible for reviewing and evaluating the
               contractor's performance.  This must be completed
               by Day 38 of the' award fee process.

               Following conclusion of the PEB meeting, the EPA
               Project Officer  is responsible for preparing a
               CERCLA/RCRA joint report of the PEB's findings and
               recommendations.  This report, which must be
               completed by Day 55 of the process, will contain
               evaluative assessments and ratings for both CERCLA
               and RCRA.

               within seven days of receiving the PEB's report,
               the Headquarters TES Contracting Officer is
               responsible for  issuing an award fee notification
               letter to the contractor.  This should be done by
               Day 65 of the award fee process.  The contractor
               should receive the notification by Day 68 of the
               process.  The contractor is then allowed to
               invoice the award fee for payment.  Costs for
               award fee will remain in the "Estimated Costs
               Outstanding11 portion in the monthly report until
               the contractor receives the award fee
               notification.

II.  COORDINATION OF THE PERFORMANCE EVALUATION
     PROCESS

     This section describes the organization, roles, and
responsibilities of EPA and contractor personnel; the preparation
of PERs; the preparation and submission of Performance Evaluation
summary Reports; the preparation of the PEB Award Fee Package;
and the PEB review and evaluation of the contractor's
performance.

Organization. Roles and Responsibilities of EPA and Contractor
Personnel

       Ther« are four distinct  groups of EPA and contractor
personnel involved with the award fee performance evaluation
process:

                 EPA Work Assignment Managers
                 EPA Project Officers
                 Contractor Program Managers
                 Contractor Task Managers.

-------
The roles and responsibilities of each group are highlighted
below.

       EPA Work Assignment Managers

            EPA Work Assignment Managers are responsible  for the
       day-to-day monitoring of contractor performance  in
       implementing work assignments.   They are  also  responsible
       for preparing PERs on each work assignment that  they have
       worked on during the evaluation period.   Details
       concerning the preparation of PERs are discussed later  in
       this section.

       EPA Proleet Officers

            The EPA Project Officer is responsible for  reviewing
       all PERs, including those prepared by the contractor, to
       ensure that they have been completed accurately  and
       fairly.  The Project Officer must also ensure that the
       performance ratings completed by the various Work
       Assignment Managers are evaluated in a consistent  manner
       and that the ratings are supported by the accompanying
       narrative justification.  If there are problems  with the
       way in which PERs have been completed, the Project Officer
       should notify the EPA Work Assignment Manager  or the
       Contractor Program Manager to resolve these problems.   If
       the rating, based on the narrative, needs to be  adjusted,
       the Project Officer should make the adjustment after
       discussing it with the Work Assignment Manager.  This
       discussion is important to assure that the narrative  is
       accurate.  If the PERs are satisfactory,  the Project
       Officer should assess the contractor's performance on the
       work assignment and provide an overall performance rating.
       The Project Officer should then sign the  PERs  and  file  -
       them for historical and reference purposes.

            Another responsibility of the EPA Project Officer  is
       the preparation of the Performance Evaluation  Summary
       Reports.  These reports are discussed in  detail  later in
       this section.  Once completed,  the Project Officer should
       meet with the Contractor Program Manager  to discuss the
       content* of these reports and to resolve  any problems or
       differences that exist,  close coordination with the
       Contractor Program Manager is very important as  a  means of
       ensuring that discrepancies in perceived  contractor
       performance are resolved satisfactorily.

            Concurrent with development of the Performance
       Evaluation Summary Reports, Project Officers also  must
       prepare the PEB Award Fee Package, which  is discussed
       later in this section.  Following the PEB meeting, they
       are responsible for preparing the joint PEB report of
       findings and recommendations.

-------
       Contractor Task Managers

            Contractor Task Managers have equivalent
       responsibilities to EPA Work Assignment Managers; that is,
       they are responsible for preparing PERs on all work
       assignments implemented during the evaluation period.

       Contractor Program Managers

            The Contractor Program Manager's responsibilities are
       similar to those of the EPA Project Officer's.  They
       receive, review, modify, and sign contractor PERs, and
       they prepare Performance Evaluation Summary Reports.  They
       do not, however, prepare the PEB Award Fee Package nor the
       PEB report.

            When problems are identified in PERs, all parties are
       responsible for resolving these problems.  Contractor and
       EPA ratings for projects are not required to be the same.
       The EPA Project Officer and the Contractor Program Manager
       will review discrepancies.

Preparation of Award Fee Performance Evaluation Reports

       PERs are required for all work assignments (active and
closed) implemented during the evaluation period.  Both EPA (Work
Assignment Manager) and the contractor (Contractor Task Manager)
are required to complete these PERs.  A copy of the PER from is
shown in Exhibit l.  This same form will be used by both EPA and
the contractor.  Also, it will be used for both CERCLA and RCRA
work assignments.  Boxes are included at the top of the form to
designate whether it is EPA or contractor initiated and whether
it is for a CERCLA or RCRA work assignment*  Boxes are also
provided to indicate which tasks and which milestones are being.
evaluated.

       In using the PER form to evaluate the contractor's
performance on a work assignment, the evaluator should use the
four performance criteria listed on the PER as the basis for this
evaluation.  These criteria are as follows:

                 Technical Competence
                 Schedule
            .    Cost Control
                 Management.

They were developed to provide a uniform basis by which to
evaluate any work performed by the contractor.

       Next to each of the criteria on the PER is a box  for
rating the contractor's performance.  The ratings range  from 5 to
I, and should be interpreted as follows:

-------
            "5" - outstanding
            "4" - Exceed Expectations
            "3" - Satisfactory
            "2" - Marginal
            "1" - Unsatisfactory

       Exhibit 2 provides example guidelines for using the rating
 scale  to  score each of the criteria,  in addition to rating each
 Individual criterion/ the evaluator should also provide        -
 supporting comments to justify the rating given.  It is very
 important that these comments, particularly for criteria rated
 high  ("5") or low ("I"), include examples of how and whv
 performance was either meritorious or deficient.  Space is
 provided  on the PER for this purpose.

       The PER also provides for an overall rating, which should
 be used in lieu or an arithmetic average rating to allow the
 evaluator to subjectively weigh the individual criteria with
 respect to any given work assignment or work assignment task.
 The evaluator must also prepare a narrative to describe the
 contract's overall performance, which can be drawn from the
 supporting comments made on each of the individual criteria.
 Overall ratings should be provided by the EPA Project Officer and
 the Contractor Program Manager, as well as the EPA Work
 Assignment Manager and the Contractor Task Manager.

       At the very bottom of the PER form is a signature block.
 If the PER is being completed by EPA, it must be signed first by
 the Work Assignment Manager and then by the Project Officer.  If
 it is being completed by the contractor, it must be signed first
 by the Contractor Task Manager and then by the Contractor Program
 Manager.  Copies of all PERs must be maintained in EPA office
 files.

       In order to facilitate the preparation of PERs, both by
 EPA and the contractor, it is suggested that they be completed as
 soon as a work assignment has been closed, rather than waiting
 until the award fee process begins.  This will not only expedite
the preparation of PER», it will also prevent an excessive amount
 of paperwork that otherwise would be necessary at the end of the
 evaluation period.  In addition, by completing the PER
 immediately following the' completion of the work assignment, the
 contract or'a performance will be fresh in the mind of the.
 individual who is evaluating the work assignment.  By waiting
 until the end of the evaluation period, relevant information may
 be forgotten or be more likely to be misinterpreted than if the
 PER is filled out at the time when the work assignment is
 completed.

       Also, in order to reduce the amount of time and cost in
preparing PERs, it is strongly suggested that they be handwritten
 rather than typed.  Care must be taken, however, to ensure that
all handwriting is legible.

-------
Preparation of Performance Evaluation Summary Reports

       Both EPA and- the contractor are responsible for preparing
typed Performance Evaluation Summary Reports after each
evaluation period.  Two separate summary reports are
required— one for CERCLA work assignments and one for RCRA work
assignments.  Copies of the forms used for these reports are
shown in Exhibits 3 and 4, respectively.  The same forms are used
by both EPA and contractor personnel in completing the summary
reports.  Space is  provided in the block at the top of each form
to indicate whether the report is that of EPA or that of the
contractor.  Space  is also provided for the contractor's name,
the contract number, and the evaluation period for which the
report is being prepared.

       In preparing the summary reports, the EPA Project Officer
and the Contractor  Program Manager should review and analyze the
individual work assignment PERs submitted to them by the EPA Work
Assignment Managers and Contractor Task Managers.  Four pieces of
information need to be determined for each PER:

            The work assignment number

            The specific task that was evaluated

            The estimated number of hours expended for the task

            The numerical rating provided for the task.

The tasks identified in the PERs should correspond to those
included on the summary evaluation forms (note that CERCLA tasks
differ from RCRA tasks) .

       With this information it will be possible to complete the
summary evaluation  reports, including calculation of the total
number of work assignments carried out for each type of task, the
total number of estimated hours expended on each type of task,
and the average numerical rating for each type of task.
             2 and 3 of the summary evaluation report (Narrative
Summary) are provided for the purpose of summarizing the
contractor1* overall strengths and weaknesses on each performance
evaluation criterion; that is, technical competence; scheduling;
cost control; and management.  This narrative summary should be
prepared based on a review of each PER and an assessment of the
contractor's performance in addressing the technical, scheduling,
cost, and management requirements of each work assignment.  An
overall average rating for each performance evaluation criterion
should also be calculated and entered on the form.

       Once completed, the summary evaluation report should be
signed and dated.  A signature block is provided on Page 3 of the
form for this purpose.  The EPA Project Officer and Contractor
Program Manager are then responsible for getting together to

-------
review each other's reports and to discuss and resolve any
discrepancies, problems, or issues that exist.

       After conclusion of the meeting between the EPA Project
officer and the Contractor Program Manager, the Performance
Evaluation Summary Reports should be prepared for assembly into
the PEB Award Fee Package. Preparation and assembly of the
summary reports should be accomplished no later than Day 30 of.
the award fee process.  It is suggested that'in order to ensure
meeting this deadline, the EPA Project Officer and the Contractor
Program Manager begin preparing the summary reports immediately
upon receiving the individual PERs.

Preparation of PEB Award fea package.

       The EPA Project Officer is responsible for preparing the
PEB Award Fee Package. - Both CERCLA and RCRA evaluation materials
are included in the package.  Specific items that should be
included are as follows:

            TES Summary for the Evaluation Period

                 Work assignments issued
                 LOE hours expended

            TES Resource utilization

                 Evaluation period
                 Year-to-date

            TES Award Fee Summary Chart

            Project Officer's Performance Evaluation Summary
            Report

                 CERCLA
                 RCRA

            Contractor's Performance Evaluation Summary Report

            -    CERCLA
                 RCRA

            TES Graphics

            -    Work assignments issued
                 Staff hours expended on work assignments for
                 CERCLA/RCRA
                 Dollars expended on work assignments for
                 CERCLA/RCRA

            TES Performance Evaluation Scoring Ranges

-------
            TES Award Fee Plan

                  Calculation of available award fee.

       The Project Officer should ensure that the PEB package is
assembled and ready  for submission to the PEB no later than Day
30 of the award fee  process.

PEB Review and Evaluation

       The PEB is responsible for evaluating the contractor's
performance by reviewing the materials contained in the PEB Award
Fee Package.  Members of the PEB include the following:  Section
Chief, Headquarters  Office of Waste Programs Enforcement (OWPE),
•Contracts Management Section; Section Chief, Headquarters
Procurement and Contracts Management Division (PCMD); and an OWPE
CERCIA/RCRA Division Director.

       Following PEB review and evaluation of the award fee
package, the EPA Project Officer is responsible for preparing a
report of the PEB's  findings and recommendations covering both
CERCLA and RCRA activities.  The report will serve as an official
record of the PEB meeting and is sent to the Headquarters TES
Contracting Officer  in PCMD.

       once the PEB  Award Fee Package is received, the PEB will
have five days to review it and one day to evaluate the
contractor's performance by providing an overall score for each
criterion.  The EPA  Project officer will have six days to
complete the PEB report of findings and recommendations.  This
PEB report should be sent to the Headquarters TES Contracting
Officer no later than day 55 of the award fee process.

Award Fee Notification

       The TES Contracting Officer is responsible for preparing
an award fee notification letter to be sent to the contractor
explaining how much  of an award fee the PEB has decided upon.
Accompanying this letter is a copy of the PEB report that
provides evaluation  scores on each performance criterion and
explains why these scores were given.  Once the contractor
receives this letter, the Government can be billed for the award
fee.

-------
                                           EXHIBIT  L
                            Wot* Assignment Perfc
                                                      i Evaluation Report*
                                                                                   Contractor
  Region
             RCRA/
            CERCLA
Site/Facility
Task
Prime Contractor/
 Subcontractor
      Work
 Assignment No.
                  Estimated
                    Hours
      Evaluation Period
                Milestones Evaluated
                               Prom:
                                               To:
      Performance
        Criteria
                             Ptrt.
                             Rating
                             n-5)
                    Rating Justification
A. Technical
    Tec
     • E
      OnginaWy at Product
      Support (>. j.. Adh«nne» lo
3.  Schedule
      Priority A4ju*tm*fl«
 C.
     Co« MnfcmuDon
      Pra^d
      LOG
      *ocm«c» a* Co* fraitalent
 D.  Management
 • R«ioure» Utittutm
 - Subaortneting   • B«portng
 - Equipment      • QuiBy
 P.C.'s (C.P.M.1)
 Overall Rating
 R.C.'s (R.M.'s)
 Overall Rating
4. ExcMdi Expeeattem/
S.
                               EPA Primary Contact
                         Contractor Project Manager

                              EPA Regional Contact
                       Contractor Regional Manager
* This form is intended for both EPA and TES contractor use.
  It should also be used for both RCRA and CERCLA assignments.

-------
                                                             EXHIBIT  2
                                        RAliNG GUIDELINES f OH PERf OHMANCE EVALUA1ION CMTEHIA
   RATING
                                                                     MJ*ONMAMCt tVAlUAHQMCMIIMA
                               IfCIMCM
                              COMfHMU
                                           •CMiOMC
                                                                                                    COS!
                                 MOMMtYSlS.
OUItT
                        C*
THC Ml MNMMCM M MMMEUMO


          VftKCftflilk OOIIAAMO
                                    OtUGMAI SOttUUtWMMtl
                                    WnMQUUIMUMC,
                                    KSKMSMtMU
                                                           SflMffSCOMfliUD
                                                           «KH»CAM
                                                           •ocauu
                                                                                      I Al A
                                                                      lUMCAMIKHtUUCiUUJbl
                                                                      10 TMt CMCMHMUM1HAH
                                                                      OfMUMAUVtSIHAUDttASUlUM
                                                                      C(MIHACIUH« i>»OMU
                                                                      «CWMAU COS.I HHOKCIUMS
                                                                      MHMVSWMMCK.D
                                                                                                                              NHkttM
                                                                                                                              tNUMTQUMn*
                                                                                                                                        .MaOMCMMi.
  EICfEMO
fWiCI ATOMS
UUMIIVWA&MIOViJkMHMif
Of tlftHtNU IMIHIMIMI
r»« CQNIIMC IONS (MM It*
PAtinnotrtitt*
                                    MMHMCMC *Mf NMiC
                                    MUMNHMHiSS
                                                           SiRVttSCQMHllUOMltAO
                                                           OffCMKOULf
StHVCiStOMMHtOAl A
Hi OUCi 0 OKI IO It*
GOWtJMMtNI IIWMtJHKiMAtlV
i SIMAIf O.CU6I moXCIOMS
ACCUMIfl* SMOWt&IMAItO
CO61C

CONIHAtlOHUUJHIi
SHOWN iu "rmiri eosi i
» UHCIIUNS UAMAtiCO
i>ftCIMM » HtSMtMC
MCOEI OH !•* SAWMCS
  SATfefACIOftf
 O tWtH*M^ NNINSMUIH
 1 » « GOMIMC 1 QW *&! IWO (f MS
                                                           OHUMMSCHtDUUNASHM
                                                           SCHtDUU HMHOUI I>HQKII
                                                                      AVAt Aikt CUSI SAtfMCS
                                                                      NOI IMtM AMANIACC
                                                                      or
                                                                                             POOHUHUMlMklf CU&l
                                                                                             VMOACMOMt
                                                                                                        ONt UH A »t WfUJNI HAC IMU
                                                                                                        AUUUAItl ». HtMl IMi M
                                                                                                        CUSI OVttMMS AMU IME
                                                                                                        OttAVS
                        COWY ItM^t VCII Ml MAM*
                        0» IMJUH UCHMKM UH
                        MANM^HIM M*AS
                        AOUHtiitO
                                                                  SCKidutl: **i»«)l
                                                           1 Alt AS IO IIAVt WjK II 11
                                                           Millet* iMtllVKI
                                                           NtiiAIWIIYMfM. III!
                                                        1  HUHJIMI
                                                                      AHAIt
                                                                      iHtLM^iPM IUUM.I


                                                                      CUblH«>«t in «.'. II 1114 It
                                                                      OVtlWKKJ 1 l«IUNlltl«IUUUll|
                                                                      NUI HNUWtMU

-------
                                        EXHIBIT  3
                                                                               Page 1 of 3
PtRFORMANCI IVAUU/ ~ *>N SUMMARY REPORT
AwvdPMf& S'CCRCLA
EPA I 1 Contractor 1 	 1
Contract * Contractor Regions Evaluation Pencd
From: To:
Was contractor notified about evaluations on all W.A.s?
YM , „ 	 ., Nfl ^ If not whynat?


Task Summary
CERCL>
RtSDonsibl« Party S«arch»«
Enforctmtnt Support S«n/ic«c
Htaltn/Environmtmai
As8»$«m*ma
Design of Errtorc«m«nt
Studies
£nforc«m«nt Ftasibilrty
Study
Spaoal Laboratory
S«rvicM
Rtvttw o! R*sponsibl«
Party Plant
Exptrt Consuttantsy
WitntssM
Data Manag«m«nt
Cost R«cov*ry
Fi«W Work
Policy and Program Support
Oversight of R«tpontibl«
Party Actions
Community Relations
Training /


Number of Work
Assignments















Total
Estimated Hours
(This Period)















Total
Average
Numerical Rating










•




Overall
Rating
This form is intended for both EPA and TES contractor us*.

-------
                                              NARRATIVE SUMMARY
                                                                                  Page 2 ol 3
     Perkxmanca
      Evaluation
       Criteria  _
Overall
Rating
Strengths
Weaknesses
A.  Technical

 Eltacltvanass of Analysis/
Originally of Products
Organization
Support (a.g.. Adhwenca to
 nagutotioM and PracaduiM)
ThoiDughnaM
 B. Schedule

. Besponsivanass (a g.. Wo*
 PtanDavatopmant.
 DafcMiablM)
  Adhaianca to Established
  Patiod ol Partotmanca

-------
                                           NARRATIVE SUMMARY
                                                                                               Page 3 ol 3
     Performance
      Evaluation
        Criteria
                    Overall
                    Rating
Strengths
Weaknesses
 C. Cost
. Bu
idQet Maintenance
 Cod Minimization
  IOE
  Tnwel
  Equipment
  Accuracy of Cost Projections
 D. Management

 - Resouice iMualan
 - Subcontracting
  Ttaml
  CoofdmabDn/Commuucalon
  Reporting
  Quality Asautanc*
  Do Review
                          CZD
                          CZD
                                                                       Date

-------
                                      EXHIBfT  4
                                                                             Page i of 3
PERFORMANCE EVALUATION SUMMARY REPORT*
AwvdFMforTES-RCRA
EPA 1 1 Contractor 1 1
Contract # Contractor Regions Evaluation Period •
From: To:
Was contractor notified about evaluations on all W.A.s?
Y»« . No Iir If not. why not?

Task Summary
RCRA
Inspection Activities
Sampling Activities
Record Review
Compliance Evaluation
Inspection
Comprehensive Monitoring
Evaluation
Case Development
Inspection
Facility Plan Reviews
Evaluation of Compliance
Enforcement Guidance/
Support Services
Health/Environmental
Assessment
Special laboratory
Services
Data Management
Policy and Program
Support
Training

Number ol Work
Assignments














Total
Estimated Hours
(This Period)














Total
Average
Numerical Ratirg
-





"







Overall
Rating
This form is inwnded for both EPA and TES contractor us*.

-------
                                              NARRATIVE SUMMARY
                                                                                  Page 2 of 3
     Performance
      Evdbation
       Criteria
Overall
Baling
Strengths
Weaknesses
A. Technical

EitediveneM of Analytic/
Orioinalily of Products
Organization
Support (e.g.. Adherence to
fUgulrtorn end Procedures)
Thoroughness
B.  Schedule

• RespomivwteM (e.g.. Work
 Plan Pe^etapment.
 Adherence to Established
 Period of Performance

-------
                                            NARRATIVE SUMMARY
                                                                               Page 3 of 3
     Performance
      Evaluation
       Criteria
Overall
Rating
Strengths
Weaknesses
C. Cost

 Budget Maintenance
 Cod Minimisation
 Project
 ICE
 Trami
 Equipment
 Accuracy of Cost Piojedion*
D.  Management
  Resource Utilization
  Travel
  Coordination/Communication
  Reporting
  OuaMy A**uranc«
  Data Review
                          CZ3
                                                     Date

-------
              AWARD FEE AND PERFORMANCE EVALUATION PLAN

                     Contract No.  _


I.     contract Award and Time Period

       The contract entitled Technical  Support  for the Developmarn;
       and Implementation of Regulatory and Nonreoulatorv Programs
       for Solid & Hazardoua Waste Management; was awarded
       to __________________ with an effective date
       of  _                  under Contract No.                 .
     •*
II.    Fee:  Amount and Distribution

       The contract includes a provision which  enables the Agency
       to provide the Contractor with an incentive in the form of
       an earned financial reward based upon an evaluation of
       Contractor's performance.   This  is the award  fee.  The
       contract also provides for a base or "fixed1*  fee.  A brief
       description of each fee type follows:

       A.

       The base fee compensates the contractor  for risk.
       upon  final negotiation of the  contract,  the base  fee amount
       does  not vary with performance.   The Contractor shall
       include amounts for base fee on  monthly  vouchers  based upon
       incurred costs.   The base fee  for this contract  is 	%.

       B.  Award Fee

       The award fee is an award amount in addition  to the base  fee
       that may be earned by the Contractor,  in whole or in part,
       upon an evaluation by EPA of the Contractor's performance.
       The award fee seeks to motivate  the Contractor to provide
       excellence in performance of activities  evaluated both
       collectively and individually, in areas  which include,  but
       are not limited to, technical  quality, editorial  quality,
       timeliness and cost effectiveness of performance.  The
       amount  of award fee available  during a given evaluation
       period  is a function of the LOE  hours  delivered during  that
       period.  For this contract, the  award  fee is 	%.
       Contractor performance will be evaluated every _i_ months
       witfe the) first evaluation period beginning at the time of
       contract award.

-------
III.    Definitions and Raaponsibilitjies

       A.   Award FM Plan;   a plan developed  by  the  P«rformanca
       Evaluation Board (PEB),  which  identifies  various categories
       of-performance and clearly  describes the  criteria used by
       th« PEB to evaluate contractor performance and the relative
       weights of these criteria.

       B.   Award Fee Peel;   that portion of the  contract fee set
       forth in the contract as the amount of fee available to be
       awarded for contractor performance in accordance with the
       criteria set forth in the award fee plan.

       C.   Evaluation Coordinator  (EC);  an Agency official
       appointed to receive and assess Performance Monitor reports
       and Contractor self-assessments, and to present such
       Contractor performance information to the PEB.  The Project
       Officer shall serve  in ti;is capacity.

       D.   Fee Pete rumination Official rFPQ)!  the Chief of the
       Contracting office (in most instances, the EPA Branch
       Chief),  who reviews  the recommendations of the PEB and makes
       the final determination of  the award fee.

       £•   PEB Executive Secretary!   an Agency official who
       prepares the official PEB report.  The Project Officer shall
       serve in this capacity.

       F.   Performance Evaluation  Board  fPEBlt   a board of
       Government officials which  performs the in-depth review of
       Contractor performance and  recommends  an  appropriate fee to
       the  FDO.

       G.   Performance Event;   a discrete happening  or series of
       related happenings occurring during the course of
       performance which indicate* or represents contractor
       performance.   In most instances, performance  event is
       equivalent to vork assignment.

       H.   Performance Monitor;  a Government employee designated
       to observe,  assess,  and report the performance of the
       contractor on a continuous  basis.  Technical  performance
       monitors) report on the technical aspects  of performance.
       They are,  in most instances, the work  assignment managers.
       Th» business performance monitor reports  on business aspects
       of performance and is,  in most instances, the Contracting
       Officer or Contract  Administrator.

       I.   Period of Evaluation;   a segment of the contract's
      period  of performance specified in the award  fee  plan  which
      will  be  evaluated by the PEB for purposes of  establishing
      the  award fee for that period.

-------
IV.    computation of Award r^j

       A.  The amount of the award fee available in any evaluation
           p«riod is determined by applying the ratio of total award
          - fee pool for the contract to the total technical labor
           hours to be furnished under the contract and multiplying
           this by the hours delivered.

           Stated as a formula, the award fee is computed as. follows

TOTAL AWARD FEE POOL     LOB HOURS DELIVERED DURING   AWARD FEE POOL
  TOTAL LOE HOURS     X  PERFORMANCE PERIOD         - AVAILABLE FOR
                                                        PERIOD

       B.  Example;

           1.   Evaluation Period I:

               Total LOE Hours for Baae Pertod:                 hrs.
               Total Award Fee Pool for Total contract: $
               Hours delivered during Evaluation
                 Period I:                                      hrs.
                                    hrs • $           Award Fe«
                       hrs                            available for
                                                      Period I
           2.   Evaluation Period lit

      Total  LOE Hours remaining in         hrs. -          hrs
      Base Period:                          hrs.

      Award  Fee available after Period 1:5            -$

      Hours  delivered during Eval. Period IX:         hrs.
                              hrs - $           Award Fee  available
                hrs                             for  Performance
                                                Period  ZZ

-------
V.     Award Fee Determination Procedure

       Each work assignment is given an identification nuab«r by the
       Project Officer.   Each work assignment  consists of one-or acre
       Performance Events (PE).   A performance event nay be the
       entire work assignment or it may be a portion, or milestone,
       of a work assignment.   The PO may designate Performance
       Monitors (PM)  to  monitor the PEs and evaluate the Contractor's
       performance against the criteria described in Section VJ.  if
       the PO does not make this designation,  the Performance Monitor
       shall be the Work Assignment Manager for the Work Assignment
       or Performance Event in question.  The  Project Officer will
       serve as the general performance monitors.  The contractor
       assigns its own performance monitors and will submit self
       evaluation performance work sheets at the end of each
       evaluation period.

       A.   Contractor's  Mqnitor'-s Reasons ibil it i«f*

           o   Evaluation of  the Contractor's  performance against the
               performance criteria for each performance event
               completed during  the evaluation period.

           o   Submission of  self-evaluation report to the Project
               Officer with appropriate justification and
               documentation  within 10  days after the end of the
               evaluation period.

       8.   EPA*a  Performance  Monitor's  Responsibilities^

           o   Evaluation of  the Contractor's  performance against the
               performance criteria for each performance event
               completed during  the evaluation period.

           o   Submission of  a separate Work Assignment manager
               Evaluation Report,  with  appropriate justifications  fojr
               each performance  event to the Project Officer no later
               than 10 days after the end of the evaluation period.
               All  ratings must  be fully justified with a narrative
               rating.

      C.   Evaluation Coordinator*s Responsibilities;

           a   Receipt and organization of Contractor Worksheets,
               Performance Monitor Worksheets, and summary  reports
               from the  PO;
                                 •
           o   Explanation of any discrepancies between  the EPA and
               the  Contractor's  evaluation and recommended  resolution
               of such discrepancies.

           o   Calculation of a  single  performance evaluation rating
               for  each  work assignment. This rating is a  weighted
               average of the ratings assigned to the five
               performance criteria i.e., technical  quality,
              compliance with schedule, compliance with budget,
               editorial quality, and communications.

-------
 Issuance of a briefing package to all members of the
 PCB  no  lat«r than 25 days after th« end of the
 •valuation period.  The package shall be sent to al
 PEB-  voting members no latar than five days before the
 PEB  is  schadulad to meet and shall include:

 1)   Contractor Self-Evaluation Worksheets and
     Performance Monitor Worksheets.

 2)   Recommend ratings for all technical criteria for
     each performance event with full rationale for
     recommendations where EPA/Contractor rating
     discrepancies exist.

 3)   Table summarizing award fee percentages and
     amounts received on previous evaluation periods.

 4)   Table summarizing ratings for all performance
     events and all evaluation criteria for each
     performance event as recommended by the
     performance event monitor, the Contractor, and the
     Project officer.

 5)   Amount of award fee available for the period and
     recommended award fee (stated as a percentage and
     also in dollars.)

 Presentation of a briefing on the evaluation data to
 the  PCB at its meeting no latar than 30 days after  the
end  of the evaluation period.

Preparation of a summary report of the PEB proceedings
no later than 45 days after the end of the evaluation
period discussing the following items:

 1)   an overall summary of the contractor's
     performance?

2)   significant improvements or deficiencies  in the
     contractor's performance sine* the previous
     •valuation period;

3)   th« nature of any unresolved discrepancies/ the
     resolution actions taken, and  th«  results;

4)   an overall percentage rating based on the
     composite scopes recommended by  the  PCB.

-------
The- Performance Evaluation Board  fPEBl R««poMibili^fjir

o   Receipt and review of evaluation materials forward**
    by €he Evaluation Coordinator.

o   M««t within 30 calendar day* of the and of the
    •valuation period to review th« EC's recommended
    percent and dollar amount of available award fea
    earned for performance for each evaluation criteria
    during the evaluation period.

o   Determination of the recommended award fee to be sent
    to the Fee Determination Official.

o   Modification, with appropriate justification, of any
    evaluation procedure or calculation.

o   Revision of the Performance Evaluation Plan to
    redirect performance emphasis.

o   Preparation of the PEB report no later than 45 days
    after the end of the evaluation period.

Responsibilities of the fee Determination Official!

o   Ensure that the PEB performs  its responsibilities  in a
    professional and timely manner and execution of the
    award fee modification no later than 60 days after the
    end of the evaluation period.

-------
performance ^valuation Critagia                   .       .  •

The following five performance criteria will b* used to
evaluate the contractor's performance and by the Performance
Evaluation Board to recommend the amount of award fee earned,
Technical Quality: 	
Compliance with Schedule:  25 %
Compliance with Budget:   20 *                      .  '
Editorial Quality:  20 4
Communications:  10 %

The following is a brief description of the factors to be
considered when assigning a rating for each criterion:

(a)   Technical Quality!  the contractor is expected to
      perform all work assignments in a competent and
      professional manner.  This criterion relates to the
      manner in which the task is approached as well as  to its
      ultimate disposition.  The following elements will be
      considered in evaluating technical quality:

      1)     Appropriateness of technical approach;

      2)     Clarity and completeness off work plans;

      3)     Organization and utility of interim and final
            products in relation to final objectives of work
            assignment;  .

      4)     Substantiation of assumptions and calculations;

      5)     Appropriateness of assigned contractor personnel
            to accomplishment work assignment objectives;

      6)     Flexibility and quality of performance in
            "emergency1* situations or in an environment of
            fluctuating priorities;

      7)     Consistency in and ability to analyze and resolve
            technical issues;

      t)     Demonstrated understanding of regulatory environ-
            merit, procedural requirements, and effective
            utilization of guidance materials and technical
            resource documents;

      9)     Demonstration of originality and creativity.

-------
(b)   Compliance with Schedules;  This criterion addresses  the
      contractor's ability to deliver products on time and
      implement all aspects of the project in a timely
      manner.  The following considerations illustrate this
      criterion:

      1)    Delivery of intermediate and final products on
            schedule;

      2)    Minimization of the displacement of other  ongoing
            projects to accommodate critical work
            assignments.  Effectiveness of communications to
            EPA regarding 1)  the impacts that new assignments
            will have on meeting deadlines for ongoing work
            and 2)  any other schedule slippages;

      3)    Timeliness of submission of support data and
            administrative documents such as progress,
            financial, and performance event reports;

      4)    Assignments completed on schedule if quick
            turnaround or ahead of schedule if not;

      5)    Adherence to established work priorities.

(c)    compliance with Budget;  This criterion reflects the
      Contractor's ability to deliver products and services at
      represented cost and to the most cost-effective means of
      accomplishing a given assignment.  The following
      considerations illustrate this criterion:

      1)    Budget maintenance (hours and dollars) i.e.,
            extent to which approved work plan hour and dollar
            approved amounts are adhered to;          - -

      2)    Adherence to the hourly rates bid in the
            contractor's best-and-final cost proposal;

      3)    Cost management of subcontractors;

      4)    Cost minimization i.e., development of creative
            approaches to problem-solving, use of existing
            information and other resources to minimize
            overall cost to the Agency  for the accomplishment
            of vork assignment objectives.

-------
(d)   Editorial Quality;  The contractor must communicate
      effectively providing useful, concise,  and substantia
      accurate reports, studies, summaries,  letters,   .
      memoranda, and other documents.   The editorial  quality,
      such as organization, content, and presentation at
      meetings is expected to meet high standards.  The
      quality of written and orally transmitted products of
      this project reflect the contractor's representation o
      EPA and affect the intended recipients' acceptance.
      Typical elements of this criterion include:

      1)    Clarity and completeness of work plans,*

      2)    organization, editorial perfection, legibility,
            and neatness of written or printed communications
            reports;

      3)    Clarity and tiffectiveness of oral presentations.

(*)   comnunieationa;  The contractor is expected to keep EPA
      appraised of its activities in a timely manner.  Formal
      communication channels, such as regular meetings, should
      be effective and supplemented by informal and
      courteey-level communication.  The effectiveness of  such
      communication is judged by timeliness and degree of
      awareness of EPA personnel of planned and ongoing
      project activities and by the contractor's ability to
      recognize and resolve communication problems.

-------
                                RATING GUIDELINES FOR PERFORMANCE EVALUATION CRITERIA
                                           PERFORMANCE EVALUATION CRITERIA
RATING
OUTSTANDING
     TECHNICAL
      CMAUT*
             O TWDUGH BPFKHVB
  DMouxnvi
    UJ
O RESULTS MM ESTABLISH
  STATE OF THE ART
  APPROACH TO ADDRESS-
  DC PROGLfMS
             O SIGNIFICANTLY
               ED GOALS AND
               OBJECTIVES
             O QUALITY MS ABOVE
               AVERAGE OF EXPEW-
               BCB HTIH SDfllAR
               TVFB OONTRACTCRS
               OVBI1MBMST
               HO VEABS
    SOJEXlJLe
                        O ORIGINAL SCHHULE
                          MS ier mm cur-
                                   RESPQN-
O SERVICES OMPLBTED
  SIGNIFXCAKFLV
  AICAD OF
                        O ORIGINAL SCHEHJLE
                          HAS »er wrm ABOVE
                          AVBtAGB RESPONSIVE-
                        O SDIVICES OQNPLEIS)
                          AICAD OF SCHEDULE
   BUDGET
O SERVICES COMPLETED
  AT A SIGNIFICANTLY
          COST TO THE
            THAN
                                                             ORIGINALLY ESTIMATED
                                                             BASH) ON OOKERACIQRS
O ACCURATE OOST PRD-
  JBCnONS ALWAYS
  HDVIDB)
                      O SERVICES COMPLETED
                        ATA REDUCED ODST TO
                        OS GOVEfMEMT THAN
                        ORIGINALLY ESTIMATED
                        COST PROJECTIONS
                        ACCURATELY SHOW
                        ESTIMATED COST

                      O CONTRACTOR EFFORTS
                        SHOWN TO MINIMIZE
                        COSTS
                                                                                 EDITORIAL
                                                                                 QUALITY
                      O ALL OUTPUTS OF
                        SUPERIOR ORGA-
                        NIZATION AND
                        MUTING

                      O CLEAR,  CONCISE
                        TEXT
                      O MOST OUTPUTS
                        OF SUPERIOR
                        ORGANIZATION
                                                             COMMUNICATIONS
                                                             O ALWAYS COMJ-
                                                               NICATES TIMELY
                                                               Si EFFECTIVELY .
                                                               WITH PO « HAM
                                       O MOST COMMUNI-
                                         CATIONS ARE
                                         TIMELY &
                                         EFFECTIVE

                                       O MOST PROGRESS
                                         REPORTS ARE
                                         VERY INFaeNA-
                                         TTVE

                                       O COMMUNICATES
                                         WITH MAM AT
                                         MINIMUM BY
                                         BY PHONES ON
                                         WEEKLY BASIS

-------
                                           PERFORMANCE EVALUATION CRITERIA
RATING
SATISFACTORY
O QUALITY IAS AVERAGE
  OP EXPERIENCE WITH
  SIMILAR
  TOACKBS OH*
  PAST no
MARGINAL
 IMSATISFAC-
   TORY
                   QUALITY
O QUALITY WAS BELOW
  AVERAGE OF EXPERIENCE
  WITH SIMILAR TYPE
  CONTRACTORS OVER HE
  PAST TJO YEARS
             o LACK OF natacAL
               OQNPeKMCE EVIDENT IN
               ANY Or
               CAL OR
                            SCHEDULE
                                     O ORIGINAL SCHEDULE
                                       IAS MET WITH
                                       ACCEPTABLE RESPON-
                                       SIVENESS
                                     O SERVICES COMPUTED
                                       AHEAD Of SCHEDULE
                                     o ORIGINAL SCHEDULE
                                       WAS NOT HBT AND
                                       LACKING
                                     O SERVICES ODMPLBIED
                                       BEHIND
                                       tumour
                                       WARNING OR JUSTI-
                                       FICATION
                        O ORIGINAL SCHEDULE
                          IAS NOT MOT AND
                          RESPONSIVENESS WAS
                        O ACTIVITIES COMPLE-
                          TED SO LATE AS TO
                          HAVE RESULTED IN
                          LOSS OR NEGATIVELY
                          IMPACTED PROGRAM
   BUDGET
o COST WAS REASONABLE
  CONSIDERING SCOPE OF
  EFFORT

O COST EXPENDITURE t
  PROJECTIONS IN
  MONTHLY REPORT RE-
  FLECT PERFORMANCE
                                              o AVAILABLE COST
                                                SAVINGS NOT TAKEN
                                                ADVANTAGE OF

                                              O POOR OR UNTIMELY
                                                COST PROJECTIONS
                                              O ACTIVITIES COMPLETED
                                                AT RATE DWGNSISTENT
                                                WITH THE ORIGINAL
                                                           O COST PROJECTIONS
                                                             WITH OVER BUDGET OR
                                                             UNDER EUDGETNOT
                                                             PROVIDED
                                                                    EDITORIAL
                                                                    QUALITY
o oumns ARE
  SATISFACTORILY
  ORGANIZED AND
  WOTTQI
                                ARE OF
                        MARGINAL USE
                        DUE TO ORGANI-
                        ZATIONAL, WRIT-
                        TEN, OR PROOF-
                        ING DEFICIEN-
                        CIES

                      O OUTPUTS REQUIRE
                        RfNRmTNG OF
                        SANE PORTIONS
                      O CONSISTENTLY
                        POOR ORGANIZA-
                        TION WRITING
                        MAKE OUTPUTS
                        UNUSABLE WITH-
                        OUT MAJOR WORK
                                                                                                  COMMUNICATIONS
                                                                                     o GENERALLY
                                                                                       MAINTAINS GOOD
                                                                                       COMMUNICATION
                                                                                       BY PHONE OR
                                                                                     o PROGRESS RE-
                                                                                       PORTS ARE
                                                                                       GENERALLY ON
                                                                                       TIME t ARE
                                                                                       INFORMATIVE
                 O FAILED TO KEEP
                   PO fc WAM IN-
                   FORMED OF ONE
                   SIGNIFICANT
                   PROBLEM

                 O PROGRESS RE-
                   PORTS ARE
                   OFTEN  LATE OR
                   ARE SOMETIMES
                   NOT CLEAR
                 O DOES NOT MAIN-
                   TAIN RBGULAR
                   COMMUNICA-
                   TIONS

                 O FAILS 1O CON-
                   FINN DECISIONS

                 O MISUNDERSTANDS
                   INSTRUCTIONS
                   OR OBJECTIVES

                 o OJiSISTOfTLY
                   FAILS    IN-
                   FORM I      MAM

-------
Rating

Each of the performance criteria outlined above will be rated
using the  following system:

A. *" Rating         Ad-iactive             Award F«« S'a Earned

     5              Outstanding                  100%
     4              Exceeds Expectations          80%
     3              Satisfactory                  60%
     2              Marginal                      30%
     l              Unsatisfactory                 o%

EPA's Performance Monitors and the contractor will
independently rate each of the performance criteria on a scale
of  1 through 5 and will, in addition, provide an overall
rating for the performance event (work assignment) on the same
rating scale, taking into_account the weights assigned by the
four performance criteria'.  Eifilx rating assigned to a
performance criterion shall ba fully supported bv a narrative
•Justification providing the rationale for the assigned score..

The net evaluation for the performance event shall coincide
with the weighted average of the ratings accorded the
performance criteria for that event, unless the performance
monitor can substantiate otherwise.
Attached to this Award Fee Plan  is the  following  form that
will be used in the Award Fee Process:

{fork Assignment Performance  Evaluation  Worksheet


Determination of Award Fee

All of the scoring, evaluation forms, and recommendations
developed under this Award Fee will  serve as tools for the  Fee
Determination Official to use in making the decision for the
amount of award fee.  Although the Fee  Determination official
(FDO) vill strongly consider the information presented by the
PEaV it should be  noted  that the FOO is not bound in any way
by any of the scoring, evaluation forms, or recommendations
provided.          •       ,

-------
            WORK ASSIGNMENT PERFORMANCE EVALUATION WORKSHEET
 1)      Contract Ko.:	
 2)      Work Assignment No.:.
 3)      Evaluation Period:.
 4)      Project Officer (PO):  Kant Anderson
 5)      Work Assignment Manager (WAM):
 6)      WA Hours Delivered this Period:	
 7)      Total Award Fee Pool Available:	
                  CONTRACTOR'S       WAN'S RATING      PC'S RECONCILED
                SELF-EVALUATION                          RATING
 CRITERION          fl - 51	        fl -  5)             fl  - 5)

 Technical
 Quality        	     	      	
Schedule

Budget


Editorial
Quality


Coaaun ications
      Signature of  Contractor                       Date
      Signature of  WAM                              Date
      Signature of  PO                               Date
                    ;


PO's Ration*!* for  Reconciliation of Discrepancies between WAN and
Contractor*

-------
CONTRACTOR AMD WAM'S RATIMC JUSTTFIgATTnn
CRITERION
Technical
Quality
(25%)
Compliance
with Schedule
(25%)
Compliance
with Budget
(20%)
Editorial
Quality
(20%)
Communications
(10%)
RATING

i



RATING JUSTIFICATION
.

-

-

-------

-------
 3 EPA
 Designation and Appointment of Project Officer/
Work Assignment  Manager/Delivery Order Officer
                (For Othtr Th»n Smttt Purchmsts)
     Not*: This form it not • Contracting Officer warrant. Delivery Order Officers and Administrative Delivery
     Order Officers require a warrant of Contracting Officer authority. Any request for a Delivery Order Officer
     warrant must be accompanied by the additional information required in Chapter 8 of the Contracts Manage-
     ment Manual.
 1» Nama of Nominaa
 c. Organization


 ft®
                            to. Titi*
                            a. Talaprfona
f. Yaart of Convict Expananca
 2. Tha nomination it for:

      P^J Projact Off iear

      LJ Work Ataignmant Managar

      d Dalivary Ordar Officar

      LJ Admim«trativa Oalivary Ordar Offiear

      LJ Dahvary Ordar Projan Officar
                            3. Tha Nominaa HM:

                              a. Comptaiad tha baaw Profact Offiear Court*

                              b. Comptatad tha Contract Admintnratton Course

                              c. Incorpornad appropriata contract manaoamant
                                critaria in poaiiioo Oaacrtptiofl and parformanca
                                standard. (If eriuri» /MM net 0aan «ncarporara((
                                r/wy mutt Aa tnetrportitd witfttn 30 dtp* of
                                                      d. if tha nominaa ha* not oamptatad tha ttuic Pro*
                                                        tact Offiear Couma or tna Contract Adrmrut-
                                                        trition Couraa. hat a waivar or intarim
                                                        cartification boon prowdad

                                                                          or t it "He." or
              Yaa    No

              3    a
              s    a

              a    a
                                                      *n*wmr to ntm a it "No.
 , Emmatad Dollar Amount of Contract Work AMio/imam. or Dalwary Ordar
 . Nomination is for /Cnac* ona/.


         naw contract, work aangnmant. or dalivwv ordar amrtlad
        • changa m tha Projaa Offiear. Work Aaaignmam Manaoar. or Oa4i«ary Ordar Offiear on Contract No.
     fit tpotictblo. f/>* work iwgnmor* n*./rfa**ary oroar /to. it.
                                             C«rttfi cation
       The undersigned nomine* and requesting official certify that the designation of this
       nominee complies with the workload limitations and other requirements set forth in
       Chapter 7 of the Contracts Management Manual.
6a. Signatura~of Nominaa
                                                           DuOaia
                                                            u^.
                                                                                            J--7  1'
?a. Signatura of Naquatiina Official
                  b. Nama and Titta

                   DEVER2AUZ BARNES, DIRECTOR
                   Permlte & State  PrograaM Divialon
                                                                                   c. Data:
   ^rgnatura of Aflprovat Official
   (Contnct*
                  to. Nama and Tula
                                                                                   c. Data;
CM form 1tOO-eS (i-M)
                                                                                    OHIciat Contract Pito Copy

-------


-------
               PROCUREMENT INTEGRITY CERTIFICATIONS
                    FOR PROCUREMENT OFFICIALS
As a condition of serving as a procurement official, I
                     (typed or printed name)

hereby certify that I am familiar with the provisions of
subsections 27(b), (c), and (e) of the Office of Federal
Procurement Policy Act (41 USC 423) as amended by section 814 of
Public Law 101-189.  I further certify that I will not engage in
any conduct prohibited by such subsections and will report
immediately to the contracting officer any information concerning
a violation or possible violation of subsections 27 (a), (b),
(d), or (f), of the Act and applicable implementing regulations.
A written explanation of subsection 27 (a) through (f) has been
made available to me.  I understand that should I leave the
Government during the conduct of a procurement for which I have
served as a procurement official, I have a continuing obligation
under section 27 not to disclose proprietary or source selection
information relating to that procurement and a requirement to so
certify.
SIGNATURE OF PROCUREMENT OFFICIAL
j
DEPARTMENT OR AGENCY
j

DATE
.
OFFICIAL TELEPHONE NUMBER
.
OPTIONAL FORM 33(9-90)

-------
    r-
swavia rr
   Of

-------
                        STATEMENT OP WORK
     WHAT IS THE STATEMENT OF WORK?

     The next phase  in the presolicitation process is the
preparation and submission of the Statement of Work  (SOW).  The
SOW is the heart of  the procurement and is one of the most
important elements of the contract.  The purpose of the SOW is to
provide a detailed description of specified requirements needed
to fulfill the goals of the Agency.  This is accomplished by
setting forth actual minimum requirements as opposed to the
desires of the Program Office.  In order to attain these
requirements, the SOW MUST be written in a clear, unambiguous,
and precise manner.

     The following elements should be incorporated in an SOW:

     p.    A clear and complete description of the required
          objectives;

     2    Background information relevant to the requirement;

     o.    Any special technical considerations;

     o.    A detailed description of technical requirements, and

     o.    A description of the reporting requirements and any
          other deliverable items.
     A METHOD OT APPROACH WHEN PIAKKIKQ THE STATEMENT OT WORK

     Before writing the statement of work, it is necessary for
the writer-to arrange the facts in a rational sequence to reduce
the likelihood of error or omission.  One method of achieving
this objective; im gathering data to be reviewed and making
decisions on- the data gathered.

     The following are suggested steps when developing a SOW:

Step l:  Identify the contract objectives, services and large
         segments of the work necessary to accomplish the
         mission.

Step 2:  Break all major objectives and services into smaller
         tasks.

-------
 Step 3:   Examine  these  tasks  in terms of "input"  (What is
          needed),  the steps required in doing the job, and
          "output"  (what the work will produce).

 Step 4:   Consider the use of  facilities, equipment and material
          specifying whether the Government or the contractor will
          furnish  the resources.  In addition, special
          qualifications, skills, certifications, educational
          accomplishments, and experience required, by task,
          should be considered before a reasonable estimate of
          contract  costs could be made.

 Step 5:   Establish performance standards by which work will
          be measured.

 Step 6:   Review the various EPA procedures, regulations, and laws
          that may  have  a bearing on the work to be done.  These
          directive documents  should be screened before being
          included  in the SOW.

 Step 7:   Describe  ways  in which the value of each task can be
          determined.  Values  should be placed on all tasks,
          listing in descending order of importance.


      THINGS TO CONSIDER WREN  WRITING THE STATEMENT OF WORK
     1.  A SOW should be clear and accurate.  Your requirement
must be described fully enough to enable the contractor to
perform satisfactorily with minimal informal direction.  When
deciding "HOW KOCH" information is "ENOUGH", put yourself in the
position of a contractor qualified to fill your requirement.
Then ask yourself, "Could I do this work based on the information
provided?" Essentially, a contractor should not be made to draw
inferences about the tasks to be completed.

     2.  Your SOW is also the basis for preparation of offers by
prospective contractors and the evaluation of these offers by the
Government*  Therefore, requirements, which are not understood in
the same way by offerers and the Government, may cause confusion
leading to communication problems, possible delays, and potential
protests.

     3.  A SOW must describe the Government's actual minimum
requirements.  In service-type contracts, minimum requirements
cover the skills, talents and expertise needed to accomplish the
required tasks.

-------
                           USB OF WQRPB

     The SOW >ay be read and  interpreted uniformly by people with
varying backgrounds.  Therefore, sows must be worded so that it
can be read and understood by legal, pricing, procurement and
contract administration, as well as technical personnel, both
contractor and Government.  It is a good idea to use conventional
language to the fullest practical extent.  This does not mean
that technical terminology must be eliminated, but it should be
fully explained.

     A uniform understanding  of the contractor's responsibilities
is necessary to administer the contract and to accept or reject
the end product.  All requirements where compliance or
performance is binding on the contractor must be expressed in
mandatory language and must be easily distinguishable from
general or background information.  For example.  The words
"shall", "may", "should" and  "will" have specific meanings.
"Shall" is imperative or mandatory; "should" and "may"
permissible or optional.  "Will" is generally only used to
express a declaration or purpose on the part of the Government as
"the Government will provide	"

     Keep in mind that the contractor's performance is evaluated
against the mandatory requirements of the SOW.  Therefore, your
choice of words determines whether or not the contractor is or is
not in compliance.

     When composing the statement of work, remember that the SOW
becomes a part of the contract and is a contractually binding
document on both the contractor and the Government.  Since
written words translate into  cost and profit, every word will be
scrutinized, and, if possible, interpreted to the contractor's.'
advantage.  The writer of the SOW must define and express each
requirement so that the contractor's advantage does not become
the government's disadvantage.

     Style.  Style is described as a method of expressing ideas
in phrases, sentences, and paragraphs. Technical style is the way
the writer assembles the technical information into an exact
statement of facts.  SOW style revolves around the necessity for
technical accuracy.  The writer must strive to include all the
essential information in the  simplest presentation.

     Language.  The language  in a SOW must be exact and concise.
Every effort must be made to  use the simplest words, phrases, and
sentences possible, so that anyone who reads the SOW can
understand its meaning, and avoid the risk of misinterpretation.

-------
      Ambiguity.   Perhaps  one of the biggest causes of
 disagreement in  a SOW results  from the use of indefinite,
 ambiguous  terms,  and words with a double-meaning.  If ambiguity
 is  present,  a court  generally  holds the party that drew up the
 contract responsible.   Since the government writes its contracts,
 it  is responsible for any ambiguity that may arise.

      Misused Words and Phrases. Often the writer inadvertently
 changes  an intended  meaning  in the SOW through the misuse of
 certain  words and phrases. The following are designed to
 eliminate  some of the misuse:

      (a)   Use of  "shall"  and "vill".  The term "shall" is used to
 specify  that a provision  is  binding.  The word "will" is used to
 express  declaration  of future  action on the part of the
 contractor.

      (b)   Use the emphatic form of the verb.  That is, tell the
 contractors  they  must or  must  not do something.  The emphatic
 form  of  the  verb  will insure that the contractors are given
 directions,  not suggestions.

      (c)   Do not  use "any,11  "either,'* "and/or." These words imply
 a choice that the contractor may take,  it is better to avoid
 them  unless  a choice is to be  made. The word "both" can often be
 substituted  for those words.

      (d)   The use of pronouns  is usually regarded as dangerous in
 the SOW.   It is better to repeat the noun and avoid
 misinterpretation.

      (e)   Consistent terminology.  The same words and phrases
 must  be  used throughout the  SOW.  This is especially true when
 referring  to technical terms and items.

      (f)   When numerals are  used on the drawing and
 illustrations, use them in the SOW, rather than spelling out the
 number.

      Spelling.  Most words have only one acceptable spelling;
however, in  the English language there are words that can be
 spelled  several ways.   To avoid misunderstanding, adopt the
 standard spelling.

      Punctuation.  To keep the  SOW clear, use simple, short, and
 concise  sentences, so  that only the minimum punctuation is
needed.  A well-planned word order require a minimum of
punctuation.  A rule for  the writer should be: When extreme
punctuation  is necessary, rewrite the sentence.

-------
     Abbreviation*. For the writer, abbreviations serve as a form
of shorthand. Abbreviations can make complex terms easy and
precise. However, many misunderstandings also arise from the use.
of abbreviations because the reader is not always familiar with
them. The first time an abbreviation is used in text, show it in
parenthesis  () immediately after the spelled-out word or phrase.
This readily defines the abbreviation for further use.

     sentences. Clarity should be the writer's major concern.
The writer must try to construct logical sentences that are exact
and concise. It is better to eliminate a long and involved
sentence by rearranging it into two or three short, simple
sentences limited to a single idea or thought.  Good writing of
any type is dependent upon natural order.  The word order of a
sentence tells the reader the function of each word in the
sentence. The simple sentences in a SOW are based on the
traditional order of subject-verb-complement or object.

     Paragraphs. Use a paragraph to state a single idea and
elaborate on it. Although it may appear anywhere, it should
usually be at the beginning so that the reader can grasp it
immediately.  The topic sentence is the framework to which other
sentences are added to develop and support the original idea. The
ideal length of a paragraph will vary; however, it is generally
accepted that the maximum should be from 80 to 100 words.

-------
                          HOW CHECKLIST

                   APPLY THIS TEST TO YOUR SOW
 1.  Is the contract-desired output expressed in clear, simple,
    concise, and legally enforceable terms?

 2.  Was a format used that presented the specified tasks in
    an easily understood manner?

 3.  Were determinations 'made as to what exhibits will help
    convey to the contractor the job that needs to be done?

 4.  Is it sufficiently specific to permit a prospective
    contractor to identify the manpower and resources
    necessary to accomplish the job?

 5.  Are any references applicable?  Fully or partially? If so,
    are they properly cited, and do they conform to the
    requirements of the work description?

 6.  Is general information separated from direction so that
    background information, suggested procedures are clearly
    distinguishable from the contractor's responsibilities?

7,  Are sentences written so that there are not questions of
    whether the contractor is to be obligated?  That is, "the
    contractor shall do this work", not "this work will be
    required1*?

8.  Are specific duties of the contractor stated in such a
    way that he knows what is required and his compliance
    with the requirements can be measured?

9.  Can the contractor's progress be measured to insure
    compliance with the SOW intent?

-------
ATTACHMENT A
PA01  1
JANUARY  Iff0
                        STATEKEHT OF WORK
BACKGROUND
     The purpose of this requirement is to provide a hotline that
quickly responds to questions related to the Resource Conserva-
tion and Recovery Act  (RCRA), the Comprehensive Environmental
Response, Compensation and Liability Act (CERCLA), Underground
Storage Tanks  (UST), the Superfund Amendments Reauthorization Act
(SARA), and the Chemical Emergency Preparedness (CEPP) Community-
Right-to-Know/Title III program.  The hotline will be the
mechanism for  EPA's response to inquiries from the public and
regulated community; the referral point for document
availability;  the dissemination of changing information; and the
primary means  for answering  factual questions on EPA regulation*
and policies.

     Hotline personnel shall interact with EPA technical
personnel and  the public as  well as serve Federal, State and
local governments.  Hotline  staff shall be required to coordinate
with EPA technical, legal and policy staff to research answers to
questions received, and to provide timely, accurate, factual,
complete and courteous responses to callers.  The hotline will
maintain reference files and training programs in support of the
aforementioned programs.  During the course of one year, the
Hotline will answer approximately 175,000 questions.  The present
Hotline has 36 telephone lines and is operated by 35 telephone
operators/information  specialists.

I.  GENERAL OPERATIONS

     The contractor shall operate the RCRA/Superfund Industrial
Assistance^and Emergency Planning and Community Right-to-Know .
Information^Hotlines Monday  through Friday, from the hours of
8:30 A.M. t*»>7i30sP.M., Eastern Standard time, excluding Federal
holiday* an* any other days  the EPA is closed.  The contractor
shall make arrangements to respond to all callers as efficiently
as possible.  Hotline  telephones lines shall not be shut down for
any reason other than  fire alarm, without prior approval of the
Project Officer or the Contracting Officer.  Deviations from this
schedule shall be approved,  in writing, by the Project Officer
prior to action.  The  Project Director, or his designee, shall be
on duty during the hours of  8:30 a.m. to 7:30 p.m., and shall, if
necessary, answer the  hotline telephone.

-------
 ATTACHMBIT &
 PAQB 2
 JANUARY 1100
    The  contractor  shall  be responsible for implementing, updating
 and maintaining  an automated documents list, which shall contain'
 relevant  and  current RCRA, UST, CERCLA, Superfund and CEPP
 documents,  incorporating the EPA Library publications in order to
 accurately  accommodate telephone and written document requests.
 The contractor shall maintain automated mailing lists at EPA's
 request.

    The  contractor  shall  be responsible for updating and
 maintaining the  manual information/reference library which is the
 primary source of  factual information to respond to questions.

    The  contractor  shall  refer callers with misdirected, legal or
 highly  technical questions to the appropriate EPA staff, state.
 Federal agencies or other Hotlines as necessary.  Prior to an EPA
 referral, the contractor shall attempt to obtain the accurate,
 factual answer for the caller.  Any legal and/or highly technical
 question  that cannot be  readily answered from the information/
 reference library  shall  be referred to the appropriate EPA
 personnel for response.  The contractor shall not provide an
 answer  to these  .questions until a written response is received
 from the  appropriate EPA personnel.

 ZZ.  PERSOHNEL

   The  contractor  shall  be responsible for maintaining adequate
 qualified staffing at all times to answers the telephones.  The
 contractor  shall be required to replace personnel (either
temporary or  permanent)  with persons with comparable
qualifications and are approved by the Project Officer.

   All  hotline personnel shall be required to identify themselves
as contractor personnel  when answering the telephone.
ZZX.  TACILITIBfl AVD EQUIP

     The contractor shall be required to provide the facility to
house the hotline.

     The contractor shall be responsible for obtaining a
telephone system that will facilitate all callers to the hotline.
This telephone system should be in place and operational within
forty-five (45) calendar days, but not to exceed sixty (60)
calendar days, after contract award as precipitated by the
telephone company.

-------
ATTACHMENT &
PAGE 3
JANUARY 1990
XT.  TRAINING OF PERSONNEL

     The contractor shall be required to train telephone
operators/information specialists to answer RCRA, CERCLA, UST,
SARA and Title III questions from industry; Federal State and
local governments; and the general public.  Telephone operators/
information specialists shall be required to attend briefings by
EPA personnel on new regulations and policies to ensure accurate,
factual and consistent hotline responses.

     Training modules will be provided by the government (listed
in ATTACHMENT E).  The Contractor shall be required to update
these modules on an on-going basis for the telephone operators/
information specialists' use.  The contractors shall instruct the
telephone operators/information specialist on how to use the
training modules.
                                                                t
y.  TASKS

     The contractor shall provide the following types of tasks
for the general operation of the hotline.

     1.  The contractor shall meet with the Project Officers on
an as-needed basis to resolve questions, issues and problems
relevant to the operation of the hotline and to ensure an
appropriate information exchange.

     2.  The contractor shall prepare weekly memoranda for the
Project Officers that highlight current topics as reflected by
questions to the hotline.

     3.  The contractor shall prepare caller-trends, analyses,
and reports on RCRA, CERCLA, UST, and Title III calls as
requested by the Project Officers.

     4.  The contractor shall maintain logbooks that record the
date of the call; subject matter of questions; and the response
given.  Tb« information recorded by the contractor shall be
incorporated into the monthly hotline report; based on the most
frequently asked questions, and factual responses provided by the
hotline staff.  The monthly hotline report shall also list the
total number of calls received for each specific statutory/policy
area.

-------
ATTAcmcnrr A
PAGE 4
JANUARY IftflO
     The monthly hotline report shall include a list of specific
documents and their availability to the public and industry as
well as notifications and summaries of the Federal Register
Notices.

     5.  The contractor shall assist EPA in the development and
preparation of form letters for dissemination in response to
written questions for documents by the public and industry.

     6.  The contractor shall provide a verbal description of the
overall operation of the* hotline to the RCRA Orientation Trainee
sessions, on a as needed basis.  This verbal description will
familiarize EPA employees on how the hotline operates, the number
of calls received and the frequency of similar questions that are
asked in any given program area.

     7.  The contractor shall distribute documents to various
recipients as determined and directed by the Project Officer.

-------
TECHNICAL
EVALUATION
CRITERIA

-------
                       EVALUATION CRITERIA
1.  REFERENCE:  FAR 15.605
                EPAAR 1515.605

2.  PURPOSEJ

    o  Serves as foundation upon which award will be made;

    o  Standard used to measure if and how well a technical
       proposal meets the requirements of the RFP;

    o  Serves as a means for determining which technical proposal
       received is most advantageous to the Government.

3.  BASIC REQUIREMENTS!

    o  Evaluation Plan must be established before RFP is issued and
       must be adhered to during the evaluation p  cess;

    o  AJLL evaluation criteria and their relative importance (may
       be expressed as numerical weights) must be disclosed in the
       RFP.

4.  TECHNICAL CRITERIA:

    o  Should be tailored to the specific procurement rather than
       to a standard format.  Determine what factors are important
       and are directly relevant to your procurement;

    o  Limit the number developed to the minimum needed to properly
       discriminate between the relative merit of proposals;

    o  Must relate directly to contract objective; correlate to
       Statement of Work.

5.  PRICE OR ESTIMATED COST FACTORS:

    o  Estimated Cost or Price must be an evaluation factor in
       every source selection;

    o  In awarding cost-reimbursement contracts, proposed costs are
       estimates and should not necessarily be controlling.


6.  EXAMPLE:   Technical Approach
              Personnel
              Corporate Experience
              Management Plan

              Estimated Cost or Price (Not normally a weighted
               factor)

-------
                        EVALUATION CRITERIA
 1.    RE7KRZHCB

      FAR 15.605  and  EPAAR  1515.605 provides guidance with respect
 to  the  area of evaluation  criteria.    Please  refer to  these
 reference cites  for  further information.

 2.    PURPOSE

      The basic function of  technical evaluation criteria is to help
 determine in the most objective and  fair method possible,  which
 technical proposal received  in  response to a  solicitation best
 meets the requirements of the solicitation and is most advantageous
 to the Government.

 3.    BASIC REQUIREMENTS

      The evaluation  criteria  should be  tailored to the specific
 procurement rather than to a standard format.  There are, however,
 certain  considerations  that  are  common  to most  competitively
 negotiated   procurements  which   should  be   addressed   during
 solicitation  preparation  in  order  to  avoid  problems  during
 negotiations.  These are:

      a.    The evaluation  criteria  must  be established  before
 issuance of  the solicitation and  must  be adhered  to  during the
 evaluation process.   Changes to the  evaluation procedures after
 receipt  of proposals can be construed as  favoring one offerer over
 another,   threaten  the   integrity   of  the   procurement,   and
 consequently lead to protests and delays in contract award.  It is
 a poor  practice which should be  avoided except under the most
 compelling circumstances.

      b.  The development of evaluation criteria  is essentially the
 construction  of  a standard against  which each  proposal will be
measured.  It should be stressed that competing proposals are not
 rated against each other, but against the Government standard —the
 evaluation criteria.

      c.    All evaluation  factors used must  be  stated ' in  the
 solicitation.  The relative importance  of each evaluation factor
must  be  indicated  also.  One  way to  do  this  is by specifying the
 numeric  weight associated with each factor.  The weighting of the
 criteria should  reflect, as accurately  as possible, the relative
 importance  of the  evaluation criterion.    For example,  if  the
requirement  calls   for  heavy   emphasis  on  certain  technical
 expertise,  then a "Key  Personnel"   criterion  may  be the  most
critical   factor  for  successful  completion   of   the  effort.
Therefore, this element should be more heavily weighted.

-------
4.   TBCHinCAL CRITERIA
     The selection of technical evaluation factors must be directly
related to the specific procurement.  In other words,  the  technical
evaluation factors selected must bear relevance to the Statement of
Work, which describes the work/ tasks the contractor is required to
perform.   The  factors selected should  be  those  that allow the
evaluator to determine, based upon the proposal submitted, how well
the  contractor  understands the Government's requirements and the
degree of confidence that the contractor can successfully meet the
Government ' s requirements .

     The  number of  evaluation criteria developed should  be the
minimum needed to properly discriminate between the relative merit
of proposals.  Use of a large number of criteria can mathematically
dilute  the evaluations during scoring  to  the  point where any
proposal can achieve a reasonably high score,  but actually be poor
in one or more extremely important factors.  Usually a reduction of
factors can  be  achieved by using only factors that  are mutually
exclusive of each other or do  not correlate with one  another.  If
one factor correlates or is dependent upon another,  then use one or
the  other, but  not both.   Also, a  large number  of criteria will
make the evaluation process extremely difficult, especially where
numerous proposals have been received.   Keep in mind that, later
during the  evaluation  process,  a write-up  (narrative)  for each
criterion or subcriterion  must be provided a» part of  the Technical
Evaluation  Panel  (TEP) Report  that  will  be  submitted to the
Contracting Officer.

5.   PRICE OR ESTIMATED COST FACTORS

     In a technical competition,  price or estimated cost  is not as
important a consideration as the contractor's  technical ability to
perform the work.  However,  it still is an important factor that
must  be  an  taken  into  consideration  in  the source selection
process.

     In awarding cost-reimbursement contracts, proposed costs are
only estimates and not absolute figures; therefore,  they should not
necessarily be controlling.
          ^ note that the language to describe price or estimated
cost factors as an evaluation factor  is very rarely drafted by the
program office.  Program office input may be required in instances
where  price or  estimated  cost will  be  a  numerically-weighted
evaluation  factor  but,  for all intent and purposes,  the program
office is not  required to develop documentation  to describe the
evaluation scheme with respect to price or estimated cost.

-------
 6.   EXAMPLE

     Factors relating to the manner of performance may include:'

     a.  Technical Approach

         This  factor refers  to  the  merit  of  the  contractor's
 proposed  method  for  accomplishing  the  technical  objectives/
 requirements of the contract.   The appropriateness of the plan for
 successful  completion  of the  work,   including the  techniques,
 processes,  and tests that  the offerer  plans  to use,  should be
 examined.   This  may  include  how  the  contractor  will use  his
 resources for  the work.   The  offerer's grasp of the difficulties
 and problems involved in performing a particular job reflect on his
 understanding  and ability to perform that job well.

 NOTE:  To demonstrate the  offerer's understanding of the technical
 scope  of  the  issues and  tasks  to be undertaken in  the proposed
 contract, the Technical Approach criterion may  be divided into two
 subparts.   The first part  may ask the offeror to  describe  his
 technical  approach   for  fulfilling   the  overall  requirements
 specified  in  the Statement  of Work.    In  the  second  part,  the
 offeror would be  required to participate in a simulation exercise
 to  further demonstrate  his  abilities.   The  offeror would  be
 furnished  a sample  work assignment  and would be  requested to
 describe his philosphy and proposed (specific)  technical approach
 for accomplishing it.   The scenario  covered by the sample work
 assignment  should be  representative  of the  type  of work  the
 contractor would  be asked to provide during contract performance.
 The use of a sample  work  assignment is usually a good idea as it
 would give a good indication of how the contractor would perform
 under the actual  contract.

     b.  Corporate Experience

         This  factor refers  to the  firm's  technical  as  well as
management  experience  and ability  that  are  relevant  to  the
 requirements of the RFP.  It measures the extent of the offerer's
past and  current experience  in performing  similar  work.   This
 factor should  serve  as  an indicator of  the  offerer's ability to
 successfully perform.  However,  be careful not  to attach too great
 an importance  (weight) on this  criterion since, by doing so,  can
result in a small  "close-group" of contractors.   Generally, no more
than 15% of the total points available should be assigned to this
criterion.   Consistent  high  ratings  to  the  more  experienced
 contractors can stifle competition by consistently eliminating the
 less experienced.

-------
     c.  Management  PJ.an

         This factor refers to the merit of the offerer's plan  for
managing the project and related contract administration.  Among
other  factors in this regard,  it may be pertinent to evaluate  the
degree to which the offerer's management plan has established well-
defined  lines  of  authority,  responsibility  and  communication.
Other  areas  that  may  be  evaluated  include  how  swiftly   the
organization can respond to technical changes  and to mobilize  arid
resolve problems; how well the offerer's management techniques  can
be expected to identify performance problems at an early  stage  and
to help work around  subcontractor delays and similar problems.

     d.  Personnel

         This  factor  refers  to  the  availability,  competency,
pertinent education, and related experience of a firm's  technical
personnel.  The experience  and  ability of key technical and support
personnel  are  important factors  in successful  performance of a
contract.  In judging the competence of the offerer's technical  and
project management personnel,  it is relevant to evaluate the degree
to which the proposal demonstrates that the offerer has a  sound  and
thorough understanding of  the  problems involved in the work to be
contracted.  One of the most valuable ways  of gaining insight into
an offerer's understanding of what a job really involves is to find
out how he examines its components, how he delineates the  tasks  and
what personnel  he proposes  to assign to  performing  the various
segments or aspects of the work. If an offerer proposes  to assign
inadequate numbers of personnel for accomplishing the work in  the
required time, the offerer's understanding of the work and ability
to perform it satisfactorily should be questioned.  Generally,  the
Government should establish minimum qualification standards  in  the
solicitation to provide a  common base for evaluation.

7.   SCORESHEETS

     Scoresheets are forms used during the evaluation process  for
recording the evaluator's scores and narratives applicable for  the
proposals received in response to  the solicitation.   Scoresheets
shall  contain  the same evaluation criteria  and  subcriteria  as
stated in the* R7P.  Scoresheet examples are included in Attachment
A.

8.   BCORMft-STANDARDS
          i.

     Scoring standards  establish  the grading  scale that will be
employed during the  evaluation process.   Each score  on the scale
must be defined.  At other agencies,  the Program Office develops
the  scoring standards  with  the  assistance  of the  Procurement
Office; however, the requirement for  developing standards is not
necessary at the EPA.   The  EPA Acquisition  Regulation (EPAAR)
furnishes  a standard  scoring  plan that  must  be utilized   for
evaluating technical proposals. The scoring plan is based on a  0 -
5 point scale.  Refer to EPAAR 1515.608 for additional guidance.

-------
                  TECHNICAL EVALUATION CRITERIA
                                                           POINTS

1.  CORPORATE EXPERIENCE                                       2SL

    a.  Enforcement Experience  (10)

        The offerer will be evaluated on the extent of       .   •
        their demonstrated relevant enforcement-related
        experience.  The offerer should describe experience
        concentrating on the specific elements outlined in
        the SOW.  Offerers will be evaluated according to
        their capability and experience as indicated by
        their completed and current projects related to
        enforcement guidance development, program
        implementation and evaluation; and according to
        their capability and experience in conducting
        enforcement programs of similar type, scope, and
        complexity as outlined in the SOW.

    b.  Management Experience  (10)

        The offeror will be evaluated on the extent of their
        management experience anticipating or resolving
        potential problems during contract performance and
        in managing large dollar,  highly complex, multi-tasked,
        multi-disciplinary contracts.

2.  Personnel                                                  39

    a.  Experience. Qualifications and Availability of Key
        Personnel  (20)

        The Key Personnel will be evaluated on the extent to
        which they are senior people with appropriate
        credentials; knowledgeable about environmental
        enforcement programs; capable of providing expert
        testimony, project management and review, and have
        substantive knowledge within their issue area; and
        are available to work on this contract.

    b.  Experience. Qualifications and Availability of
        Project Group  (10)

        The Project Group's ability to successfully manage
        and complete work assignments for the CERCL& and RCRA
        enforcement programs will be evaluated based on their
        demonstrated experience,  academic qualifications,
        training, availability/percentage of time dedicated to
        this contract, accomplishments, and knowledge of
        enforcement issues under environmental statutes,
        including consideration of the group's composition,
        position within the overall organization, and
        experience to resolve expected problems.

-------
3.  Technical Approach

    The offerer will be evaluated on the extent to which
they demonstrate a thorough understanding of environmental
enforcement programs and the requirements of these programs;
and an understanding of and the ability to perform the tasks listed
in the SOW for each of the following areas:

     (1)  State Enforcement Programs  (3)
     (2)  Federal Facility Response Actions  (3)
     (3)  RCRA/CERCLA Relationship and Other Cross
         Program Issues  (4)
     (4)  CERCLA and RCRA General Enforcement Support (4)
     (5)  Cost Recovery  (3)
     (6)  Program Management and Support  (3)

4.  Sample Work Plan                     "                     10

    The offerer will be evaluated on their response to the
Sample Work Assignment attached to the RFP as Attachment B.
The Sample Work Plan will be evaluated according to the
following criteria:

    a.  Soundness of Technical Approach and Understanding
        of Problems Associated with the Task  (4)

    b.  Adequacy of Project Staffing and Management Plan  (3)

    c.  Degree to which proposed schedule is realistic and
        comprehensive within a multi-task and short lead-time
        tasking environment  (3)

5.  Management Plan                                           20

    The offeror will be evaluated on the extent to which
their proposed organizational mechanisms can successfully
fulfill the requirements of the contract.

    a.  Organization and Resources  (4)

        The offerer's effectiveness to successfully manage
        this effort will be evaluated in terms of the
        clarity of lines of authority and communication
        between staff and management; the adequacy and
        appropriateness of corporate management's plans for
        identifying and addressing any problems that might
        arise; the degree to which the roles and responsi-
        bilities of staff and management are defined; and
        the level of integration of staff, subcontractors
        and field offices.

-------
 b.   Coat  Forecasting and Tracking   (4)

     Ability to  show how costs in the monthly report will
     reflect up-to-date information will be evaluated
     including consideration of monthly billing cycles,
     accuracy of cost projections and ad-hoc reporting
     capability.

 c.   Management  Control  (4)

     The quality and effectiveness of the offerer's
     management  information system to maintain management
     control of  the contract including tracking the
     progress of work assignments, providing tools for
     effective management, such as a deliverables tickler
     system, performing overall cost analysis of types of
     assignments, etc'., will be evaluated.  Further, the
     ability to  ensure security and integrity of enforce-
     ment related records, how work assignments will be
     reviewed and distributed in a timely manner, and how
     conflict of interest checks will be made, shall also
     be evaluated.

d.   Equipment and Additional Personnel  (3)

     (1)  Equipment  (1)

     The demonstrated availability, or ability to obtain
     relevant equipment, vehicles, and supplies sufficient
     for the scope of work will be evaluated.  This will
     include acquisition, disposition, and maintenance
     procedures .

     (2)  Personnel  (2)

     The ability to recruit and maintain staffing levels,
     including acquisition of non-team subcontractors,
     required under the contract will be evaluated.

e .   Responsiveness  (3 )
        ability of the offerer to provide quick turnaround
    response to EPA Headquarters' needs will be evaluated.
    Consideration will be given to the location of your
    project team and all offices to be used for this
    contract.

f.  Quality Assurance Plan  (2)

    Demonstration of how quality assurance/quality control
    procedures will yield products of high quality will be
    evaluated including the frequency and types of audits
    and internal control checks.

-------
                                    ATTACHMENT A
INDIVIDUAL SCORE SHEETS  RFP W902295-E2
Reviewer:	   Company:	 Date:.
                                                   Score:	


CRITERIA

A. Corporate Experience                       130 Points

   Offerers will be evaluated  on the extent of their corporate
technical experience that is relevant to their understanding of the
objectives of the  RFP.  Further,  the offerer will be evaluated on
the extent of the experience of  their corporate general management
in managing  large  dollar,  highly  complex,  multi-tasked,  multi-
disciplinary contracts and resolving the kinds of problems that can
be expected to occur during the performance of this contract. The
offerer should provide a list of  relate  contracts performed and
their value, size and term.
   Narrative:
Interrocratories:

-------
                                      ATTACHMENT A

INDIVIDUAL SCORE SHEETS  RFP W902295-E2

Reviewer:	   Company:	 Date:.
                                                   Score:
CRITERIA
B. Personnel Qualifications                       400 Points
2. Experience Qualifications, and-Commitment of Project Group
   (270 points)
   a. Knowledge of engineering and cost analysis and environmental
      measurements.  (90 points).

   Narrative;
Interrogatories;

-------
                                       ATTACHMENT A
INDIVIDUAL SCORE  SHEETS   RFP W902295-E2
Reviewer:	   Company:	 Date:.
                                                    Score:
CRITERIA
                                •c-


C. Technical Approach                        380  Points



1.  Technical Approach  (250  points)  - NOTE:  There  are two  (2)

proposed  projects in the Sample  Work Assignment, each  worth  125

points with respect  to this  element.



   a. Data needed and how it will be  gathered  (50 points)




  Narrative;
Interrogatories;

-------
                                         ATTACHMENT A
 INDIVIDUAL SCORE SHEETS  RPP W902295-E2
Reviewer:	   Company:	 Date:.
                                                    Score:
 CRITERIA

 D. Management  Plan                         ,       90  Points

 1. Organization  and  Resources    (40  points)

   The effectiveness of the overall management plan to successfully
 manage this effort will be  evaluated, taking into consideration the
 organization,  lines of authority and integration and  management of
 subcontractors (if any).


   Narrative:
Interrogatories;

-------
TECHNICAL
EVALUATION
PROCESS

-------
     The  technical  •valuation  process  is  the most important
 function  served by  the  project office.   The evaluation process
 demands impartial  objectivity,  expertise, rational judgement, and
 impeccable  integrity.   If any of these  need* are  lacking the
 results   oould  be  protests,   delay  of  award,  or   in  extreme
 circumstances,  court appearances.

     The Technical Evaluation Panel (TEP) should ideally consist of
 between three to five representatives.  The panel should consist of
 an  odd number for  the  purpose  of  facilitating the consensus
 process.  It has been PCMD's experience that the larger the panel,
 the more difficult it is  to reach consensus.  Further, when dealing
 with a larger  panel, it  is difficult to assemble everyone at the
 same time due  to schedule conflicts.   Therefore,  the larger the
 panel, the longer  it takes to reach consensus.

     The panel should expect to  expend about two weeks  of effort to
 evaluate the proposals.  This will vary, however, depending on the
 number of proposals received.  The recommended members  of the panel
 should be submitted  by  memorandum at  the  time  the  Acquisition
 Request package is received in PCMD (See chapter 2, Tab R).  PCMD
 will  contact  the  TEP  chairperson approximately  two  months  in
 advance of the  proposals  being received and confirm a block of time
 that the panels' services will be needed.  It is important that the
 project office set aside the time for this process as to forestall
 any delays.  The project office management should be advised that
 certain individuals  will be needed on a full time basis  for the
 period of  time necessary to evaluate the proposals.   Zt  is also
 suggested  that the  evaluations  be conducted  away  from  normal
 working conditions so that everyday distractions (telephone calls,
 impatient supervisors, or irate girl/boy  friends and spouses)  do
 not deter the evaluation process.

    Zf PCMD and the Project Office work in concert with one another
 the process can be a worthwhile  and rewarding experience.  Veil...
 maybe we'll at least get to  know each other and  respect  one
 anothers' positions at the EPA.

 Evaluating Proposals

     When the-  proposals  arrive at  PCKD,  the contract specialist
will open all proposals received, "on time*',  and create an abstract
 of bids.   This is a logging-in function to  be contained  in the
 contract  file.   The cost  proposals  will  be extracted and  the
 technical proposals will then be distributed to the panel members
 for evaluation.   The process  takes place when  the  contracting
Officer/Specialist formally delivers the proposals to the TEP and
briefs the TEP  on the proper procedures  for handling and evaluating
the proposals*

-------
      The evaluation  scoresheots  (See  Chapter  4,  Attachment  l)
 should be prepared by the project office prior to  the beginning of
 the evaluations.  The best course of action  is  to include a copy
 with the Acquisition Request  (AR) package so that the contracting
 officer  or  Specialist may  review before hand.

 Ground Rules:

      - Contractor identities,  and proposal contents must be treated
 with the utmost discretion  to avoid compromising  evaluation results
 or  leading  to unfair advantage.

      - TEP members shall not discuss any aspects  of the proceedings
 with anyone outside the TEP.  If there ie any  question in your mind
 regarding who has a "need to know*1 contact the Contracting  Officer.

      - Refer  any attempted communications by contractors to the
 Contracting Officer.

      - If  any  additional information  is  needed,  it shall  be
 requested   through  the contracting  Officer  in  the   form  of
 interrogatories.


     Each member of the TBP shall  independently  evaluate and score
 each offer. Upon conclusion  of the individual evaluations,  the
 group  will  convene to  develop a  panel consensus score  for each
 proposal. The TEP chairperson  shall moderate this discussion and is
 responsible for developing the consensus.  Averaging of scores is
 NOT  permitted.  (Examples of  GOOD  and BAD Score  sheets, and a full
 sample consensus evaluation package included as Attachment 1)

     For the consensus summary (See attachment 2) a strong  detailed
written  narrative must  be provided for each individual  scoring
 element fully supporting the rating assigned* It  is imperative that
 the narrative correlate precisely with the score given. A  separate
 discussion  must be written for each proposal that summarises the
relative strengths and  weaknesses of the offerer in  each of the
major  criteria.  Upon  completion  of   the   consensus  summary  a
Technical  Evaluation  Panel Report (See  attachment 3),  will  be
 submitted to the  Contracting  Officer with each  individual on the
panel  committing  their  signature  to the  report to  attests  its
validity.

-------
Conflicts of Interest

     A signed Statement of Conflict of Interest  (See Attachment 4)
for each member of the panel should accompany the consensus report..
This  certifies that no  apparent  conflict of interest  exists in
evaluating the proposals. An example of this Bight be if  one of the
panel members  has  a spouse  working for one of the  offerers. An
apparent  conflict  Bust  be  brought  to  the  attention  of  the
contracting  Officer immediately so  that  a  determination  of the
status of a particular panel aember can be  Bade. The statement also
contains  a separate  area to  identify any  potential  or  actual
conflict of  interest which Bay result in  contracting with any of
the offerers.
NOTE: A sample summary of the reports is found in Attachment 5

-------
                     CONSENSUS BCORB SHEETS

TEP NANS:                            OFFEROR;
ATTACHMENT B - TECHNICAL EVALUATION CRITERIA RFP
1.  CORPORATE EXPERIENCE                     TOTAL 20 POINTS

    a.  Enforcement Experience                .     10 Points
    The offeror will be evaluated on the extent of their
demonstrated relevant enforcement-related experience.  The
offerer should describe experience concentrating on the specific
elements outlined in the SOW.  Offerers will be evaluated
according to their capability and experience, as indicated by
their completed and current projects related to enforcement
guidance development, program implementation and evaluation; and
according to their capability and experience in conducting
enforcement programs of a similar type, scope, and complexity as
outlined in the sow.

STRENGTHS:                                        Page No.
WEAKNESSES:
INTERROGATORIES:
Score:  	    Weight:      10          Total:

-------
                     _ CONSENSUS 8CORB SHEETS

TEP NAME:  	              	    OFFEROR:
ATTACHMENT B - TECHNICAL EVALUATION CRITERIA RFP
 1.  CORPORATE EXPERIENCE                     TOTAL 20 POINTS

    b.  Management ffjfperienoe                      10
    The offerer will be evaluated on the extent of tbair
    g«a«at «zp«ri«ao« anticipating or r*>olving potential
problaa* during contract p«rformano« and in managing largo
dollar, highly eoaplox, Bulti-taakad, multi-disciplinary
contract*.

STRENGTHS:                                        Page No.
WEAKNESSES:
INTERROGATORIES i
Score:  	    Height:      10          Total:

-------
                      CONSENSUS SCORE SHEETS

TEP NAME:                            OFFEROR:
ATTACHMENT B - TECHNICAL EVALUATION CRITERIA RFP
2.  PERSONNEL                                TOTAL POINTS 30

    a.  Experience. Qualification* and Availability of Key
        Personnel                                  20 Points

    The Key Personnel will be evaluated on the extent to which
they are senior p«opl« with appropriate oredsntials; know-
l«dg«mbl« about «nvironM«ntal «nforo«H«nt programs; capable of
providing «zpart testimony, project management and review/ and
have substantive knowledge within their issue area; and are
available to work on this contract.

STRENGTHS:                                        Page No.
WEAKNESSES:
INTERROGATORIES:
Score:  	    Weight:      20          Total:

-------
                      CONSENSUS 8CORB 8HBBTS

TEP NAME:  	   	   OFFEROR:
ATTACHMENT B - TECHNICAL EVALUATION CRITERIA RFP
2.  PERSONNEL                                TOTAL POINTS 30

    b.  Experience. Qua 1 if ioations and Ava,Ha,bllity of Project
        Group                                      10 Points

    The Project Group's ability to successfully manage and
couplet* vork assignments for the CERCLA and RCRA enforcement
programs will be evaluated based on their demonstrated
experience, academic qualifications, training, availability/
percentage of time dedicated to this contract, accomplishments,
and knowledge of enforcement issues under environmental statutes,
including consideration of the group's composition, position
within the overall organisation, and experience to resolve
expected problems.

STRENGTHS:                                        Page No.
WEAKNESSES:
INTERROGATORIES:
Score:  	    Weight:      10          Total:

-------
                     . CONSENSUS SCORE SHEETS

TEP NAME:                            OFFEROR:
ATTACHMENT  B  - TECHNICAL EVALUATION CRITERIA RFP
 3.  TECHNICAL APPROACH                       TOTAL POINTS 20

    The offerer will be evaluated on the extent to which
 they demonstrate a thorough understanding of environmental
 enforcement programs and the requirements of these programs;
 and an understanding of and the ability to perform the tasks
 listed in the SOW for each of the following areas:

    3.1  State Enforcement Programs                3 Points

 STRENGTHS:              '                         Page No.
WEAKNESSES:
INTERROGATORIES:
Score:  	    Weights      03          Total:

-------
                      CONSENSUS SCORE SHEETS


TIP NAME:	   OFFEROR:
ATTACHMENT B - TECHNICAL EVALUATION CRITERIA RFP
 3.  TECHNICAL APPROACH                       TOTAL POINTS 20

    The offerer will be evaluated oa the extent to which
 they demonstrate a thorough understanding of environmental
 enforcement programs and the requirements of these programs;
 aad aa understanding of aad the ability to perform the tasks
 listed ia the BOW for each of the following areass

    3.2  rederal Facility Response Actions         3 Points

 STRENGTHS:                                        Page No.
WEAKNESSES:
INTERROGATORIES:
Score:  	    Weight:      03          Total:

-------
                      CONSENSUS SCORE SHEETS

TEP NAME:                            OFFEROR:
ATTACHMENT B - TECHNICAL EVALUATION CRITERIA RFP
3.  TECHNICAL APPROACH                       TOTAL POINTS 20

    The off*ror will be evaluated on the extant to which
they demonstrate a thorough understanding of environmental
enforcement programs and the requirements of these programs;
and an understanding of and the ability to perform the tasks
listed in the SOW for each of the following areas:

    3.3  RCRA/CERCLA Relationship and Other cross Program
           issues                                  4 Points

STRENGTHS:                                        Page No.
WEAKNESSES:
INTERROGATORIES:
Score:  	    Weight:      04          Total:

-------
                                8

                      CONSENSUS SCORE SHEETS

TEP NAME:   	       '	   OFPEROR:
ATTACHMENT B - TECHNICAL EVALUATION CRITERIA RFP
3.  TECHNICAL APPROACH                       TOTAL POINTS 20

    The offerer will be evaluated on the extent to which
they demonstrate a thorough understanding of environmental
enforcement program* aad the requirements of these programs;
and aa understanding of aad th« ability to perform the taeke
lilted ia the SOW for each of the following areaes

    3.4  CERCLA/RCRA Oeaeral Enforcement support   4 Poiats

STRENGTHS:                                        Page No.
WEAKNESSES:
INTERROGATORIES:
Score:  	    Weight:      04          Total;

-------
                      COM8EH8U8 SCORE SHEETS


TEP  NAMES   	      	__    OFFEROR:
ATTACHMENT B - TECHNICAL EVALUATION CRITERIA RFP
 3.   TECHNICAL APPROACH                      TOTAL POINTS 20

     The offerer will be  evaluated on the extent to which
 they demonstrate  a  thorough understanding of environmental
 enforcement programs and the requirements of these programs;
 and  an understanding of  and the ability to perform the tasks
 listed in  the sow for  each of the following areas:

     3.5  cost Recovery                            3 Points

 STRENGTHS:                                        Page No.
WEAKNESSES:
INTERROGATORIES:
Score:  	    Weight:      03          Total:

-------
                      COMSEHSD8 SCORE SHEETS


TEP NAME:  	      ^^_____^   OFFEROR:
ATTACHMENT B - TECHNICAL EVALUATION CRITERIA RFP
3.  TECHNICAL APPROACH                       TOTAL POINTS 30

    The offerer will be evaluated OB the extent to which
they demonstrate a thorough understanding of environmental
enforcement prograas and th* r«quix«a«nt« of th«»« programs;
and an under*tanding of and the ability to parfora th« tasks
listad in th« SOW for «aeh of th« following aroast

    3.6  Program Management and Support            3 Points

STRENGTHS:              -                          Page No.
WEAKNESSES:
INTERROGATORIES:
Score:  	    Weight:      Q3          Total:

-------
                      CONSENSUS SCORB SHEETS

TEP  NAME:   	     	  	     OFFEROR:
 ATTACHMENT B - TECHNICAL EVALUATION  CRITERIA RFP
 4.   SAMPLE WORK PLAN                        TOTAL POINTS 10

     The offerer will be  evaluated on their response to the
 Sample work Assignment attached  to the RFP as Attachment B.
 Th«  Saapl* Work Plan will b«  «valuat«d according to tha
 following critariat

     a.   Soundnasa  of Tachnical Approach and Understanding
           of Problaas Associatad with tha Task     4 Points

 STRENGTHS:                                        Page No.
WEAKNESSES:
INTERROGATORIES:
Score:  	    Weight:      04          Total:

-------
                      COVBEM808 8CORB 8KBBT8
TEP NAME:  	                    OFFEROR:
ATTACHMENT  B  - TECHNICAL  EVALUATION CRITERIA RFP
 4.  SAMPLE WORK  PLAN                         TOTAL POINTS 10
    The offerer  will be evaluated on their response to the
 Sample Work Assignment attached to the RYP as Attaohaant B.
 Th« Sample Work  Plan will be evaluated according to the
 following criteria:
    b.  Adeo^iacy of Project Staffing and Management
          Plan                                     3 Pointa
 STRENGTHS:                                        Page No.
WEAKNESSES:
INTERROGATORIES:
Score:  	    Weight:      03          Total:

-------
                      CONSENSUS SCORE SHEETS

 TEP NAME:                             OFFEROR:
 ATTACHMENT B - TECHNICAL EVALUATION CRITERIA  RFP
 4.   SAMPLE WORK PLAN                        TOTAL POINTS  10

     The offerer will be evaluated  on  their response to the
 Sample work Assignment attached  to the RFP as Attachment 6.
 The Sample Work Plan will  be  evaluated according to the
 following criteria:

     c.   Degree to which proposed schedule is realistic and
         comprehensive within  a multi-task and short lead-time
         tasking environment                        3 points

 STRENGTHS:                                        Page No.
WEAKNESSES:
INTERROGATORIES:
Score:  	    Weight:      03          Total:

-------
                    . _ COHSEMSUS SCORE SHEETS

TEP HAMS:  __	OFFEROR:
ATTACHMENT B - TECHNICAL EVALUATION CRITERIA RFP
5.  MANAGEMENT PLAN                          TOTAL POINTS 20

    The off*rer will be evaluated on the extent to which their
proposed organisational mechanisms can successfully fulfill th«
r*quirm«Bt» of th« ooatraet.

                                                   4 Points

    Th« offazor'a •ff*otiy«n*B« to •ueeasBfully manag* this
•ffort vill b« avaluatsd in tazas of th« clarity of liaas of
authority and ooomuaioation b«tv««n staff and management; tha
adaquaoy and appropriatanass of corporate managamant's plans for
identifying and addressing any problems that might arise; the
degree to vhioh the roles and responsibilities of staff and
management are defined; and the level of integration of staff,
subcontractors and field offices.

STRENGTHS:                                        Page No.
WEAKNESSES:
INTERROGATORIES:
Score:  	    Weight:      04          Total!

-------
                      CONSENSUS SCORE SHEETS

TEP NAME:              	       OFFEROR:
ATTACHMENT B  -  TECHNICAL EVALUATION  CRITERIA RFP
 5.  MANAGEMENT PLAN                          TOTAL  POINTS  20

    b.   Cost  Fotfgaatj.no and  Tracking               4  Points

    The  offerer**  ability to  show how cost*  in  th«  monthly report
 will reflect  up-to-date  information vill be  evaluated including
 consideration of monthly billing cycles, accuracy of  cost
 projections and ad-hoc reporting capability.

 STRENGTHS:                                        Page No.
WEAKNESSES:
INTERROGATORIES:
Score:  	    Weight:      04          Total!

-------
                      COMSEHSU8 8CORB SHEETS

TEP NAME:                     	   OFFEROR:
ATTACHMENT B - TECHNICAL EVALUATION CRITERIA RFP
5.  MANAGEMENT PLAN                          TOTAL POINTS 20

    o.  Managfpjtnt Control                         4 Point*

    The quality and effectiveness of the offerer's management
information system to maintain management control of the contract
including tracking the progress of work assignments, providing
tools for effective management, such a* a dalivarables ticklar
systam, performing overall cost analysis of types of assignments,
etc. will be evaluated.  Further, the ability to ensure security
and integrity of enforcement related records, how work assign-
ments will be reviewed and distributed in a timely manner, and
bow conflict of interest checks will be made, will also be
evaluated.

STRENGTHS:                                        Page No.
WEAKNESSES:
INTERROGATORIES:
Score:  	    Weight:      04          Totals

-------
                      CONSENSUS BCOR1 SHEETS

TEP NAME:                            OFFEROR:
ATTACHMENT B  - TECHNICAL  EVALUATION CRITERIA RFP
 5.  MANAGEMENT  PLAN                          TOTAL POINTS 20
                                                                i
    d.   Equipment  and  Additional Parsonnal

         (1)   Equipment                            1 Point

         Tha  deaonstratad availability/ or ability to obtain
 relevant equipment/ vaniolas/ and suppli«» suffieiant for th«
 scop* of vork will b«  «valuat»d.  This will include acquisition,
 disposition/  and aaintanane* prooaduras.

 STRENGTHS:                                        Page No.
WEAKNESSES:
INTERROGATORIES:
Score:  	    Weight:      01          Total:

-------
TEP NAME:
   CONSENSUS 8COBB 8ESBT8

      	        OFFEROR:
ATTACHMENT B  - TECHNICAL EVALUATION CRITERIA RFP 	

5.  MANAGEMENT PLAN                          TOTAL POINTS 20



         (2)   ftrffrnffiti                             2 Points

        Tli* ability to recruit and maintain staffing levels,
including acquisition of non-taaa subcontractors, required undar
tbe contract  vill ba avaluatad.
STRENGTHS:
                               Page No.
WEAKNESSES:
INTERROGATORIES:
Score:
Weight:
02
Total:

-------
                      CONSENSUS 8CORB SHEETS

TEP NAME:               	       OFFEROR:
ATTACHMENT B - TECHNICAL  EVALUATION CRITERIA RFP
 5.  MANAGEMENT PLAN                          TOTAL POINTS 20

    ••  Responsiveness                             3 Points

    The ability of the offerer to provide quick turnaround
 response to EPA Headquarters' needs will be evaluated.
 Consideration will be given to the location of your project team
 and all offices to be used for this contract.

 STRENGTHS:                                        Page No.
WEAKNESSES:
INTERROGATORIES:
Score:  	    Weight:      03          Total:

-------
                      CONSENSUS SCORE SHEETS

TEF NAME:                 	      OFFEROR:
ATTACHMENT B - TECHNICAL EVALUATION CRITERIA RFP
5.  MANAGEMENT PLAN                          TOTAL POINTS 20

     f *  Quality Asa^rin?^ Plan                    2 Point*
     Demonstration of hov quality a**uranea/quality control
procedure* will yield products of high quality will be evaluated
including the frequency and type* of audit* and internal control
check* .

STRENGTHS:                                        Page No.
WEAKNESSES:
INTERROGATORIES:
Score:  	    Weight:      02          Total:

-------
TEP KAMI:
CONSENSUS SCORE SHEETS




               OFFEROR:
ATTACHMENT
CRITERIA
NO.
l.a.
l.b.
2. a.
2.b.
3.1.
3.2.
3.3.
3.4.
3.5.
3.6.
4. a.
4.b.
4.C.
5. a.
5.b.
5.C.
S.d.l
5.d.2
5.e.
5.f.
Total
Value Key:
B - TECHNICAL EVALUATION CRITERIA RFP
(VALUE)
?CQRJE X WEIGHT. - TOTAL
10
19
20
10
03
03
04
94
Q?
03
04
03
9?
04
94
04
01
02
9?
93
100 	
5/0 - 100% 3.5 - 79% 1.9 - 20%
4.5 - 90% 3.0 - 60%
4.9 - 80% 2.0 = 40%

-------
EXAMPLE
TEP NAME:
ATTACHMENT
CRITERIA
NO.
l.a.
l.b.
2. a.
2.b.
3.1.
3.2.
3.3.
3.4.
3.5.
3.6.
4. a.
4.b.
4,c.
5. a.
5.b.
S.c.
S.d.l
5.d.2
5.e.
5.f.
Total
Value Key:
.CONSENSUS SCORB SHEBTfl
OFFEROR:
B - TECHNICAL
(VALUE)
SCORE
3
5
4
4.5
2
3
3.S
3
1
3
4
5
5
3.5
5
3
3
4
4.5
4
5.0 - 100%
4.5 - 90%
4.0 - 80%
EVALUATION
X
(60%)
(100%)
(80%)
(90%)
(40%)
(60%)
(70%)
(60%)
(20%)
(60%)
(80%)
(100%)
(100%)
(70%)
(100%)
(60%)
(60%)
(80%)
(90%)
(80%)
3.5 - 70%
3.0 » 60%
2.0 - 40%
CRITERIA RFP
WEIGHT . m
10
10
20
10
03
o?
94
04
Q3
03
Q4
Q?
03
04
04
04
W
02
Q?
02
100
1.0 - 20%

TOTAL , •
6.0
10.0
16.0
9.0
1.2
1.8
2.8
2.4
0.6
1.8
3.2
3.0
3.0
2.8
4.0
2.4
0.6
If6
2.7
1,6
76.5


-------
     GOOD GOOD GOOD  INDIVIDUAL SCORE SHEETS  GOOD GOOD GOOD

TEP NAME:  	Sheila Kellv	  OFFEROR:     UBSTER.  INC-

ATTACHMENT A - TECHNICAL EVALUATION CRITERIA RFP  WOOOOOO-El

1.  CORPORATE EXPERIENCE                    TOTAL 20 POINTS

    a.   enforcement Experience                -     10 Points

    The  offerer will be  evaluated  on the extent  of their demon-
strated  relevant  enforcement-related experience.   The offeror
should describe experience  concentrating  on  the specific  elements
outlined in the SOW.  offerers will be evaluated according to  their
capability and  experience/  as  indicated by their completed and
current  projects  related  to  enforcement  guidance development,
program  implementation • and evaluation;  and according  to  their
capability and experience in conducting enforcement programs of a
similar  type,  scope/  and complexity as outlined in the SOW.

STRENGTHSi                                         Page Mo.

UBSTER,  Inc. has  extensive experience in  supporting  almost all
areas of EPA activity.   They demonstrated excellent experience in
areas  of  developing  enforcement  documents  and  cost   recovery
actions, citing several very good examples (Pgs. 7-10).  They show
strong experience  in  policy and  information  areas,  and regulatory
document development.  They provided many  examples of documents
they assisted in developing which  were  clear,  concise and  well-
written  {Pgs. 20-45).   They also show strong experience in the
areas of training and database development.  UBSTER listed over 100
different examples of training courses they developed and presented
for EPA  and  other  agencies  (Pgs. 51-55).  They demonstrated  their
experience in RAC Indemnification issues,  as well  as experience in
most levels  of specific environmental enforcement issues.   Their
exhibits  (Exhibit  B/Pages 35-65) indicate  over 200 projects and
activities  of  large  dollar value  that  demonstrate considerable
expertise and  experience in  all  of the specific elements  outlined
in the SOW.

WEAKNESSES i  UBSTER did not address, or indicate, any experience in
the areas of administrative orders/consent decrees and administra-
tive, civil and criminal actions. In addition,  it  was difficult to
evaluate their experience in the areas of work plan, RI/FS and RODS
since they were not mentioned in their proposal.

INTERROGATORIES*   l.  Please clarify your experience in the  areas
of administrative orders/consent decrees and administrative,  civil
and criminal actions.

2.  Please clarify your experience in the  areas of work plan  RI/FS
and ROD development.

Score:      A       Weight:       10           Total:  _S	

-------
GOOD GOOD GOOD GOOD GOOD GOOD GOOD GOOD GOOD GOOD GOOD GOOD GOOD

                     INDIVIDUAL SCORE SHEETS

TEP NAME:  	Shefla Kelly	 OFFEROR:    UBSTER. INC.

ATTACHMENT A - TECHNICAL EVALUATION CRITERIA RFP WOOOOOO-E1	

1.  CORPORATE EXPERIENCE                     TOTAL 20 POINTS

    b.  Management Experience                      10 Points

    The offerer will be evaluated on the extent of their management
experience  anticipating  or  resolving potential problems  during
contract performance and in managing large dollar, highly complex,
multi-tasked, multi-disciplinary contracts.

STRENGTHSt                                        Page No.

UBSTER illustrated in their proposal an  excellent contingency plan
to address problems as they arise (Page 26) and they have several
checkpoints built into their plan  to prevent problems.   UBSTER
demonstrated they could respond  to  EPA  problems,  i.e.  a staff
member worked around the clock for two months to provide analytical
and reporting support for a Congressional hearing on the adequacy
of  the  RCRA  groundwater  monitoring  program  at  land  disposal
facilities.  UBSTER clearly demonstrated experience in resolving
management  problems  on  short  notice  and  for those  requiring
critical actions  (Page 44).  UBSTER recognized and emphasized the
importance of extensive communications  with EPA personnel at all
levels and outlined a complete, effective communications network in
their proposal (Page 56).

UBSTER  demonstrated  superior  experience  by  indicating  prior
contracts  where  they have  successfully  managed  large,  multi-
disciplinary contracts.   These contracts  include  the  $60  M EPA
Technical  Enforcement  Support   contract,   DOE's   $2.5  billion
Strategic  Petroleum  Reserve Project and  $900 M  Uranium Mill
Tailings Remedial Action Program  (Page 19).  In addition, UBSTER,
Inc. has supported OSW,  OERR and OWPE  since  the passage of RCRA in
1976 and CERCLA in 1980.  -They have been involved with all of these
programs on activities including regulatory development and program
enforcement (Pgs.  20-25).   They are  currently  managing 35 large
dollar EPAv contracts in the areas  of Superfund and RCRA.  (Exhibit
A/Pg. IOC)*  They have over 40 years of  experience with Federal
contracts for various other agencies.

WEAKNESSESi  None were identified.


INTERROGATORIES*  None were identified.


Score:     5.       Weight:      10          Total:  _lfi	

-------
BAD BAD BAD BAD BAD BAD BAD BAD BAD BAD BAD BAD BAD BAD BAD BAD

                      INDIVIDUAL SCORE  SHEETS

TEP NAME:        Sheila  Kellv	 OFFEROR:    UBSTER. INC.

ATTACHMENT  A -  TECHNICAL EVALUATION CRITERIA RFP WOOOOOO-E1

1.  CORPORATE EXPERIENCE                    TOTAL  20 POINTS

    a.   Enforcement Experience                      10 points

    The offerer will be evaluated  OB  the  extent of their demon-
strated relevant  enforcement-related   experience.   The offerer
should  describe experience  concentrating on the specific elements
outlined in the SOW.  Offerors will be evaluated according to their
capability  and  experience,  as  indicated by  their  completed and
current projects  related  to  enforcement  guidance development,
program implementation  and evaluation; and according  to their
capability  and  experience in conducting enforcement programs of a
similar type, scope,  and complexity as  outlined in  the sow.

STRENGTHSt                                        Page Ho.

UBSTER,  Inc. has demonstrated good experience.   Their proposal was
well written. They appeared to understand most of the Statement of
Work.   They were strong in  some  areas and weak  in others.
WEAKNESSESS

UBSTER, Inc.  did not show any experience  in  seven out of the 11
areas outlined in the SOW.
INTERROGATORIESI

1.   Please  clarify your experience in the  areas outlined in the
Statement of Work.
Score:    4.5       Weight:      10          Total:

-------
 BAD BAD BAD BIO BAD BAD BAD BAD BAD BAD BAD BAD BAD BAD BAD BAD

                      INDIVIDUAL SCORE SHEETS

 TEP NAME:       Sheila  Kellv	 OFFEROR:    UBSTER. INC.

 ATTACHMENT  A  -  TECHNICAL EVALUATION CRITERIA RFP WOOOOOQ-E1

 1.   CORPORATE EXPERIENCE                     TOTAL 20 POINTS

     b*   Management Experience                      10 Point•
    The of feror will be evaluated on the extent of their management
experience  anticipating or  resolving potential problems during
contract performance and in managing large dollar, highly complex,
multi-tasked, multi-disciplinary contracts.

STRENGTHS:                                        Page Mo.

UBSTER, Inc. has lots of real good experience.  Their write-up in
this  area was strong.   They  included many  exhibits  and graphs
illustrating their experience.  UBSTER, Inc. has managed a lot of
contracts for the private sector.  They indicated in their proposal
that they can resolve problems.  They know how to get  the job done.


WEAKNESSESI

UBSTER, Inc. has no EPA contracts.
INTERROGATORIESI

1.  Do you have any EPA contracts?
Score:     2.       Weight:      10          Total:   10

-------
ATTACHMENT 2 - Technical Evaluation summary  (CONSENSUS)

Offerer:        UBSTER. Inc. _


1.  CORPORATE EXPERIENCE

UBSTER,  Inc.  has  extensive  experience in supporting almost all
areas of EPA activity.  They demonstrated excellent experience in
areas  of  developing  enforcement  documents  and cost  recovery
actions.   They show strong experience  in  policy and information
areas, and regulatory document development.   They  also show strong
experience  in  the areas of  training and database  development.
They demonstrated  their experience in RAC Indemnification issues,
as  well  as experience  in  most levels  of  specific environmental
enforcement issues.

UBSTER did not address,  or  indicate, any experience in the areas of
administrative orders /consent decrees and administrative,  civil and
criminal actions.  In.. addition, it was difficult to evaluate their
experience in the  areas of work plan,  RI/FS and  RODS since they
were not mentioned in their proposal.

UBSTER  demonstrated  superior  experience  by  indicating  prior
contracts  where they  have  successfully managed large,  multi-
disciplinary contracts.  UBSTER, Inc. has supported OSW, OERR and
OWPE since the passage  of  RCRA in 1976  and  CERCLA in 1980.  They
have  been involved  with  all  of  these  programs on activities
including regulatory development and program enforcement.  They are
currently managing 35 large dollar  EPA  contracts  in the areas of
Super fund and RCRA.   They have over 40 years of  experience with
Federal contracts  for various other agencies.

UBSTER clearly  demonstrated  experience in  resolving management
problems on short notice and for those requiring critical actions.
UBSTER recognized and  emphasized  the  importance  of  extensive
communications with  EPA personnel at  all  levels and outlined a
complete, effective communications network in their proposal.

2 •  PB
     Summary of Strengths /Weaknesses for this element.

3.  TECHNICAL APPROACH

     Summary of Strengths /Weaknesses for this element.

4.  SAMPLE WORK PLAN

     Summary of Strengths/Weaknesses for this element.

5.  MANAGEMENT PLAN

     Summary of strengths /Weaknesses for this element.

-------
 ATTACH!!** (3)        .


        EXHIBIT  A - FORMAT TOR THE TIP REPORT - CHAIRPERSON

 MEMORANDUM

 SUBJECT!   Technical Evaluation Panel Report on-Proposals
           submitted under RFP W	

 FROM:      	j	,  chairperson
           Technical Evaluation Panel
           Office of
TOi       	, Contracting Officer
          RCRA/Enforcement Branch  (PM-214-F)

     A.  introduction

         In this section, describe when the panel met; that the
                 (Contracting Officer's name) from PCMD briefed
the panel on 	, 199_; how long you met; who the panel
members are; refer to an attachment containing all the disclosure
statements; etc.  Also state that no panel members had a conflict
of interest in this section.

     B.  Background (Make the felloving statement)

         The proposals received were evaluated in accordance with
the evaluation criteria contained in the subject RFP and pursuant
to EPAAR 1515.6.

     C.  Individual Technical Evaluations

         Indicate that attached to this report as Attachment A
are the individual score sheets of each TEP member for each
proposal.


     D.  Consensus Technical Evaluations

         Refer to Attachment B (Consensus Score Sheets) and what
it represents.  The consensus should include a detailed narrative
on all of the technical evaluation criteria elements.

     B.  Technical Evaluation Summary (CONSEM8U8)

         Refer to Attachment C (see Example) that provides the 1
1/2-2 page summary of each offerers major strengths and
weaknesses for the MAJOR criteria elements  (i.e.. Experience, Key
Personnel, Management Plan etc.).  This summary is for the
CONSENSUS report only and need not be done on an individual
basis.

-------
     r.  overview
         The following is a summary of the results of the TEP
evaluation:
         Insert Attachment D Matrix
     Q.  Certifications
         Attachment E - Certificate for Conflict of Interest
         Attachment F - Certification for the Unauthorized
                          Disclosure of Procurement Information
         Attachment 6 - Procurement Integrity Certification.
     R.  Attachments
         List your Attachments

     I.  CONSENSUS Signature Page
         Add the signature sheet, with original signatures, for
each consensus report (see below).
                 CONSENSUS REPORT SIGNATURE PAGE
     Date                                      ,  Chairperson
     Date
     Date
     Date

-------
 ATTACHMENT (4)
MEMORANDUM

SUBJECT:  Statement of Conflict of Interest; Solicitation No.
          W100000-E1

FROM:     John Doe, Contracting Officer
          Superfund/RCRA Headquarters
          Contract Operations Branch
          Placement Section

TO:       Technical Evaluation Panel Members

To the best of my knowledge, neither I nor any member of my
family have direct financial or employment interest in any of the
firms submitting proposals for consideration and evaluation,
which conflicts substantially or appears to conflict
substantially with my duties as a member of the Technical
Evaluation Panel.

In the event that I later become aware of such a conflict of
interest, I agree to disqualify myself and report this to the
Chairperson of my panel and to abide by any instructions which
he/she may give in this matter.
SIGNATURE                              DATE
Do you believe that there is any potential or actual conflict of
interest which may result in contracting with any of the
offerers?

                               YES	     NO	


If yes, explain:

-------
ATTACHMENT (3)





MEMORANDUM

SUBJECT:   Technical  Evaluation Panel Report on RFP w
FROM:     	,  Contracting Officer
          RCRA/Enforcement Branch  (PM-214-F)

TOi       Technical Evaluation Panel Members

The following are guidelines on how to prepare your Technical
Evaluation Panel  (TEP)  Report on the subject RFP.  It is very
important that you follow the format provided in EXHIBIT A -
FORMAT FOR THE TBP REPORT - CHAIRPERSON for the final report and
follow the directions listed below.   Your report must include,
as a minimum, the following elements:

     A.  Individual Panel Member Reports.

         This part of the report shall include the individual
score sheets with detailed notes from each TEP member covering
each criterion for each offerer.  The notes must discuss the
relative strengths, weaknesses, risks associated with each offer,
etc.  In evaluating the strengths and weaknesses, and in
developing narratives and interrogatories, reference proposal
page numbers whenever possible.

         Detailed narrative descriptions MUST fully support the
scores given.  If you score a 2, you must clearly describe all
deficiencies and/or omissions in each offerer's proposal.  A
perfect score of 5 MUST also have a strong detailed narrative to
support such a score.   You MUST state WHY and/or HOW the offerer
received the score given.

         Attachment A includes the individual score sheets that
you are to use during the evaluation process.  Each member must
read each proposal in its entirety and must independently
evaluate and score each proposal.  Please note that each member
must sign his'/her individual score sheets.  A matrix depicting
the individual scores for each criteria is included in Attachment
A.

     B.  Consensus Report

     After the individual scores are completed, the panel members
should fully discuss their findings and provide a detailed
consensus report.  This report will be prepared by the TEP
Chairperson and should  include, as a minimum, the following
information:.

-------
      l.   consensus Members score  Sheets

          This part of  the report  shall include the consensus
 score sheets with detailed notes  from the consensus discussion of
 the TEP  covering each  criterion for each offeror.  The notes must
 discuss  the relative strengths, weaknesses, risks associated with
 each offer,  etc.   In evaluating the strengths and weaknesses, and
 in developing narratives  and  interrogatories, reference proposal
 page numbers whenever  possible.

          Detailed narrative descriptions MUST fully support the
 scores given.   If you  score a 2,  you must clearly describe all
 deficiencies and/or omissions in  each offerer's proposal,  a
 perfect  score of 5 MUST also  have a strong detailed narrative to
 support  such a score.  You MUST state WHY and/or HOW the offeror
 received the score given.

          Attachment B  includes the consensus score sheets that
 you are  to  use during  the consensus process.  The TEP Chairperson
 is responsible for compiling  the  consensus scores and narrative
 and for  facilitating the  consensus process.  It is recommended
 that the panel members share  the  responsibility of recording the
 consensus notes and narrative during the process in order to
 assist the  Chairperson.   Please note that each member must sign
 the consensus  signature summary page attached to the back of the
 consensus report  (EXHIBIT A).  A  matrix depicting the consensus
 scores for each criteria  is included in Attachment B.

      Both the  individual  scores with narrative and the consensus
 scores with  narrative  become  part of the official contract file.

      2.   Technical Evaluation Summary (CONSENSUS)

          This  section  includes a  narrative summary of each
 offerer's overall  technical standing as decided and discussed by
 the panel.   It should  be  approximately 11/2-2 pages in length
 (for  each offeror)  and should highlight the overall strengths and
weaknesses of  each offeror in each of the major evaluation
 criteria  areas i.e., Corporate Experience, Personnel, Technical
Approach, Sample Work  Plan, and Management Plan.  Attachment C
 includes  the. format that  should be used.  This summary is
prepared  by  the Chairperson but is developed through consensus
discussions- of the entire  panel.

      3.   Summary Technical score  Matrix

         Attachment D  includes a  summary matrix which includes
all offerers and their scores  for the major criteria.

-------
     4.  Interrogator!**

         When offerer's proposals contain deficiencies,
ambiguities, and/or suspected mistakes, etc., you are required to
formulate questions for offerors whose proposals make the
competitive range.  Therefore, during the evaluation process,
members of the panel should write down questions for each
offerer, if applicable.  The chairperson will consolidate and
record interrogatories for the consensus report based on the full
panels discussion.  You MUST provide questions for any factors
scored less than adequate i.e., less than a 3.

         Questions should be stated in such a manner to avoid
technical leveling or leading the offeror into a specific
direction.  The questions should be used to clarify information
contained in the proposal and/or request information that should
have been provided but was omitted.

     5.  Panel Contents/Other Factors

         The report should indicate in this section which
offerers are considered "technically acceptable" and those that -
are "technically unacceptable".

          The panel can include any other pertinent information
or comments in this section.  If for example an offerer's
proposal was severely deficient, or if there is a conflict on
interest, it should be noted here.

     6.  Each member must sign and return the following
eertifieationst

         o Certification for Conflict of Interest
         o Certificate for Unauthorized Disclosure of
            Procurement Information
         o Procurement Integrity Certification

-------
               TIPS - SUGGESTIONS - DOS AND DON'T*
       (OR EVBRYTHINd YOU NEEDED TO KNOW ABOUT TBP REPORTS
                     BUT WERE AFRAID TO ASK)


 o   Always keep  in mind  the  end result:    Complete,  detailed
 consensus  report.   In  order  to  achieve this,  your individual
 evaluation must be  complete.

 o Your evaluation must be supported by a strong detailed narrative
 which is consistent with scores.  Do not use phrases such as "looks
 good to me" or "strong write-up  in this area."

 o Support the statements you make in your narratives  by providing
 examples right out  of the proposals.  Ask yourself WHY and/or SOW
 an offeror fulfilled or met the  evaluation criteria elements.

 EXAMPLE:

 Statement:  The offeror demonstrated excellent  experience in
            managing large dollar, highly complex, multi-tasked
            contracts.

 WHY/HOW:    The offeror cited over 200 prior contracts that they
            have successfully managed.  These contracts include the
            $60 M EPA Technical Enforcement Support contract, DOE's
            $2.5 billion Strategic Petroleum Reserve  Project and
            $900 M Uranium Mill Tailings Remedial Action Program.
            The offeror has over 40 years of experience with
            Federal contracts from many different agencies spanning
            many program areas including  Superfund and RCRA
            Enforcement.

 o  Write  up your narratives  FIRST then  assign that criterion-a
 numerical score.  You  will  find it easier to score once you have
 read over what you have written*

 o  Do  NOT reiterate the technical  evaluation criteria elements.
 EXAMPLE:  under CORPORATE EXPERIENCE you would NOT say "The offeror
 has  demonstrated relevant  enforcement  related experience."  Once
 again,  HOW did they demonstrate  that experience?

 o  Do not downgrade  a proposal because it did not address something
we never asked for  in the RFP.

 o    In  evaluating  strengths  and weaknesses,  and  in developing
 narratives and interrogatories,  reference proposal pages whenever
 possible.

 o  Do not infer prior knowledge  of a company into the evaluation,
 i.e., "I know they can do it, but they didn't say so".  Be like a
 judge; look only at the written  evidence.

-------
o   Avoid "reading  into"  or "reading out  of"  any portion of  the
offer  a meaning other  than the exact  language appearing in  the
offer.   If  a  clarification is needed,  prepare an  interrogatory
addressing  it.

o   Avoid the tendency to  interpret  the meaning of the offerer's
proposal  when  the writing  is ambiguous.   You can always clarify
ambiguities with an interrogatory.

o   Recognize  that the assignment  of  a  score to an  element or
subelament   is  subjective  and  based  upon  your best  reasoned
judgement.

o  Recognize that offerers  often use "catch phrases11,  "buzz words",
and  semi-legalistic phraseology which  may indicate a  less than
thorough understanding of  the solicitation.

o  Recognize the substantive quality of the proposal and do not
be influenced by form, format or method  of presentation.  Look for
content.

o  Recognize flattery on the part of the offerer.

o It is recommended that the Chairperson direct the panel members
to read the proposals in different order, i.e.  panel member 1 would
start with  proposal from  XYZ  and  panel  member 2 would start with
proposal from ABC and panel member 3 would start with proposal from
UBSTER etc.

o  Avoid forming "first impressions" of an offer that  might tend to
influence the score assigned.

o  Do NOT compare proposals to one another.  Each proposal stands
on its own merit, and is evaluated strictly in  accordance with the
RFP technical evaluation criteria.

o   Advise the  contracting officer  if any  proposals are totally
unacceptable and would require a major rewrite.

INTERROGATORIES

o  Your  interrogatories  should be in the  form of questions,  not
suggestion*.  Don't slip into the mode  of telling an offerer how
you would like to see the proposal.

o  Do NOT ask an offerer to address something that we never asked
for in the RFP.

o   Recognize  ambiguities,  inconsistencies,   errors,  omissions,
irregularities,  and deficiencies that  can affect  the  scoring.
These should be recorded  on the  individual/consensus evaluation
sheets under weaknesses.  These will result in interrogatories.

-------
o . Questions should be stated in such a manner to avoid technical
leveling  (i.e., helping an offeror to bring its proposal up to the
level of  other proposals through successive rounds of discussion,
such as  by pointing out weaknesses  resulting  from the offerer's
lack of  diligence,  competence,  or inventiveness  in preparing the
proposal).

o  Questions should be stated in such a manner, to avoid technical
transfusion (i.e., Government disclosure of technical information
pertaining to a proposal that results in improvement of a competing
proposal).

CONSENSUS

o  Individual scores should NOT be totaled  and averaged to reach a
consensus score.

o  The  consensus process  is  NOT a  democracy where  the majority
rules.     No  member  can  be "out-voted".    Consensus means  the
"collective opinion"  of  all members of the  panel.   Remember, by
signing the consensus report, you agree with the final report.

o   During the  consensus process,  it is  recommended  that panel
members take turns recording the consensus narratives, scores and
discussion to  help assist  the  chairperson.  The  chairperson is
responsible for consolidating all  comments into  the final report
but that  person is  also  needed to facilitate the process itself.
It is  also  recommended  that  after  consensus  is  reached  on  a
particular  criterion, that the  recorder  repeat  the  narrative
recorded to make sure he/she has captured accurately, the narrative
and interrogatories discussed and agreed to by the group.

-------

        N
©UTUN

-------
                            COMPETITIVE   PROCUREMENT  PROCESS
                                                                                              KEY:  RLUE - no
                                                                                                    MED- PCMO
                                                                              .OFFICE
 DECISION IUOC
 TO ACQUIRE
 CONTRACTUAL
[SERVICES
PCMD CONFIRMS HMD OF
PROCUREMENT PROCESS
MTM SMALL nSMVANTAM
MSRC3S COOHOMATOII


PCMD FINALIZES
MCKET, PURUSHES
REQUIREMENT MCOMMERCI
•USWESS DAILV(CRD)
                                                                                                                r NECESSARY, raw
                                                                                                                QUESTIONS. PROVBES
                                                                                                                AND CONDUCTS PRE-PROPOSAL

1 WHO RECEIVES
.J^M PMWAttAt * rvrjtUftMfvAt
^^

CONTMCT SKCUUSTfCSV
CONTRACTRM OFFKXR(CO)
MEET WITH TECHMCAL

r*.

TEP MEMBERS
EVALUATE MOTOSALS
MDMDUAUV

-*
TEP MEMKR3 MEET
TO REACH CONSENSUS
SCORES FOR EACH
PROPOSAL




TEP CHAIRMAN WRfTES-tIP
CONSENSUS SCORES ALOW)
WITH JUSTnCATKm FOR
SCORES. FOR EACH PROPOSAL



TEP CHAIRMAN
UPTO CS/CO




d/CO
REVIEWS
PACKET
(seo«s)



 |*NO COST) LOCS M
  EVALUATION PAKEt(TtP)
  AND PROVDO TECHUCAL
  SCCININ OF PROPOSAL
                                                      CS/CO PRELMNAM.V
                                                      CVAUMTECOST
                                                      PROPOSALS
                                                       TO VASHRWrON COST
                                                       ADVISORY ORQAMZATMNCVCAO]
                                                       FOR FORMAL REVKW
                                                                                                              CS/CO CHECK PROPOSALS
                                                   VARfTES IMFORIIATION
                                                   PROVBED RY COKPAMY
  COHPETITIVE RANOE
  OCTERMINED
  AND APPROVED
PCHD MFORHS
COyFAWESNOI
M COMPETITIVE
RANGE
CS SEMDS
WTERJMMATOMS
TOCOMPANCS
WTHH lUMPlllllVI
RANOE


CS/CO RECEIVES
RESPONSES RASED
ON QUESTIONS
ASKED; PROVIDE
TO TEP



TEPMEMRERS
SCORE RESPONSES
•KNVKMMU.Y

  CS/CO RECEIVES AUDIT
  REPORTS FROM WCAO AND
  WRITES THE PREKCOOTIATION
  MEMO (NECOTIATION ORJECTTVE
  FOR EACH  COMPANY IN
  COMPETITIVE RANGE
         DISCUSSIONS ARE HELD
         WTTH ALL COMPANIES
         M COHPETITIVE RANOE
         AND REST AND FINAL
         OFFERS (RAFO'S)
         REQUESTED
CS/CO RECEIVEsL__ifc
•AFO'S ^_     I      ^
CO AND TEP CHAIRMAN
      UNSUCCESSFUL
OFFERORa. UPON
THEM REQUEST
  * INCLUDES!  - STATEMENT OF WORK
  - DESIGNATED TECHNICAL EVALUATION BOARD MEMRERS AND CHAIRMAN
  - DESIGNATED PROJECT OFFICER
  - PROCUREMENT ARSTRACTS AND PERFORMANCE EVALUATION
  - PROCUREMENT REQUEST RATIONALE CHECKLIST
  - PLANNING PURCHASE REQUISITION (PR) - EPA FORM ItOO-R
  - TECHNICAL EVALUATION CRITERIA
                                           DESCRIPTION
                                  - AWARD FEE PLAN, r NECESSARY
                                  - QUALITY ASSURANCE (QA) REVIEW FORM. F NECESSARY
                                  - QUALITY ASSURANCE REQUIREMENTS, r NECESSARY
                                  - CERTFKATION TO ACCOMPANY PROCUREMENT REQUEST
                                  - SAMPLE WORK ASSIGNMENT
                                  - LEVD.-OF-EFFORT MATRIX
                                                    *• RKLUDESl       -
                                                    - PREPARATION Of PRDJMINARY ANALYTICAL COST EVALUATION
                                                      REPORT (PACER)
                                                    - RUSMESS EVALUATION PANEL REPORT (REP)

-------