-------

-------
                    UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                               WASHINGTON, D.C. 20460
fe
                                 SEP 29 J995
                                                           OFFICE OF
                                                       THE INSPECTOR GENERAL
      MEMORANDUM
SUBJECT:
                EPA' s  Management and Oversight of
                Eastern Zone .Environmental Services Assistance Team
                 (ESAT)  Contractor             .
                Report No.  E1SKF5-02-0010-5100515     .
      FROM:      Elissa R. - Karpf
                 Deputy Assistant Inspector Genera
                   for Acquisition and Assistance -Audits

      TO:        Sallyanne Harper
                 Acting Assistant Administrator
                   Office of Administration and Resources Management

                 Elliott P.  Laws
                 Assistant Administrator
                   Office of Solid Waste and Emergency Response

      Attached  is  pur final audit report on EPA' s Management and
      Oversight  of the Eastern Zone Environmental Services Assistance
      Team  (ESAT)  Contractor1.   The overall objective of this audit was
      to evaluate  the effectiveness of EPA' s management and controls
      over  ESAT contract activities in Region 1,  (Lexington, MA)  and
      Region 2,  (Edison,  NJ) .   This report contains important findings
      and recommendations          '   '

      ACTION REQUIRED

      This  report  makes several recommendations to the Acting Assistant
      Administrator for Administration and Resources Management and the
      Assistant  Administrator for Solid Waste and Emergency Response.
      We are designating the Acting Assistant Administrator for .
      Administration and Resources Management as the primary action
      •official.  As such,- the primary .action official should take the.
      lead  in coordinating the Agency' s official response to this
      report so -that the 90-day timeframe for response is met.  Thus,
      the Assistant Administrator for Solid Waste and Emergency
      Response  is  a secondary action official and should coordinate
      with  the  primary action official :
                                                             Primed wtth Soy/Canoia Ink on pap«r that
                                                             contain! at iMtt 50% racyctod fibor

-------
In accordance with EPA Order 2750, the primary action official,
is required to provide this office a written response to the
audit report within 90 calender days of the final report.  For
corrective actions planned but not.completed by your response
date, please include and Action Plan with specific milestone
dates.  This information will assist this office in deciding
whether to close this report.'  Also, please track all action
plans and milestones in the Management'-Audit Tracking System.

This audit report contains findings that describe problems the
Office of Inspector General (OIG)  has identified and corrective
actions the OIG recommends.  This audit report represents the '  •
opinion of the OIG.  Final determinations on matters in this
audit report will be made by EPA managers in accordance with
established EPA audit resolution procedures.  Accordingly, the
findings contained in this audit report do not necessarily
represent the final EPA position and are not binding upon EPA in
any enforcement proceeding brought by EPA or the Department of
Justice.                    -         .. '

Should you or your staff have any questions about this report
please contact Paul McKechnie, Divisional Inspector General for
Audit at (617) 565-3160 or Herb Maletz, Audit Manager at  (212)
637-3058.

Attachments

-------
                  EXECUTIVE SUMMARY
PURPOSE

The Office of. Inspector General (DIG)  has completed an audit of
EPA' s management and oversight of the Environmental Services
Assistance .Team (ESAT) contractor.  The purpose of this audit was
to evaluate EPA's management and oversight of the contractor's
•activities in Region 1 .{Lexington, MA)  and Region 2 (Edison,  NJ) .
Specific objectives were to:      .   •         .

1 .   evaluate EPA' s management and controls over contract
     activities;        /             .

2. .. ensure contractor .compliance with contract terms;

3.   ensure contractor accountability and Agency management, of
     government furnished property;  and '     .    .     •  "

4.   identify any improper or unreasonable costs charged to the
    - ESAT contract .         '           "-.'".
BACKGROUND
          s

In response to the 1986 Superfund Amendments and Reauthorization
Act  (SARA) and other EPA programs needing analytical  services,
EPA must maintain state-of-the-art' analytical methodologies,-
procedures,- and continued excellence in the environmental
sciences, while generating tens of thousands of sample analyses
and data reviews.   To meet this increased analytical  output
demand, expending resources on contractors became necessary.
Environmental Services Assistance Teams were contracted to assist
EPA Headquarters and regions in meeting these requirements by
increasing the Agency's analysis -related capabilities.   The first
two ESAT contracts were, awarded in 1987 and extended' through
September 1991.  Two new cost -plus-award-fee contracts were
awarded, in September 1991.  The ESAT contract responsibilities
are divided into two. zones.  Zone 1 consists of Regions 1, 2, 3,
and 5.' Zone 2 consists of Regions 4,  6,  7,  9,  and 10,  the
National Enforcement Investigations Center,  and EPA • Headquarters .
                     . "                             .
ESAT's primary goal, is to provide -quick and efficient services to
EPA Headquarters and regions by assisting in many analysis-
related activities to protect human health and the environment .
The major role of this contract is to ;assist the Agency in
fulfilling SARA requirements for increased cleanup activity ,( .
including more samples and more extensive laboratory  analysis to
provide data for remedial decisions.

-------
               •                    .   .  -                              .1

       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
RESULTS-IN-BRIEF          ,

Many aspects of the ESAT contract management activities performed
at EPA's Lexington and Edison  facilities were well managed.  We
found award fees were effectively administered and no conflict of
interests existed in contract  performance.  Additionally,, we
noted contractor work space  was well defined and contractor
employees worked independently from EPA employees.  The
separation of contractor and EPA employees work space limited the
possibility of a personal services contract.  However, we believe
that improvements can be made  in certain areas.  Specifically,
contract financial management  could be improved to ensure
regional and national project  officers adequately^ review
contractor invoices to determine the reasonableness of billed  >
amounts.  Also, Government furnished property should not be
routinely provided, annual inventories should be performed and  .
reconciled, and additional controls implemented.  In addition,
improved planning and evaluation of contractor tasks is
necessary.

The conditions disclosed during our review are summarized in the
following paragraphs and discussed in detail in the attached
report.                                             -"        '


PRINCIPAL FINDINGS

ESAT Contract Financial Management Needs Improvement

Improvements could be. made in  the financial management of the
ESAT contract at the Lexington, MA and Edison, NJ laboratories.
We found that regional project officers  (RPO) and the national
project  officer (NPO)  did not.  adequately review contractor
invoices and associated documents to determine whether billed
amounts  were reasonable and  appropriate prior to recommending
payment.  Specifically,  these  individuals did not always:

1.   recommend suspending questionable costs until the contractor
     provided necessary supporting documents;

2.   request and obtain necessary supporting documents to
     substantiate the validity of questionable costs prior to
     recommending payment;

3.   effectively monitor service center costs;

                               ii
                               Report No. E1SKF5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
 4.    provide  adequate  oversight of  labor charges;

.5.   .ensure costs  were incurred only  for ESAT employees;. or

 6.  -  determine  allowable  bottled drinkingrwater charges.

 These conditions were^caused by inadequate implementation of the
 Federal Acquisition Regulation  (FAR), EPA's Project Officer's
 Handbook,  and Contract Administration Manual requirements.  In
 addition,,  the RPOs and, NPO did .not  always comply with the
 oversight  roles and responsibilities  in the ESAT Contract
 Management Manual.   These individuals did not always use all
 available  tools to systematically review and approve the
 contractor's  monthly invoices.  .They  generally relied on1 the
 contractor's  submission without performing independent
 verifications for  .questionable, items.  Also, there was
 insufficient  or undocumented communication between these    • •
 individuals and contractor officials  to resolve concerns.
 Moreover,  the Agency's emphasis on  prompt payment may have led
 the RPOs to restricted or .limited the necessary invoice review
 process to obtain  supporting documents, to justify.costs claimed.
 As a  result,  we have inconsistent ESAT financial management and
 oversight  controls at  the Edison and  Lexington laboratories.  We
 also .have  inadequate assurance that, only"reasonable and
 authorized contractor'charges were  paid.  :  -        ,

 Better Controls Over Government Furnished Property Needed
      <•'.','
 Our review of Government  furnished  property  (GFP) provided to the
 Zone  1.ESAT contractor at the Lexington facility disclosed that
 adequate controls  were generally in place.  However, a similar
 review at  the Edison facility disclosed that certain improvements
 were  necessary.  Specifically, we found that:        ~

      1.    annual inventories were ,not performed at the
           contractor's facility until 1993;

      2..'    an  unannounced  OIG- inventory revealed missing items and
           other discrepancies;    ,•    .        •

      3.    inventory lists provided  to the RPO differed from those
           provided to  the ESAT business manager in Virginia;

      4.    EPA initiated the replacement of new computers and
           security .system after two thefts at, the off-site
           contractor office;
                                 1        '       '   .
                               iii         •  .
                                Repor.t No. E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
     5.    ESAT automobiles were prematurely auctioned without the
        -  RPO or contracting officer's (CO)  knowledge/ and

     6.    general purpose equipment was routinely provided to
          contractors at both facilities without meeting Federal
          Acquisition Regulation requirements.

These conditions were caused by "inadequate oversight,  controls,
and the low priority over GFP accountability.   Also,  EPA did not
take effective action to require the contractor to comply with
the FAR and contract requirements for property accountability.
Specifically/ clear roles and responsibilities of the RPO,  NPO,
CO,.and PA were not sufficiently 'defined.   EPA also did not
review,  approve, or perform periodic analysis  of the contractor's
property control system.'  In addition, the RPO, at both
facilities, had limited knowledge of GFP procedures and
regulations.  Finally,  providing the contractor with EPA property
decals at Edison contributed to inaccurate inventory reports. As
a result,  we have limited'assurance that GFP was properly
accounted for, maintained, safeguarded, reported and used for its
intended purpose.                               .           .

Controls Over Contractor's Work Products Need Improvement

Our review .of work assigned to the ESAT contractor at the
Lexington,,MA facility disclosed that certain  improvements were
necessary in the planning, monitoring and evaluation process used
for contractor work products.   We found that:

     1.    actual'time charged for tasks could  not be accurately .
   1     -  measured, and controls did not ensure that estimates
          were adjusted for future similar tasks;

     2.    procedures were not followed for labor hour estimate
          overruns; and

     3.    task monitors did not always rate completed tasks in a
        .  timely manner.

These conditions were caused by inadequate priority,  oversight
and control over technical instruction documents (TID) .;  As a
result,  estimated and actual hours were not effectively tracked
and .did not reflect the actual time used to complete a task.
Also, there was not an effective system to track the status of
TIDs and acknowledgment of completion forms, which contributed to
the RPO's inability-to effectively oversee task monitor

                                iv
                                Report No. E1SKP5-02-0010-51Q0515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
workloads.  Also,  untimely rated deliverable^ minimized the value
of any rating provided.                     '


RECOMMENDATIONS

We have made numerous recommendations  to  improve  the management
and controls over ESAT activities and "account ability over
Government furnished property.   Some of the more _ significant.
recommendations are included in this section.   The  specific
recommendations are at ' the end  of chapters II through  IV. .

We recommend that the" Assistant Administrator,  Office  of
Administration and Resources Management :          '

1.   Clearly define the roles and responsibilities  of \ EPA •
     contract management officials to  provide effective
     administrative oversight of financial management  activities,
     Government furnished property, and contractor  work
     assignments .           -                .                  -
       -
2.'  Develop and implement an Agency strategy for Government
     furnished, property that (i)  complies with  the  FAR,  (ii)
     minimizes provision of general purpose items unless properly
     justified,  Ciii)  addresses incentives to encourage
     contractors to provide their own  equipment,  (iv)  includes
     review and approval of contractor's  management system,  and
     (v) requires contractor to perform an accurate annual
   "  inventory and reconcile it against property  records.

We recommend that the Assistant Administrator,  Office  of Solid
Waste and Emergency Response:       ,           .

1.   Enforce the controls directing the RPOs and  NPO to not
     recommend 'or authorize the payment of questionable"
     contractor costs until all such costs have been documented
     as valid charges.

2.   Instruct RPOs to track estimated  and actual  hours assigned
     and used to complete contractor work assignments.  .This will
     aid -in ensuring that .reasonable estimated  hours are assigned
     to future similar work assignments.
                                v
                                Report  No.  E1SKF5-02-0010-5100515

-------
EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
       [This page intentionally left blank]
                      vx
                       Report No.  E1SKF5-02-0010-5100515

-------
 o             •             .'

               EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR




                           TABLE OF CQNTENyS

 ''-.'•                     .    '           '  •           Page

        EXECUTIVE SUMMARY  .	  ;'	   i

        CHAPTER I	...'.....'./	'.....  "l
             -INTRODUCTION  ....'..'	   1
                  PURPOSE	'.	,	   1
                 . BACKGROUND   .	'.	'. .  .  ;  .  '1
                  SCOPE AND METHODOLOGY .  .  .	   4
                  PRIOR AUDIT  COVERAGE  .	  .  .	 -- 5

        CHAPTER II	•.	   7
             ESAT CONTRACT FINANCIAL MANAGEMENT        '     •
                NEEDS  IMPROVEMENT	........'	   7
                  BACKGROUND	  .  ..	   8
                  INVOICE  REVIEW AND APPROVAL PROCESS  NEEDS -
                       IMPROVEMENT	 % 	   9
                  AGENCY'S COMMENTS AND OIG EVALUATION 	  27
       .  ,         RECOMMENDATIONS  . . .		  35

        CHAPTER III  ...  	  ..........:...  39
             BETTER  CONTROLS OVER GOVERNMENT
                FURNISHED  PROPERTY NEEDED	  .  39
              ' ',  BACKGROUND	  . ,	40
                  CONCLUSION	'.	53
                  AGENCY'S COMMENTS AND OIG EVALUATION ....;..  53
                  RECOMMENDATIONS" .......	55

      .  CHAPTER IV	57
             CONTROLS  OVER.CONTRACTOR'S WORK NEED
                IMPROVEMENT	' .  .  .  .  57
                  AGENCY'S COMMENTS AND OIG EVALUATION	'61
                  RECOMMENDATIONS	  .  .  64

        EXHIBITS
             EXHIBIT 1  . '	'	65
             EXHIBIT 2 '....-..	 ~	67 ,
A         •             .'-.'•          •              '
       • APPENDICES          •     ,;         •                 ,
             APPENDIX  I .."... 		  69
f            APPENDIX  II  .  .  .  .	- .  :-.-.'. . . - -  -  .    113
             APPENDIX  III	' . .  .  .  .  ...	-.«.'.  - 115

-------
EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
       [This page intentionally left blank.]
                     viii
                       Report No. E1SKF5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR


                          CHAPTER I


                        INTRODUCTION
 PURPOSE

 We performed an audit of EPA' s management  and oversight of the
 Zone  I Environmental Services Assistance Teams  (ESAT) contractor
 The purpose of this audit was to evaluate  EPA's management and
 oversight of the contractor's activities in Region 1  (Lexington,
 Ma) 'and Region 2 (Edison, NJ) .                 .       '  >

 The overall objective of the audit was to  evaluate whether EPA's
 management of ESAT Zone 1 contract activities was in compliance
 with  applicable laws, regulations, and policies.  Specific .
 objectives were to:
•'             ••'.,'                   •    •'
 1. •   evaluate EPA management and controls  over contract
      activities;                    -
  1              r                             ,
 2. .  ensure contractor compliance with contract terms;

 3 ,    ensure contractor accountability and  Agency management of
      Government furnished property; .and          •  .    / •   '

 4 .    identify any improper or unreasonable costs charged to the
      ESAT contract.           '            .             .
 BACKGROUND
                                                           1, (
 In  response to the 1986 -Superfund 'Amendments 'and Reauthorization
 Act (SARA) and other EPA programs ' needing analytical services,
 EPA must maintain' state-of-the-art analytical methodologies,
 procedures, and continued excellence in environmental science,
 while generating tens of thousands of sample analyses and data
 reviews.  To meet this increased analytical output demand,
 expending • resources on contractors became necessary..
 Environmental Service Assistance Teams were contracted to assist
 EPA Headquarters and regions in meeting these requirements by
 increasing the Agency's analysis-related capabilities.  The first
 two ESAT contracts were awarded in 1987 and extended through

           :        '            -1               ..
                                Report No. E1SKF5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
 September  1991.   Two  new  contracts were awarded in September
 1991.   The ESAT  contract  responsibilities are divided into two
 zones.   Zone  1 -consists of Regions 1, 2/3, and 5.  Zone 2
 consists of Regions 4, 6, 7,  9, and  10, the National Enforcement
 Investigations Center, and EPA Headquarters.

 ESAT's  primary goal is to provide quick and efficient services to
 •EPA Headquarters and  regions  by assisting in many high visibility
 or difficult, ,as well as  routine, analysis-related activities to
 protect human health  and  the  environment.  -The major role of this
 contract is to assist the Agency in  fulfilling SARA requirements
 for increased cleanup activity, including more samples and more
 extensive  laboratory  analysis to provide data for remedial
 decisions.  The  contract  also includes other tasks such as
.quality, assurance support and data validation activities.

 The ESAT contract is  a cost-plus-award-fee which consists of a,
 base fee and  an  award fee.  Unlike the base fee, which does not
 vary with  performance, the award fee is a financial incentive
•earned  in  part"or in  whole based on  contractor performance.  The
 award fee  process is  comprised of two evaluations per year.
 These -evaluations begin at the end of each six-month evaluation
 period  and last.for 60 calendar days.  The purposes of this
 process are to evaluate and document contractor performance and
 management, and  provide performance  incentives to the contractor.

 This contract requires the contractor to establish and staff
 teams'in approximately five geographically distinct locations to
 perform the following tasks:

      Task  I -      Analytical Support
      Task  II      ,  Data  Review    -                           •
      Task ,111      Logistical and Administrative Support
      Task 'iV        QA/QC Support        .      .     •        .
      Task .V        Other Task-Related Activities
      Task  VI        Managing  and Reporting

 While EPA  Headquarters is responsible for zone-wide oversight of
 the ESAT contract, regional offices/administer the day-to-day
 operations of the contractors' work  on site.  Regional EPA staff
 oversee financial and technical management and evaluate'the
 performance and  productivity  of each-ESAT work team.  The
 regional project officer  (RPO), the  task monitors, and the' branch
 chief are  the key regional staff, and the contracting officer
 (CO), and the  national project officer  (NPO) are the key EPA
 Headquarters  personnel involved in contract oversight.
                 i
                                2            '   '
                                Report No. E1SKF5-02-0010-5100515

-------
          EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
   The CO has.primary responsibility for  ensuring  that ESAT
   contractors adhere.to the  terms  and  specifications of the
   contract and provide necessary personnel, equipment,; and services
   as specified in the statement  of work.  The NPO is the lead
   oversight person at Headquarters.  He  is involved in all aspects
   of the ESAT contract and is  the  central point of contact- for the '
   CO,  the two zone managers, and the RPOs.  The RPO is required to
   monitor the contractor's performance from a technical and        :
   functional standpoint.  His  primary  responsibility is to ensure
   that program policies and  procedures are carried out and the
   contractor meets the project goals of  specific  technical
   instruction documents (TID).             •         <

   The ESAT contractor's management structure is parallel to that of
   EPA.  The contractor has individual  regional ESAT team managers
  •similar to the  EPA counterpart,  the  RPO-.  The ESAT work team is
   generally divided into different groups, the responsibilities of
   which vary with each Region.   Each group is headed up by a group -
_   leader.   The two zone managers coordinate ESAT  activities with .
   the NPO. . The zone 'manager is  the management equivalent of the
   NPO and is responsible for the successful technical and
   administrative  performance of  all  contractor activities.  Each
   zone manager acts as the overall manager of the ESAT contract.
   The ESAT team' manager manages  the technical and administrative
 .  performance  of  the region's  ESAT and may be aided by an
 .  assistant.   The ESAT team  manager's  main responsibility is to
   execute a'task  in accordance with the  TID.

   The period of performance  for  the-base year of  the ESAT contract
   was from October i,  1991 through September 30,  1992.   EPA also
   exercised the option to extend the term of contract as shown in
   the chart  below.                   i(                     .     '

   OPTION PERIOD           START DATE          END.DATE
   Option Period I         10/01/92            9/30/93
   Option Period II        10/01/93            9/30/94
   Option Period III       10/01/94      '      9/30/95

•  EPA will  request 256,500 level of  effort (direct labor)  hours for
-%  the Zone  1 -base period and 254,600 for each of the option  .
   periods.   The level  of  effort  (LOE)'  for the base year may be
   increased by 15,200.hours.   In addition, a contract modification
   may be issued to^increase  the  estimated LOE by 34,200 for option
.   period I,  38,000'for option 'period II, and 62,700 for. option
   period III.             ,
                                  3 .
                                  Report Np. E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
The total contract amount (estimated cost,  base'fee,  award fee
pool available, award fee awarded)  was $6,727,420  for the  base ,
period; $7,434,753 for option period I;  $8,135,217 for option
period II; and.$8,929,696 for option period III.   The actual
amount paid as of February. 6,  ,1995,  for the base period was
$7,075,816; $7,836,346 for option period I; and $7,783,.821 'for
option period II.  The amount for option period III will be
determined at the end of the period.


SCOPE AND METHODOLOGY

We performed the audit in accordance with the Government Auditing
Standards issued by the Comptroller General of the-United  States
as they apply to economy and efficiency and program results
audits.  We began fieldwork for. our review on October 18,  1994,
and completed the review on June 2,  1995.   Our review included
tests of the program records and other auditing procedures we
considered necessary.  Our review concentrated on  the Agency
procedures to administer the contract during the period of
October 1, 1991 through June 1,  1995.

To accomplish our objectives,  we performed our review at EPA's
Environmental Services Divisions in Lexington,  MA  and Edison, NJ.
Specifically, we reviewed such records as monthly.financial
status reports; RPO voucher review checklists and  other files;
GFP inventory lists and purchase invoices;  contract documents •
including modifications; statements of work;  ESAT  manuals,
policies,  procedures and guidance;  TIDs and work unit documents;
contractor payment invoices; acknowledgment of completion  forms/-
correspondence between RPO and contractor;  various Defense
Contract Audit Agency (DCAA) reports; award fee documents;  and
Federal Manager's Financial Integrity Act (FMFIA)  documents.

At Regions <1 and 2, we interviewed the RPOs,  task  monitors, FMFIA
monitors,  property administrators (PA)  as well as  pertinent
contractor officials.  We also reviewed EPA's overall contract
management activities at Headquarters and Research Triangle Park
(RTP)  and interviewed the current and former CO; current and
former NPO; Chief, Management Section A,  Contract  Management
Branch, RTP;, and the Chief,  Contract Payment Section,  Financial
Management Center at RTP.     .   '

We did not perform a detailed financial  and compliance audit  of
the contract.  However,  we requested that the DCAA perform a


                                4
                                Report No.  E1SKF5-02-0010-5100515

-------
0
               EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
       review of service center costs.  They provided us with the
       results of their review on November 10,  1994.   Nothing else  came
       to our attention that would warrant us .to expand the scope of  the.
       audit.
       PRIOR AUDIT COVERAGE
                  i •

       The OIG's Western'Audit Division issued an Early Warning report
       number 4400025 on January 3i, 1994,  relating to a conflict  of
       interest resulting from ESAT contracting activities.

       In September 1993, the General Accounting 'Office (GAO)  issued a
       •comprehensive report to the chairman,  Subcommittee on      .
       Investigations and Oversight, Committee on Science,  Space and
       Technology,. House of Representatives (GAO/NSIAD-93-191)  regarding
       the National Aeronautics and Space Administrations'  (NASA)
       management-of Government equipment provided to contractors.  The
       report showed that it had become standard practice for  NASA to
       provide contractors with general purpose equipment without  .
       meeting any of the FAR exceptions or receiving approvals to
       deviate from the FAR.  Also, some procurement and program
       personnel were not adequately * trained on property issues, and
       oversight and policy guidance was ineffective.

       On September 18, 1995, the 'OIG's Central Audit Division issued
       report number 5100483, on "EPA's Acquisition of Analytical
       Support."  The report showed that -EPA had not adequately planned
       either the ESAT replacement contracts or the overall  analytical
       support services contracting strategy.
                                       Report No.  E1SKF5-02-0010-5100515

-------
EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
       [This page intentionally left blank]
                       6"              -
                       Report No. E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
                         CHAPTER H
       ESAT CONTRACT FINANCIAL MANAGEMENT
                    NEEDS
improvements could be made  in-the financial management of the
ESAT contract at the Lexington, MA and Edison, NJ laboratories.
We found that regional project officers  (RPO) and the national
project officer (NPO)  .did not  adequately review" contractor
invoices and associated documents.to determine whether, billed
amounts were reasonable and appropriate prior ,to recommending
payment.  Specifically,  these  individuals did .not always:

1.   recommend suspending questionable costs until the contractor
     provided necessary supporting, documents;                 /

2.   request and obtain necessary supporting documents to
     substantiate the validity of questionable costs prior 'to
     recommending payment;'    . .               ^

3.   effectively monitor service center costs;
   i       •                        *n          -''•*.
4.   provide adequate oversight of.labor-charges;

5.   ensure costs were only incurred for ESAT employees; and

6.   determine allowable bottled drinking water charges.    "

These conditions were caused-by inadequate implementation of the
FAR, EPA's Project Officer's Handbook,.and Contract
Administration Manual requirements.  In addition, the RPOs and
NPO did not always comply with the. oversight roles and
responsibilities outlined in the ESAT Contract Management Manual.
These individuals did not always use all available1tools to
systematically review, and approve the contractor's monthly
invoices.   They generally relied on the contractor's submissions
without performing independent verifications for questionable.
items.  Also, there was.insufficient, or undocumented
communication between these individuals and contractor officials
to resolve concerns:'  Moreover, the Agency's emphasis on prompt
payment may have led the RPOs  to restrict or limit the necessary
invoice review process to obtain support ing-.documents to justify
costs claimed.  However,  this  is a misconception by the RPOs,
                               Report No. E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
since it is possible to suspend or set-aside certain costs.    As
a result, we have inconsistent ESAT financial management and
oversight controls at the Edison and Lexington laboratories.   We
also have inadequate assurance that only reasonable and
authorized contractor charges were paid.

BACKGROUND

FAR 16.301-2 indicates that a cost reimbursable contract may be
used only when the uncertainties of contract performance do  hot
allow costs to be estimated with sufficient accuracy so that a
fixed price contract may be used.  A cost-reimbursement contract
places a significant burden on the Government to monitor billings
because the contractor does not have the incentive to maximize
profits by minimizing costs.

The EPA Contract Administration Manual (Manual)  states that  under
cost-type contracts, the contractor has little incentive to
control costs.  He or she will be reimbursed for whatever is
spent doing the work, barring a determination that costs are
unreasonable or unallowable. ., The Government bears most of the
risk and significant oversight is required.  The Manual requires
Federal employees to monitor contractor performance to prevent
waste of public funds and obtain required services within the
amount budgeted.  Although diligent financial, management of  •  •
contracts cannot be emphasized too strongly,  we found areas  that
needed to,be strengthened.                    •

The EPA Project Officer's Handbook (Handbook)  addresses the
relationship between cost responsibility, risk and administrative
oversight.   The degree of Government contract oversight is
directly related to the assumption of risk.  The Handbook states
that in a cost-reimbursable contract the contractor is entitled
to compensation for allowable, allocable and reasonable costs.
Additionally, a performance type statement of work may be used
because of the difficulty in describing what needs to be done.
Accordingly,. the contractor has broad authorization to perform
work and .charge for it, yet the work may not be exactly what is
envisioned.  Therefore, it is obvious that close monitoring  is
essential.

The Handbook also states, "Administration of a cost-reimbursement
contract requires Project Officers to avoid waste of public  funds
and obtain the contracted services within budget.   Inefficient or
misguided performance may result in other contracts being robbed
to provide* additional funding, or failure of the program to

                                8                '...,'
                                Report No. E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
obtain needed services."  Monitoring cost-reimbursement contracts
is probably the most challenging task faced by project officers:
Further, the Handbook allows the project officer to take
exception to any services or items  invoiced, and prepare a
memorandum outlining the reasons for the recommended disallowance
or suspension, and the payment amount recommended.  We found the
RPO .and the NPO did not always comply with these requirements.

Finally, the ESAT Contract Management Manual  {ESAT Manual), draft
dated August 1993 and final dated July 1994, states, "Both the
RPO and NPO are responsible for approving and initiating the
documentsv,which allocate, commit, or obligate contract funds.
This responsibility entails the approval of the contractor's
monthly invoices and the shifting of funds among activities and
sites, as necessary.  While, the NPO is responsible for invoice
certification, it is the RPO who is most closely associated with
the ESAT contract and the first line of invoice review."
                                    •               '  '      !
The ESAT Manual also describes the  roles, responsibilities,
procedures and requirements for managing' the contract.  It
provides that the RPOs and task monitors  (regional staff) should
regularly communicate"with contractor'managers to identify and
resolve problems.  Under.a formal communication system, weekly
meetings should be held at a minimum,  an agenda should be used,
and minutes taken.  Under an informal system, daily contact
should be initiated with contract managers.  Documentation of
communication with contractors is required'and a daily log should
track such correspondence.  This log ,helps refresh the RPO's
memory concerning activities and.decisions.  Also, a filing
system is required for recorded meetings and telephone calls.
The Manual"provides a suggested format for recording meetings and
discussions.  We found, instances of non-compliance with these
guidelines.       • •       ,    , .

INVOICE REVIEW AND APPROVAL PROCESS NEEDS
IMPROVEMENT

RPO procedures "used at Lexington and Edison to review and
recommend approval of contractor claimed costs needs improvement.
RPOs ..were generally conscientious in performing their duties, and
used a voucher review checklist to  determine whether claimed
costs were reasonable.  However, we believe RPOs and the NPO
should take further action when reviewing questionable costs.
Details of our findings and recommended corrective action follow:
                                Report No.  E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
i.   Questionable Costs Not Recommended To Be Suspended


The ESAT Manual permits the RPO to periodically question
contractor costs.   This procedure maintains a healthy
client/contractor relationship and provides necessary
supplemental data to make a fully informed determination of the
reasonableness of charges.   The ESAT Manual indicates that the
RPO should recommend in writing the suspension of unsubstantiated
or out of line charges.  Also, the RPO should make every effort
to obtain the rationale for .costs that do not appear reasonable.
If supporting information is lacking, the. RPO should -recommend
the suspension of costs in question,, but recommend, payment of the
remainder of the voucher (less the suspended costs).
Furthermore, the CO can suspend payment until the contractor
provides explanations of the charges.  The process for
questioning voucher charges is outlined in Exhibit 1.

Lexington Laboratory

The RPO did not recommend suspension of questionable costs until
items were resplved.  Our review of the contractor's monthly
financial reports for July 1993 through June 1994, disclosed RPO
concerns about costs of $18,723 for 9 of the 12 months reviewed.
However, the RPO always recommended payment of the invoice,
including questionable' items,  prior to receiving documentation to
validate the reasonableness and appropriateness of these cost's.
Although the RPO requested clarification of these costs, he did
not receive the contractor's reply prior to recommending payment.
The RPO said that he had very seldom, if ever, recommended
suspending questionable costs and did not totally understand the
suspension process.

The RPO stated the he recommended approval of questionable costs
because he was required to comply with the p'rompt Payment Act
requirements.  EPA allows only five days for the RPO's review and
approval.  The RPO believed that the NPO enforced the five day
policy and that invoice adjustments could be made upon receiving
the contractor's reply.  He also believed a final audit would
identify any .questionable costs at contract termination.

The NPO believed the RPO procedures were proper, and suspending
questionable costs created unnecessary paperwork..  We noted that
no costs were suspended during his period of appointment.
However, the former and current COs believed payment of
questionable items should be suspended until the /contractor
                               10
                                Report No.  E1SKP5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
provides documentation to support'these costs.   The current CO
believed that payment should be withheld until  the RPO determined
that costs were appropriate and everything possible should ,be
done to ensure only appropriate.costs are paid.

The former CO stated that payment of questionable items should be
withheld until the RPO resolves the matter.  She further stated
that the RPO was not and should not be limited  to five days to
perform a 'financial review of the contractor's  claimed costs.
Also, the RPO's'thorough review is essential as  the NPO relies on
the RPO's recommendation before authorizing payment.  The RPO did
not comply with the ESAT Contract Management Manual or Project
Officers Handbook provisions for suspending questionable items.-:
Suspending costs, until'receipt of supporting documentation,
deters.the contractor's submission of inappropriate costs,  and
helps prevent payment of potential unallowable  claims.

Edison Laboratory        ,       •            '        ;

The RPO did not recommend suspension of payment  of questionable
charges but rather submitted his concerns ,to'the NPO for
resolution.  These actions were not in compliance with the ESAT
Contract Management Manual or the Project Officers Handbook.   Our
review of the contractor's monthly financial reports for July
1993 through September 1994, disclosed the ,RPO  had.notified the
NPO of his concerns regarding $31,'115 but recommended payment
before items were resolved.

The RPO believed that upon informing the NPO of  his concerns, he
was not responsible for recommending the suspension of costs or
obtaining explanations to resolve them.  The RPO also believed it
was the NPO's responsibility to take further action to determine
the allowability of these charges.   The RPO had not established a
tracking system to ensure the NPO notified him  of the resolution
of his concerns.   In fact, he''indicated that he  generally was not
informed of'the final status of his concerns.

The Chief, Management Section A,' Contract Management Branch,  RTF
indicated that the RPO should have known: and has been reminded
that it'Was not the NPO's responsibility to determine
reasonableness of questioned charges.  The Chief also mentioned
that the current NPO had been providing the RPO with .contractor
correspondence covering cost questions.

The NPO disclosed that the RPO's procedures were acceptable,..
suspending costs before resolution created unnecessary paperwork,


                                Report No. EiSKP5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
and the contractor provided accurate information.   Our review of
the•NPO's files disclosed that he never recommended suspending
but always recommended payment of questionable costs before
receiving documentation to determine the appropriateness of these
charges.          "                   .                       .

The RPO's recommending and the NPO's suspending questionable
costs until supporting documentation is received could help
prevent unnecessary payment of Government funds.  It also acts to
deter the contractor's submission of inappropriate costs and
helps prevent payment of potential fraudulent claims.

In response to the draft report the Edison RPO's August 1,  1995
memorandum to the NPO discussed modifications to the "Checklist
for Voucher Review,",  to clarify whether payment for charges
should be suspended.   He suggested that adding an additional
question to the checklist would be helpful in addressing- the
OIG's concerns.  We strongly agree that this'modification would
prompt the RPOs to directly address the suspension issues.

2.   Supporting Documentation Was Not Always Obtained

Under a cost-reimbursement contract, the contractor is paid for
specific costs up to a predetermined maximum in return for its
best efforts to perform the work.  Costs incurred must be
allowable, allocable and reasonable.  Therefore, the NPO and RPOs
should obtain necessary documentation when applicable to absolve
questionable costs before payment.   Although the NPO and RPOs
believe .they and the .contractor had good internal controls to
ensure costs were accurately reported,  improvements can be made.
  N                                             '
Lexington Laboratory

The RPO did not always obtain information to determine whether
questionable charges were reasonable and appropriate.   The RPO.
had concerns of $18,723 in 9 of 12 months reviewed.  Our review
disclosed that bills, vendor invoices or purchase receipts
supported only $8,213 of this amount.  When the RPO had concerns
he requested an explanation from the contractor.  However,  when
applicable he did not always request supporting documents to
substantiate these costs.  The RPO stated that he used his best
judgement to determine when supporting documents were necessary.
The following are examples where we believe additional
documentation would have clarified questionable costs.
                               12
                                Report No.  E1SKF5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
For September 1993, the RPO requested documentation for the
Stratford site.  The contractor provided an employee list, hours
used, 'and cost per individual with-a total cost of $5,774.
Although the contractor's ESAT team manager stated that copies of
weekly time cards containing some information could also be
provided, the RPO did not request them to validate the claim.•

The RPO also questioned the reasonableness of $904 for September
1993 travel costs.  For March 1994, the RPO requested an
explanation of travel costs of $750, Federal Express charges of
$83, and petty cash supplies of $54.  For April" 1994, the RPO.
requested information regarding the $313 correction for AT&T
charges.  Finally, for June 1994, the RPO requested an
-explanation of $2,128 of-telephone charges.  Although the
contractor provided a written explanation the RPO did riot request
nor did the .contractor provide applicable documents to verify
these costs.  We found no evidence that the RPO took, further
action to substantiate these expenses.  However, the RPO's August
2, 1995, memorandum indicated that he requested and received four
invoices to verify certain other direct cost charges.

The RPO allowed payment of these items without necessary
documentation to determine the accuracy or reasonableness.
Supporting documents such as time cards, ''telephone bills, travel
vouchers, or purchase, orders might have eliminated any concerns;
The RPO accepted the contractor's explanation and believed
additional information was unnecessary.  However, the ESAT
Contract Management Manual states the RPO should request backup
documentation when there are questionable costs.  Also, the
Contract Administration Manual requires .the project officer to
request an explanation from the contractor and backup
documentation if further "detail is necessary. , We recognize that
in some cases explanations, clarifications or other appropriate
information was acceptable.  However,- we believe reviewing an
invoice or receipt (where applicable) would verify .the charge and
provide additional assurance of reasonableness.    .  -

The NPO believed the RPO was doing an effective job.  He also
believed the contractor's procedures and internal controls
ensured billings were accurate, and the contractor could be
trusted to provide accurate information.  However, a DCAA audit
report on the contractors billing system (October 12, 1994)
disclosed significant billing process errors as a result.of
inadequate written procedures and internal '.controls.  Internal
control weaknesses.which allowed submission of incorrect vouchers
for payment included:            ,

                                13
                                Report No. ElSKPS-02^0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
•     lack of documentation to reflect the vouchers were reviewed
      for errors before or after submission for payment;

•     vouchers were submitted without verifying amounts or rates;

•     incorrect billing rates;

.•     failure to prevent billings over contractual ceilings;  and ,

•     failure to deduct unallowable direct costs.

The report recommended that the contractor's billing procedures
should:                                           '

•     describe the duties/responsibilities of all personnel in the
      billing department;

•     outline procedures for verifying billed cost and rates
      before the voucher is submitted for payment, and the
      documentation required to support this verification;      •  .

•     describe the data required for adjusting indirect rates and
      the personnel required to have access to this data to ensure
      rates are correctly adjusted on a timely basis;

•     update billing system procedures to provide instructions and
      identify the data required for deleting unallowable costs;
      and

•     ensure that the billing department tracks all unallowable
  ,  'costs and any cost subject to contract limitations. . Any
      cost incurred over contract limitations should 'not be billed
      until a contract modification has been received.

The weaknesses identified in the contractor's billing process
further emphasize EPA's need to strengthen its cost review
procedures.

The RPO did not always request documentation to support
questionable items because he believed DCAA's review at- contract
expiration would resolve any questioned costs.  The cognizant
DCAA  audit supervisor (Houston,  Texas)  disclosed there was no
assurance that DCAA would perform such an audit and EPA should
identify and resolve questionable costs as they arise.   Also,  EPA
should not rely on another agency to resolve questionable charges
but should act independently to resolve them as. they occur.   In
                               14
                                Report No.
E1SKP5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
 response  to  a  position paper, the Chief," Management Section A,
 Contract  Management  Branch, RTF  stated that the NPO and RPOs make
 every effort to  identify and  resolve questionable costs a's they
 arise and do not rely on another agency to resolve them.•

 Chapter.9 of the ESAT Contract Management Manual states RPOs
 should be ready  to;supply  financial data in support of cost
 recovery  activities.  Specifically, contractors must maintain
 sufficient documentation to reconstruct costs incurred on a site-
 specific  basis for the purpose of cost recovery litigation.
 Frequently cost  recovery questions will be addressed' to the RPO
 who should verify that the contractor is reporting correct
 information.   Accurate financial data is essential for cost
 recovery  activities-. .   '      '     ,                         '

 Obtaining supporting documentation to validate that questionable
 costs are reasonable and appropriate is a good business,practice.
 A thorough review of such  documents helps ensure the Government
 only pays for  those  contractor costs which are substantiated and
 authorized within the contract's scope.

 Edison Laboratory
                     •
 The RPO .did  not  request or obtain supporting documents to .
 substantiate questionable  costs.  Because of the time         •
•requirements,  the RPO recommended approval and sent concerns to
 the NPO to determine whether  the claim should be paid.  The RPO
 did not correspond directly with the contractor to obtain an
 explanation  of questionable charges because this caused
 unnecessary  payment  delays.   He  said that it was a lengthy
 process because  he must channel  all such correspondence through
 his Region 2 supervisors.  The RPO indicated that in some
 instances he tried to clarify costs with the contractor over- the
 telephone but  did not document these conversations as required by
 the ESAT  Contract Management  Manual.

 From July 1993 through September 1994, the RPO provided the NPO
 with concerns.for 17 items ($31,115).  However, the NPO had only
 requested documents  to resolve 11 items.  Although the NPO may
 have requested the contractor to provide information, he did not
 always receive necessary documentation prior to authorizing
 payment.   Adequate documentation was not on file for 12 of the 17
 questionable items.  For example, although the NPO questioned
 certain travel costs, he did  not always request or receive
 receipts  to  verify these costs.  The NPO stated that he checks
 the bills for  reasonableness.  He relies on the contractor's
                                     i           '
                               .15
            .                    Report No. E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
information, and DCAA's audit at contract expiration to resolve
questionable charges.

The NPO and RPO are the primary Agency officials responsible for
monitoring contractor performance and evaluating the
reasonableness and allowability of billings.   EPA's Project
Officer's Handbook requires the project officer to verify
contractor invoice/vouchers and to obtain additional
documentation to support charges.  The Contract Administration
Manual also states that if further detail is  necessary,  the
project officer should request an explanation from the contractor
and backup documentation.  The NPO and RPOs did not always comply
with these requirements.

A helpful tool to monitor the contractor's progress and resolve
items of concern is1 the practice of having meetings or telephone
conversations.  The ESAT Contract Management  Manual requires
written documentation of such meetings and conversations.
Failure of the RPO and NPO to document these  discussions can
leave the EPA staff vulnerable to allegations of changes made by
EPA in such conversations or meetings.

The NPO also did not have a tracking system to ensure
questionable costs were resolved.  He relied  on his memory,
correspondence, or changes on monthly financial reports.
Implementation, of a, tracking system would help the NPO resolve
questionable costs and inform the RPO of the  final determination.

The NPO also did not routinely verify overhead and general and
administrative rates because he believed this was the CO's
responsibility.  Also, the CO informed him that EPA's Financial
Management Center's-controls ensured correct  billing rates were
used.  However, the Chief, Contract Payment Section,  Financial
Management Center, RTP stated there were no internal controls to
ensure the contractor used correct billing rates.  The NPO was
responsible for ensuring the contractor used  correct billing
rates as he authorized payment of claimed costs.  In October
1994, DCAA reported that the contractor did not bill correct
indirect rates to Government contracts and rates were not
verified before submission for payment.  DCAA concluded that this
condition was due to inadequate contract management oversight
during voucher preparation.  Therefore, EPA should place little
if any reliance that indirect rates were correctly billed to the
ESAT contract.  The NPO should verify the accuracy of claimed
rates to ensure the Government pays only allowable costs.
                               16
                                Report No.  E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
3.   Service Center/Program Or Regional Support Costs Approved
     Without Support

Service center/program or regional support costs generally
include labor and other expenses related to the contractor's
business manager, finance/accounting,  human resources,  property
management, and purchasing departments.   These direct costs are
allocated to benefit contracts using a direct labor base similar
to the allocation of overhead costs.  EPA approved-payment of
approximately $1.6 million for service center/program or regional'
support costs from October 1,  1991 through June 30,  1994,  without
reviewing supporting documentation.  The NPO and RPOs did not
have an adequate method to determine the reasonableness of
contractor claimed service center/program or regional support
costs.  Therefore, there was inadequate assurance that such
services were provided or were allowable-under contract terms.

DCAA's November 10,  1994, audit report, disclosed that for the
period of October 1991 through June 199.4,  other direct costs
(ODC) incurred exceeded the amount proposed, resulting-in a cost
overrun of approximately $1 million.  Service center/program or
regional support costs comprised 53 percent of the ODCs.  DCAA
offered two recommendations to avoid any cost dispute in final
cost settlement and ways to control contract costs.

(1)  Even if the Request For Proposal (RFP) specifies a proposed
     ODC amount, the RFP should still require the contractor to
   .  provide a breakdown by cost element up to the RFP specified
     amount.  This will give.the procurement office a visual
     composition of the ODC and dollar amount proposed.-

(2)  To,control cost reimbursable contract charges,  the
     procurement office may include contract dollar
     limitations/ceilings on costs which the CO may want to. limit
      (such as travel, relocation, or service center costs).   The
     contract may require CO approval for purchases at a
     specified amount or approval of significant expenditures
     that significantly exceeds Government funding.   The contract
     may stipulate disallowances of such costs without prior
     approval.                      .            ...'..

The Lexington RPO also had concerns about service center costs.
He stated the contractor's ESAT Zone 1 manager in Washington,
D.C. pro-rated charges to'each region, but he did not know the
composition or method used to allocate these costs.   Although
                               17
                                Report No,
E1SKF5-02^0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
 these costs appeared on monthly financial  reports,  the  RPO
 neither requested nor did the contractor provide documentation  to
 determine their reasonableness.   The RPO recommended payment  of
 these costs even though supporting documents were not available.
 Therefore,  unreasonable or inappropriate contract costs could be
 charged without the RPO's knowledge.

 The Edison RPO also stated that the ESAT zone manager allocated
 service center costs to each region,  but did not know the
 allocation method.  He believed the allocation was based on
 direct labor costs.  He also stated that he did not request nor
 did the contractor provide necessary documentation to determine
 cost reasonableness.  The RPO indicatedrthat the NPO would be in
 the best position to evaluate these costs  as he had a better
 understanding of the contractor's cost allocation method and
 might,have a listing of these costs.   The  RPO recommended  payment
 of these costs without reviewing supporting documents.

 The former NPO stated that unreasonable and unallowable service
 center costs could not be identified as the. contractor  did not
 submit supporting documentation.   She also said that such
 unallowable items as a television/VCR monitor,  paper shredder,
 and sales and use taxes have been charged  as service center costs
 and were subsequently removed at her urging.   The current  NPO was
 only slightly familiar with service center costs and trusted  the
 contractor to accurately charge the contract.   The former  CO  also
 indicated the potential .for charging unallowable service center
 costs.  She believed this was a vulnerable.area because the
 contractor did not provide documentation to support these
 charges.  By approving these costs without obtaining supporting
^documents,  the Agency may have paid for unreasonable or
 unsupported items.  The Chief,  Management  Section A,  Contract
 Management Branch, RTP also believed this  was  a vulnerable area
 which will be addressed.  The contractor will  be requested to
 provide information on these charges.

 We recognize that the NPO or RPOs should not be primarily
 responsible for verifying the methodology  to allocate service
 center/program or regional support costs.   However,  the Agency
 should request that adequate documentation is  obtained  so  Agency
 officials may 'be adequately assured that charges are reasonable
 and supportable.   Since unallowable service center/program or
 regional support costs have previously occurred,  the NPO and  RPOs
 should more thoroughly review these costs  to ensure they are
 reasonable and appropriate.   Chapter  9 of  the  ESAT Contract
 Management Manual requires the RPO to determine whether
                                18.
                                Report No. E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
contractor costs are reasonable,  appropriate or unreasonable.
"Reasonable" charges are those charges that have values that
appear to be justified and legitimate.             '
                                             i
In September 1994,  an EPA Office of Administration and Resources
Management contract voucher review and payment process Quality  '
Action Team (QAT)  found major invoice review deficiencies.   The
QAT found that the Agency had insufficient guidance and internal
controls.to ensure sound contract invoice reviews which total
approximately $1 billion per year.  Also, updated guidance  was
needed regarding the roles and responsibilities' of participants
in the process.'  Many.of the QAT recommendations pertained  to
ESAT invoice review weaknesses including:

(1)  invoice review guidance lacked clarity on contract.
     management officials roles and responsibilities,-

(2)  no individual took responsibility for.the accuracy of  the
     invoice review process;

(3)  inadequate verifications that invoices contain correct
  1 "'  indirect cost rates;        '                           .

(4)  contractor 'invoice data' were not consistent or sufficiently
     detailed to enable an adequate review;

(5)  sharing review responsibilities between the NPO and RPO
     creates responsibility, communication,  and funding issues
     which were not always addressed;

(6)  annual and final audits did not provide adequate  assurance
     that costs are allocable, allowable and reasonable.  EPA's
     payment review process must  provide such assurance if
     adequate audit coverage was  not provided;

(7)  questions regarding the allowability,  allocability and
     reasonableness of billed costs must be raised as  invoices
     are being paid or they may never be raised; '

(8)  EPA participants assume reviews are being performed by
     others, causing gaps in coverage, and the potential for
     incorrect payments, and poor documentation of which review
     was/was not performed.            .          '      -
                                                   t
Management roles and.responsibilities must be" clearly  defined  to
provide, effective contractor cost oversight.  Currently,  the QAT
                               19
                                Report No.
E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
is finalizing a training and reference guide entitled "Invoice
Review Guide."  This guide will provide a detailed description of
the roles and responsibilities of various contract officials and
will prescribe the proper contract voucher review and approval
process.

4.   Oversight Of Contractor Labor Costs Needs Improvement
The Lexington RPO should improve oversight of contractor labor
costs.  We found a significant difference in the method used by
Lexington and Edison RPOs to monitor those costs.   The Edison RPO
implemented adequate controls to verify claimed labor costs.   He
received a weekly contractor report detailing the previous week's
activity by task area which was distributed -to each task monitor
for review and comments.  The Edison RPO stated that he and the
task monitor reviewed 100 percent of the labor printouts and
ensured charges were made to the work assignments.   The
contractor was notified of errors and requested .to make
appropriate corrections.  The RPO verified hours charged on the
acknowledgment of completion form (completed at the end of each
assignment) with hours assigned on the TID (prepared at the start
of each assignment).   We believe this procedure provided adequate
oversight of labor charges.

The Lexington RPO's process  to verify contractor labor costs
needed improvement.   The RPO stated he verified hours'charged on
the acknowledgment of .completion form with hours assigned on the
TID on an ongoing basis.  He also stated that a 10. percent
sampling of all completion forms (400-600 per period)  is compared
against the monthly financial report entries.   This is an
additional step to verify the accuracy of the financial report
entries with previously completed forms.   In addition,  comparing
all monthly financial report entries with all completion forms
could not be completed in a  timely manner and believed it was
more efficient to verify this information on an ongoing•manner.

The Lexington RPO did not routinely send the contractor's monthly
financial reports to task monitors for review.   He alone normally
reviewed the 'labor mix contained in the financial report to
determine.cost reasonableness.  Task monitors were only provided
labor mix information and asked for input as-needed or when there
were performance problems.    _

The contracf's statement of  work,  section III,  Program Structure,
states that task monitors may be designated to assist the RPO in
contractor performance monitoring duties.  The task monitor is

                                20
                                Report No.  E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
the primary Agency contact point with the contractor in the
performance of specific assignments.   The task monitor assists
the RPO in reviewing relevant portions of monthly technical and
financial reports and contractor invoices.
                                        -,
The Chief, Management Section A', Contract Management Branch,  RTF
provided additional information:
   ;                                            s
     (1)  Task monitors provide estimates on each Tib for
          completion of projects.  The TID can be modified only
          upon the task monitor's concurrence.

     (2)  Upon project completion,  the task monitor receives; the
          acknowledgment of completion forms with the deliverable
          and-reviews them including labor hours.  The RPO also
          reviews, compares and verifies all acknowledgment of
          completions with. Tibs.
                                                                «
     (3}  .10 percent of the 400 to 600 TID and acknowledgment of
          completion entries per performance evaluation period
      4    are reviewed against financial reports.  It would be
          impossible to verify 100 percent of financial report
          entries given the five day review period.  '

     (4)  Labor charges in financial reports are  verified to.
          assure level of effort ceilings are not exceeded.
          Labor cost oversight and verification of hours' expended
          is an ongoing process.

The Lexington RPO should more effectively use the task monitor's
skills and knowledge to monitor 'contractor performance.  The task
monitor should review contractor reports monthly, atia minimum,
to assist the RPO in determining the accuracy and validity of
reported labor and other, costs.  Although reviewing and verifying
the accuracy of labor hours on an ongoing basis is a good
practice we believe greater emphasis should be placed on
verifying the accuracy of hours reported in the monthly financial
report.  The contractor 'is paid based on the charges .reported.
In our opinion, a 10 percent sampling of entries  reported in the
monthly financial statement is insufficient to verify the
accuracy of reported contractor costs.  We believe consideration
should be given to reviewing costs on a weekly rather than
monthly basis and increasing the labor charges reviewed from 10
to 50 percent.' These, actions will provide greater assurance that
the Agency pays for only reasonable and supportable costs.
Further, as demonstrated in Edison, with the coordination between
                               21
                                Report No.  E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
the task monitor and the RPO, this process could work in
providing additional assurances that only appropriate costs are
billed to the Agency.

Regarding the.first four areas of concern, the Chief,  Management
Section A, Contract Management Branch,  RTF indicated that cost
allowability and allocability are primarily determined by
auditors.  However, the CO,  NPO,  and RPOs are not absolved of
their responsibility to verify cost allowability and allocability
whenever possible.  He also believed RPOs and the NPO have
frequent communication with the contractor,  but can not be
expected to document each one or always develop an "auditable"
documentation trail.  We believe that the ESAT Contract
Management Manual documentation requirements must be met and more
thorough documentation of contractor communication is necessary.

The Chief also stated that the CO"will remind the NPO and RPOs to
examine and evaluate direct labor, travel, equipment,  other
direct costs, and subcontractor costs.   Also, it is never too
late to question charges (including charges on previously paid
invoices), and'the importance of staying on top of financial
management of the contract.   In addition, the NPO and RPOs will
be sent a memorandum reminding them that questionable items
should not be recommended.for payment prior to receiving
documentation to validate reasonableness'of these costs.   They
will also be reminded that it is the RPO's responsibility to take
necessary action to determine reasonableness of charges,  and
involving the NPO when necessary.  Moreover, they will be
reminded of the importance of thorough documentation.
5.
Charges Incurred For Non-ESAT Employee
Inappropriate and unallowable other direct cost charges were made
for a non-ESAT employee.  The RPO's review of the contractor's
monthly financial report and file correspondence disclosed that a
non-ESAT contractor employee had occupied ESAT office space in
Bedford, MA since July 1993 without EPA's knowledge or,approval.
The contractor's ESAT team manager indicated that this individual
moved to Bedford for her own convenience to be with her husband.
Since ESAT is a 100 percent fully dedicated contract,  charges are
only allowed for employees working on the ESAT contract.

The RPO became aware of this situation on February 24,  1994,
prior.to the OIG's audit but more than seven months after this
incident first occurred.  Responding to.the RPO's concerns about
a high January 1994 telephone bill, the ESAT team manager

                               22
                                Report No. E1SKF5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
•indicated this charge was due to a non-ESAT employee's use of an
ESAT telephone.  Contractor documentation indicated that from
July through December 1993, $1,575 of AT&T {telephone and fax)
and lease charges were inappropriately charged for the non-ESAT
employee's expenses.  The contractor stated this amount was
credited to the contract in March 1994.  The phone charge credits
were determined by reconciling log records.  The rent credits
were based on apportioning the Bedford office space.
Additionally, the ESAT team manager stated that a separate
telephone line was installed for the non-ESAT employee in March
1994.  Although the contract was credited for July to,December
1993 AT&T charges, we ~found no documentation to show that credits
were made from January 1994 until her phone was installed.  Our
review did not disclose any other items used by,the non-ESAT
employee that were billed to the contract.

The RPO notified the NPO of this situation on February 24, 1994,
and requested assistance.  The RPO stated,  "Given the
circumstance, and the potential for utilizing ESAT- funded  •
equipment, supplies, clerical support, etc.,  are there any
additional steps that need to be taken at the regional level to
assure accurate financial reports? .I have been told that...[the
contractor] will notify you of this situation and correct the
errors in its financial reports."  The RPO did not take any
further action to resolve this situation.

The former CO {July 1993 through May 1994)  was unaware of this
situation until April 1994, eight months after the individual was
at the location.  The former CO believed the contractor acted
unethically by permitting a non-ESAT employee to occupy this
space and that similar conditions could exist at other contractor
locations.  The current CO (as of May 1994) became aware of.this
situation in September 1994.   She stated that the contractor did
not have EPA's permission to co-locate a non-ESAT employee,.and
believed the contractor acted unethically..

The NPO believed the non-ESAT employee inappropriately used an
ESAT telephone and fax machine and that lease charges were
inappropriately charged.  However, in March 1994 the contractor
provided the non-ESAT employee with her own telephone, telephone
number and fax machine, office rent was charged to the corporate
office.   .       ,    .                        ..

We asked .the NPO if additional procedures should be implemented
to identify and eliminate this situation in the future.
Specifically, whether the RPO should make semi-annual time and

                                23
                                Report No.  E1SKF5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
 attendance or floor  checks  at  the  contractor's facility to ensure
 only ESAT employees  occupy  space and authorized charges are made.
 The NPO did not  believe  that the RPO was responsible for making
 these checks,  and trusted the  contractor to perform in a
 professional manner  and  accurately charge the contract.

 The NPO believed the .situation had been corrected and the
 contractor had credited  the overcharges to the contract^  He
 stated,  "although I  have not reviewed these costs, it is my
 opinion that the contractor has accurately corrected their error.
 This would be a  good audit  area."  To assume the contractor
 credited the correct amount, without independently verifying the
 charges,  is not  a good business practice.  An independent review
 is essential to  ensure the  contract was properly credited.
 Additionally,  the Agency should consider implementing procedures
 which directs the contractor to request and receive approval to
 place a non-ESAT employee in ESAT  office spacev

 In response to a position paper the Chief, Management Section A,
.Contract Management  Branch, RTP indicated the rental charge
 through September 1993 was  $4,086.61.  However, beginning in
 October 1993,  it was reduced to $3,995.25, reflecting the
 allocated cost for the non-ESAT employee's office space.  On the
 March 1994 financial report,, the contract received credits of
 $131.36 for July,  August and September 1993.  In addition,
 correcting credit entries for  facsimile charges were included in
 the March 1994 report.   However, the specific amounts and periods
 affected were not noted.  The  response agreed that the
 contractor's handling of this  situation was probably "unethical".
 Although EPA may not be  able to require that only "dedicated"
 persons occupy the contractor's space, they could request the
 contractor to charge that portion  of the lease cost commensurate
 with the number  of ESAT  people housed there.

 The response also stated that  RPOs will be reminded to make
 periodic visits  to the contractor  to discuss administrative
 matters,  walk through the facility, perform floor checks> and
 meet or speak with those persons "dedicated" to the ESAT
 contract.   In addition,  the contractor will be reminded that each
 lease agreement  is in fact  a subcontract, and EPA should be
 notified of any  changes  in  the terms of the subcontract.
 Furthermore,  EPA will advise in writing, that since the lease
 amount is a direct ESAT  charge, that only that portion of the
 lease amount necessary to house ESAT "dedicated" personnel may be
 charged to the contract.  Finally, while the NPO reviewed the
 March 1994 credits,  we did  not find any indication of independent
                                24
                                Report No.
E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
verification that appropriate corrections were .made for the
entire period until the non-ESAT employee obtained her own fax
line and machine in March 1994.                     .

OARM officials did not believe it was necessarily unethical for
contractors to locate other than ESAT dedicated employees in
their own off-site space.  However,  they agreed that  since this
space was fully dedicated to the ESAT contract, direct and
indirect costs for this employee should not have been charged.
It is the RPO, NPO and CO responsibility to ensure that credits
have been obtained.  Also, OARM was concerned about-the RPO
walking through the contractor's facility to perform  OIG
recommended floor checks and speaking to "dedicated"  people.
This amount and type of 'interaction may be viewed as  supervisory
in nature and therefore, personal services.  However,  the
contractor will be reminded that only the amount of their
facility lease necessary to house ESAT dedicated staff is
chargeable to the contract.

6.   Unallowable Bottled Drinking Water Charges
                                         i
At Lexington and Edison unreasonable and unallowable  bottled
water was charged to the ESAT contract.  The Lexington RPO's May
13, 1994, letter to the contractor's ESAT team manager concerning
the April 1994 financial report, questioned $64.11 for Belmont"
Springs.Water.  The RPO stated that the contractor believed the
water was not drinkable, but it  was unreasonable for  EPA to pay.
the water charges.  Therefore, in May 1994 the contractor stopped
billing EPA for water.  The RPO disclosed -that during the
contract period EPA paid $2,841  (the'Chief, Management Section A,.
Contract Management Branch,  RTF response to .the position paper
indicated the amount was $2,796) for bottled water.  The RPO
informed the NPO of this condition,  but was unaware if the NPO
had taken corrective action to credit the contract.  We,found no
evidence that these charges were credited.

In response to a position paper, the Chief, Management Section A,
Contract Management Branch,  RTP indicated there was no mention of
any questioned bottled water charges on the RPO's voucher review
checklist from September 1991 to May 1994  (32 months).  Also
there was no evidence that the RPO ever recommended suspending
payment or recovering these bottled water costs, which should
have been questioned earlier.
                               25
                                Report No.
E1SKF5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
Charges were also made to the ESAT contract to provide bottled
drinking water to Edison ESAT contract employees.  The RPO
disclosed that from February 1993 through February 1994, EPA paid
$2,562 for bottled water at an off-site ESAT location.  Although
these charges were subsequently stopped, we found no evidence
that the contract received credit for these charges.

ESAT employees were originally located in a trailer without
plumbing.  Therefore, it was feasible to provide bottled water
for the contractor.  However, in February 1993, most ESAT
employees moved to an off-site facility (Raritan Center) with
plumbing facilities.  However, the contractor continued to,bill
for bottled water until informed by the CO that these charges
were no longer permitted.  The. NPO indicated no action, was- taken
to recoup funds previously expended for bottled water.

In response to a position paper, the Chief, Management Section A,
Contract Management Division, RTP stated .that in early 1994, the
contractor was told,to stop billing for bottled drinking water at
the Raritan offices.  However, since the previous charges of
$3,286 were not recovered, EPA will be sending a letter to the
contractor requesting credit for-these charges.

We believe both RPOs could have more timely identified and
resolved these conditions by more efficiently reviewing the
contractor's financial reports and performing site visits.  The
.lack,of timely cost oversight resulted in $6,978 of unnecessary
Government expenditures as summarized below.

                                 Per Audit   Per Position Paper
Non-ESAT employee expenses         $1,575
Bottled drinking water, Lexington   2,841
Bottled drinking water, Edison      2.562
Total       .      "        >         $6,978,
$1,575
 2,796
 3.286
$7,657
The above conditions demonstrate a need for improved management
controls.  This cost-reimbursable contract requires diligent cost
management as most risk is borne by the Government.  We are most
concerned with the NPO's tendency to rely on contractor's
statements without making independent reviews to ensure correct
charges are made.  We also believe the NPO should review the non-
ESAT employee's charges to ensure the correct amount was credited
to the contract.
                                26
                                Report No. E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
AGENCY'S COMMENTS AND OIG EVALUATION
OSWER COMMENTS

On August 30,  1995,  the Assistant Administrator of the Office of
Solid Waste and Emergency Response . (OSWER) responded to the draft
report.  He stated that suspending questioned costs until
necessary supporting documents  are provided is always an option
and RPOs and the NPO' are "now aware of this effective cost
management tool and have been encouraged  to use it, when
appropriate."   However,  suspension of costs should be based on
"substantive reasons" and should be the "exception rather than
the rule.."  The contract management team  (RPOs, NPO, CO) has
implemented a process where costs may be  questioned prior to
recommending payment until issues are resolved satisfactorily in
the allocated amount of time.   If not resolved timely, costs will
be suspended when "substantive  reasons exist."  The response also
indicated a conceptual difference between the program office and
OIG on the roles and responsibilities, of  RPOs and the NPO.  The
program office indicated that RPOs and the NPO are not auditors
or responsible for allocability and allowability determinations.

Regarding recommendation 1,  the response  indicated that the RPO's
and NPO will be required to suspend payment on all questioned
items of a substantive nature until they  are determined to be
valid charges.. Also, RPOs and  the NPO will be required to
request and review supporting documents when questions can be  -
answered by. such documents.   The RPOs .and NPO will be required to
document -reasons for acceptance of questioned costs which appear
to be non-substantive.   This documentation may consist of
additional documents (bills or  invoices), contractor
correspondence, telephone conversations or meetings, or
information from other contract management sources.  Also, the
voucher review checklist may be amended to clarify available
decision options and facilitate the voucher review process.

Regarding recommendation 2,  the RPOs and  NPO will be instructed
to document contractor conversations and  meetings in which
resolution of questioned costs  is determined.  Also, they will be
instructed to implement a tracking . (filing) system to effectively
monitor contractor .requests and replies to questioned costs.  In
addition, RPOs and. the NPO have been reminded to- develop.
necessary documentation to complete the record on questioned
costs and to adequately support their decisions.

                   •            27
                                Report-No. E1SKP5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
OSWER officials did not agree with recommendations 3 and 4 and
believed there was no "reasonableness" determination for program
or Regional support charges, and validation of charges was an
audit function.  According to Chapter 6 of the Contracts
Management Manual, validation of indirect billing rates is the
function of the Servicing Financial Office.

OSWER officials generally agreed with recommendation 5 and will
remind and encourage RPOs to ask task monitors to assist in ,
determining the reasonableness of costs.   Since task monitors may
,not be as knowledgeable as the RPO about costs, it would be
unreasonable to make consultation on cost issues mandatory.
Furthermore, the new ESAT contract will be a Work Assignment (WA)
contract which will, use WA managers in lieu of task monitors.

OSWER officials-did not agree with recommendation 6.  They
believed time and attendance or floor, checks was a
supervisory/management function which could place the RPO in a
"personal services relationship" with the contractor.  -The
response stated that accountability for not charging the Agency
for non-ESAT employees always rests, with the contractor.
How.ever, the award fee process is an effective tool to indicate
to the contractor that such improper charges will not be        's
tolerated.  OARM officials indicated that the contractor will be
reminded that .only the amount of their facility lease necessary
to house ESAT dedicated staff is chargeable to the contract.

Regarding recommendation 7,  the response indicated that th"e NPO
has verified that the non-ESAT employee's costs' had been credited
to the contract.   The contractor has been instructed that office
leases are considered subcontracts and require the CO's approval.
This includes charges (e.g.  sharing space) in previously ESAT-
dedicated locations which must be approved in advance. '

Regarding recommendation 8,  on August 7,  1995, the CO disallowed
certain bottled water charges and the contractor was directed to
credit the contract for such charges.  The NPO will ensure that
charges of $4,729.52 are credited to the ESAT contract.

OIG EVALUATION
We are. pleased that OSWER indicated that suspending questioned
costs until the contractor provides necessary supporting
documents is an effective cost management tool,  and the RPOs and
NPO are now aware and have been encouraged to use this tool.
However, we do not believe that suspension of costs should be the

                                28
                                Report No. E1SKP5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
"exception rather than the rule."  Also, we are concerned about
the statements that suspension of costs should be based on
"substantive reasons."  This concept will have to be clarified.
We also recognize that suspending costs is a'time-consuming ,
process,'and RPOs and the NPO are not auditors and not .
responsible for allocability and allowability determinations.
                           s           . .
Regarding 'recommendation 1, we recognize that responsible Agency
officials could disagree on the type of documentation to
determine reasonableness, of invoiced amounts.   We are not
asserting that "all questioned costs must and can be answered
with an additional document".(emphasis added)..  However,  payment
of questionable costs, whether substantive or non-substantive,
should be suspended until applicable supporting 'documents verify
these items.  We do not agree that correspondence, telephone
conversations, meetings or information from other contract
management sources will always be sufficient to validate
questionable costs. 'The ESAT Contract Management Manual requires
the 'RPO to request backup documentation when there are
questionable costs.  Also, the Contract Administration Manual
requires the NPO to request contractor explanations and backup
documentation if further detail is necessary  (e.g. copies of
invoices,  breakdown of direct labor charges, etc).  ESAT is a
cost type contract where the contractor has little incentive to
control costs.  Therefore, diligent contractor oversight is
required as he/she will be reimbursed for whatever is spent doing
the work,  barring a determination that costs are unreasonable or
unallowable.  We concur with the contract management team',s
considerat-ion of amending the voucher review checklist.

We concur with the.proposed actions regarding recommendation 2.
However, we request that the Agency reconsider implementing
recommendations 3 and 4.   We believe RPOs and the NPO should
periodically review program or regional support documentation to
determine reasonableness and appropriateness of such charges.. To
strengthen invoice review the Agency should request adequate cost
documentation to ensure charges are reasonable and supportable.
Chapter 9 of the.ESAT Contract Management Manual requires the RPO
to determine whether contractor costs are reasonable'. appropriate
or unreasonable. .and whether invoice costs are commensurate with
the work performed.  The Manual .defines "reasonable" charges as
charges ,that have values that appear to be justified-and
legitimate.  We strongly believe that additional details ,or
information will be helpful to the RPO's review of costs
incurred.                                ,    ,        '
                                29       -            .
                                Report No. E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
We believe it was unacceptable for EPA to approve $1.6 million
for service center/program or regional support costs from October
1, 1991 through June 30, 1994, without reviewing some supporting
documentation.  Therefore, there was no assurance that these
costs were reasonable, and services were performed or. were
legitimate under contract terms.  The former NPO stated that
unreasonable service center/program or regional support costs •
could hot be identified as the contractor did not submit
supporting documentation.  She said that such unallowable items
as a television/VCR monitor, paper shredder and sales and use
taxes were charged as service center costs and subsequently
removed at her urging.  Review of such costs would help ensure .
only reasonable and legitimate charges were made.  The Chief,
Management Section A, RTF also recognized this vulnerable area
and stated that the contractor will be requested to provide
information on these charges.  As a result of approving invoices
without obtaining supporting documentation, the Agency may have
paid unreasonable or unsupportable costs.

We agree that validation of indirect billing rates is a
Servicing Finance office function.  However, since the NPO
authorizes payment of claimed costs he/she is ultimately.
responsible for verifying that correct indirect billing rates are
paid..  The Chief, Contract Payment Section, Financial Management
Center, RTP stated there were no internal  controls to ensure the .
contractor usedcorrect billing rates.  He also said the NPO was
responsible for ensuring the contractor used correct billing
rates as he authorized payment of claimed costs.  Additional
management controls are needed to ensure correct indirect billing
rates are paid, and the NPO should coordinate with the Chief,
Contract Payment Section to strengthen such review procedures.  .
We are not requesting RPOs or the NPO to audit service
center/program support costs or to determine overhead rates.  We
have modified recommendations 3 and 4 to clarify these matters.

Regarding recommendation 5, we agree that  RPOs should ask and
encourage.task monitors to assist in reasonableness
determinations.  It is in the Agency's interest for the RPO to
use the knowledge and experience of task monitors to review the
reasonableness of contractor costs.  Chapter 11 of the EPA
Contract Administration Manual states, "Project Officers should
also request Work Assignment Managers and Delivery Order Officers
to review and sign off on contractor invoices routinely,  since
these individuals are most likely to be aware of contractor
performance."  Task monitors are well aware of contractor
performance and in the best position to evaluate cost

                                30
                                Report No. E1SKF5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
 reasonableness.   Task Monitor review of  contractor costs  helps
 ensure- the Agency pays only for costs which are  reasonable,
 legitimate and within the scope of  the contract.
        i.
 The/fact  that the new ESAT contract will be a  work assignment
 contract  does not alter our-opinion that'WA managers  should
 review and assess the reasonableness of  contractor costs.  See
 reference to Chapter 11 of the EPA  Contract Administration Manual
 cited above.  .Also,  it was noted that: the Edison RPO  requires
 task monitors to review contractor  costs for reasonableness  on  a  .
 weekly basis. The RPO stated that  task  monitor  reviews have
 identified questionable or unreasonable  costs  which required
 further clarification.   .

 We request OSWER ,to reconsider recommendation  6  to periodically
 visit the contractor's site to ensure authorized individuals
 occupy ESAT areas.   From July 1993  to February 1994 a non-ESAT
 employee  made unauthorized charges  without the knowledge  of  the
"RPO or Agency, officials.   This situation-could have been  detected
 if the RPO had made periodic visits,  rather than relying  on  the
 contractor to report accurate information.   We believe that  the
 Agency should establish and implement additional controls to
 ensure that similar mischarges do not recur.   In addition to
 other monitoring activities,  periodic visits (i.e.  semi-annually)
 would be  an effective-method to improve  contract oversight and
 identify  non-ESAT employees.   We strongly disagree that
 performing such  activities as time  and attendance reviews or
 floor checks is  a supervisory/management function which could -
 place the RPO in.a personal services relationship.
            t                     '     •
 EPA Order 1901.1A - Use of Contractor Services to Avoid Improper
 Contractor Relationships,  as mentioned by the  Edison  RPO, does
 not conflict  with the OIG recommendation.   The Order  defines a
 personal  services contract as a contract which,  by its terms or
 as administered,  results in contractor personnel being subject  to
.relatively continuous supervision and direct control  by a
 Government official or employee.  Appendix A of  the Order
 provides  10 personal services examples to clarify prohibited
 activities.   None of these examples remotely pertain  to the  OIG
 recommendation.   Any limited RPO visit should  be coordinated with
 the contractor's point of contact.   Contractor personnel  will not
.be subject to continuous (or any) supervision  or direct  (or
 indirect)  control by the RPO's visit.  We agree  the award fee
 process can be one way to show the  contractor  that improper
 charges will  not be tolerated.  .However,  increased contractor
 monitoring will  aid in eliminating  improper charges.

                                31
                    .-   .         Report No.  E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
In response to a position paper,  the Chief Management  section A,
Contract Management Branch,  RTF stated that RPOs will  be reminded
to make periodic visits to the contractor to discuss
administrative matters, walk through the facility,  perform floor
checks, and meet or speak with those people "dedicated"  to the
ESAT contract.  The contractor will be reminded that each lease
agreement is in fact a subcontract, and EPA should be  notified of
any changes in the subcontract terms.  Furthermore,  EPA will
advise in writing, that since the lease amount is a direct ESAT
charge, only that portion of the lease amount necessary to house
ESAT "dedicated" personnel may be charged to the contract.  We
agree with these actions. "                     '          •

Since the Agency has completed actions pertaining to draft
recommendation 7 we deleted it from the final report.   We are
also pleased that the CO has initiated actions to address
recommendation 8.                     -                '

OARM COMMENTS
OARM's September 10,  1995 response to the draft  audit  report
concurred with some recommendations and provided additional
comments for the OIG to consider.   The response  agreed that the
contractor should be required to identify the total  direct labor
base for contracts using the service center in order for the
Government to determine if it is carrying the appropriate amount
of burden for these costs.  Also,  OARM does not  believe that  the
NPO or RPO should be primarily responsible for verification of
the methodology used to allocate indirect support charges.

Regarding .recommendation 1,  the response stated  that the
contractor is required to report charges by cost category and
dollar amounts in its monthly financial report.   The CO will
clarify that the Prompt Payment Act does not compel  RPOs or the
NPO to accept work or services, approve expenditures,  or
authorize payment prior to fulfilling invoice review
responsibilities.

The response indicated it should not be a general practice to
require offerers to provide ODC breakdowns for level of effort,
cost type contracts.  . While appropriate in select cases,  it does
not make sense when the exact work will not be specified until
work assignments are issued.  Whenever possible,  RTP
solicitations include itemized lists of anticipated  ODC elements
rather than dollar amounts for proposal purposes. However, for
the ESAT recompetition, the program office could not reasonably
                               32
                                Report No.
E1SKF5-02 -0010 -.5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
estimate itemized quantities nor do most offerers have a basis on
which to estimate them.       " -  '

The response indicated general concurrence with recommendation 2.
The RPO previously resolved contractor issues telephonically
because he was required to send formal correspondence through his
supervisors which often exceeded the five day voucher review
time.  The RPO indicated that he had not always documented these
discussions.  The 'CO has reminded the RPO that he is to
expeditiously resolve questionable costs and all contractor
discussions should be documented.

For the new ESAT contract the CO had considered dollar
limitations/ceilings to limit ODCs.  However, since OARM believes
the precise work" can not be described at the time of award they
do not believe ceilings constitute an effective control mechanism
for this contract.  Instead of ceilings, OARM determined that
stringent monthly ODC reporting requirements would allow improved
management oversight.  Contractors will be required to break out
by work assignment all previous month's ODCs by type and  ,
description.  Also, the contractor must report cumulative ODCs
incurred from the contract's effective date and  estimated travel
costs during the next two reporting periods.  In addition, the
contracts will include EPAAR clause. 1552.245-72 which .prohibits
the contractor from fabricating or ^acquiring non-expendable
property without the CO's written approval.  The "Limitation of
Funds" or "Limitation of Cost"- clause will also be included which
requires the contractor to notify the CO in advance if they
believe contract costs incurred in the next 60 days, when added
to previous costs, will exceed 75% of the funding provided, or
estimated contract cost.  OARM believes the'se clauses as. well as
the standard clauses provide the Agency with adequate protection.

CMG EVALUATION

We agree that the NPO or RPOs should not be primarily responsible
for verifying the methodology used to allocate service
center/program or regional support costs.  However, the ESAT
Contract Management Manual requires the RPO to determine whether
contractor costs are reasonable, appropriate or unreasonable.
Reasonable charges as those charges that have values that appear
.to be justified and legitimate.  EPA approved $1.6 million for >
service center/program or regional support costs from October 1,
1991, through June 30, 1994, without determining if they were
reasonable, justified or legitimate.                 ;    •


                                33             '
                                Report No. E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
The Lexington RPO's March 3, 1992 memorandum expressed concerns
to the ESAT CO, NPO and the Acting NPO about the appropriateness
of service center costs.  While reviewing the January financial
report the RPO'had concerns about unnecessary equipment costs and
believed an $813.00 VCR/TV was unreasonable and unallowable.   The
contractor's business'manager said these costs should not have
been charged directly but instead to "Service Center ODC".   The
RPO believed "this was an even more serious concern since service
center costs are not broken out and could contain other hidden
unreasonable costs."    .                   .

The RPO also stated that using the current service center cost
reporting format, they could not adequately determine the
reasonableness of contract costs. 'If the contractor had
purchased the unnecessary VCR/TV and charged EPA via the service
center charge,  "it would have gone undetected" (emphasis added).
Additionally, the RPO believed the government could be unfairly
sharing the costs of operating the contractor's private {non- •
government)' business operations through this charge..- Moreover,
unnecessary equipment,  travel, or virtually any unreasonable
charge against any of the contractor's contracts (government or
private)  would be undetected if this mechanism is continued.

The OIG's August 31, 1995, discussion with the NPO disclosed that
he never requested or received any supporting documents to
determine the reasonableness or appropriateness of service center
costs.  The NPO stated that the reasonableness of these charges
was an audit function and was beyond the scope of his duties and
responsibilities.  We disagree.  Also,  discussions with the
contractor's Business Manager on the same day disclosed that
additional information to determine the reasonableness of these
costs would have been made available to the NPO upon request.

OIG recommendation 1 has been modified since it did not clearly
indicate that it specifically pertained to service center/program
or regional support charges.  We believe that the-contractor
should provide a breakdown of monthly service center costs by
category to aid the RPO or NPO in making reasonableness.
determinations and identify any significant cost variances.

DCAA's November io,  1994,  audit report disclosed that from
October 1991 to June 1994 ODCs exceeded the proposed amount
resulting in an overrun of approximately $1 million.:  Since the
current ESAT contract has been in place for more than -four years,
we believe the program office has an adequate history to
reasonably estimate ODC co'sts for the new contract.   We also

                                34            <              .
                                Report No. E1SKF5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
believe  that establishing"ODC costs by category rather than in
total will aid contract management and prevent cost overruns.   We
agree that certain new offerers may have a more difficult basis
on which to estimate the composition of the ODC amounts'.

OARMs actions pertaining to recommendation 2 generally satisfy
our concerns.  Additionally, OARM considered recommendation 3,
but proposed an alternate approach which generally satisfied our
concerns.  'However, some of these proposals were included in the
•current  contract and ODC overruns still occurred.  Therefore,  the
CO, NPO  and RPO must take precautions, as outlined in EPA's
Contract Administration Manual, to refrain from encouraging any
continuance of work once funds have been exhausted.  The courts
and the  Board of Contract Appeal's have ruled that "such action -  .
 (or inaction) effectively obligates -the Government to' reimburse
the contractor, for the additional costs."  We have modified
recommendation 3 to address OARM's proposed actions.


RECOMMENDATIONS
      1          •      •     r

We revcommend that the Assistant Administrator,, Office of
Administration and Resources Management instruct the Director,
Office of Acquisition Management to implement the following    .  .
procedures to improve management oversight of contractor costs.

1.   Require the contractor to report service center/program or
     regional support charges by cost category and dollar amount
     if  they continue to be separately charged to the EPA
     contract.  This will enable the NPO and RPOs to more easily
     determine reasonableness and identify questionable items
     requiring further clarification.

2.   Advise EPA management to permit the Edison RPO to correspond
     directly with the-contractor's ESAT team manager to resolve
   /  matters.  Current procedures require.the RPO to send all
     ESAT correspondence through- regional officials.

3.   Require' the contractor to break out by work assignment all
     previous months ODCs by type and description. . The
     contractor should also report cumulative ODCs since
     inception and estimated travel costs for the next two
     reporting periods..  Moreover, EPAAR clause 1552.245-72
      (Fabrication or Acquisition of Nonexpendable Property), the
     Limitation of Funds/Limitation of Cost clause, and clauses
                                35
                                Report No. E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
     requiring CO approval for contractor purchases exceeding
     certain dollar limits and/or of a certain contract  type
     should be included.   Furthermore,  Agency contract officials
     must carefully monitor and tract the reported ODCs.

We recommend that the Assistant Administrator,  Office of Solid
Waste and Emergency Response instruct the Director,  Hazardous
Site Evaluation Division to implement the following procedures to
improve management oversight of contractor costs.

1.   Require the .RPO and NPO to suspend payment on all
     questionable items until documented as valid charges.
     Supporting.documentation should be requested and reviewed.
     Such documentation should include, but not be limited to,
     receipts for travel expense, air fare, rental car,  telephone
     calls, and hotel'bills.

2.   Instruct the RPOs and NPO to document telephone calls and
     meetings with the contractor to resolve questionable costs.
     Communications should outline topics of conversation,
     information requested and provided,  and decisions made.
     Also, require the NPO and RPOs to implement a tracking
     system to effectively monitor contractor requests and
     replies to questionable costs.

3.   Direct the NPO and RPOs to periodically (i.e. quarterly)
     review program or regional support documentation to validate
     the reasonableness and appropriateness of these charges.

4.   Instruct the NPO to review indirect billing rates prior to
     authorizing payment.  The contractor could be instructed to
     place the billing rates .on payment invoices to assist the
     NPO in determining the accuracy of these rates.

5.   Instruct the RPO to use task monitors to review and certify
     the reasonableness and appropriateness "of claimed .costs on
     financial reports prior to recommending approval.   Task
     monitors.are most familiar with the contractor's work and in
     the best position to determine the reasonableness and
     appropriateness of charges         •        •

6.   Direct the RPO to periodically visit the contractor's
     location and perform such activities as time  and- attendance
     ,or floor checks to identify unauthorized individuals
     occupying ESAT space.  Such visits would be made with a
   •  contractor supervisor present.
                               36
                                Report No.  E1SKP5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
7.    Agency ,has completed actions pertaining to draft
     recommendation 7.   •
                                       f
8.    Instruct the NPO to determine whether unreasonable bottled
    • water charges were accurately credited to the contract.
                              37                    .
                              Report No. E1SKF5-02-0010-5100515

-------
EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
      [This page intentionally left blank]
                     38
                     Report No. E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
                        CHAPTER
         BETTER CONTROLS OVER GOVERNMENT
              FURNISHED PROPERTY NEEDED
Our review of  Government furnished property (GFP) provided to the
Zone I ESAT contractor at the Lexington facility disclosed that
adequate controls were generally in place.   However a similar
review at the.Edison facility disclosed that certain improvements
were "necessary.  Specifically, we found that:       '

     1.   annual inventories were not performed at the
          contractor's facility until 1993;        .    .

     2.   an unannounced OIG inventory revealed missing items and
          other discrepancies;                     .           ;

     3.   inventory lists provided .-to the RPO differed from those
          provided to the. ESAT business manager in Virginia;   ,  .

     4.   EPA  initiated the replacement of  new computers and the
          installation of a security system after two thefts at
          the  off-site contractor office;

     5.   ESAT automobiles were prematurely auctioned by GSA
         .without the1RPO or contracting officer's knowledge; and

     6.   general purpose equipment was generally provided to the
          contractor at both facilities without meeting FAR
          requirements.

These conditions.resulted from inadequate oversight and controls,
and a low priority over GFP accountability.   Also, EPA did not
take effective action to require the contractor to comply with
the FAR and contract requirements for property accountability.
Specifically,  clear property control roles  and responsibilities
of the RPO,  NPO, CO, and PA were not sufficiently defined.  EPA
also did not review, approve, or perform periodic analysis of the
contractor's property control system.   In addition, the RPO, at
both facilities, had limited knowledge of GFP procedures and
regulations.   Finally,  providing the contractor with EPA property,
                              39
                               Report No.
E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
decals at Edison contributed to inaccurate inventory reports.  As
a result, we have limited assurance .that GFP was properly
accounted for, maintained, safeguarded,  reported or used for its
intended purpose.

BACKGROUND

Under certain circumstances agencies may provide GFP to
contractors to carry out specific tasks  outlined in the contract.
EPA can provide property to a contractor in two ways.   EPA can
purchase the equipment and lend,it to the contractor,  and/or the
contractor can directly purchase the equipment at Government
expense.  According to the ESAT Contract Management Manual if the
equipment cost exceeds $1,000 'it is generally preferable for EPA
to purchase 'the equipment and furnish it to the contractor,
rather than have the contractor purchase it as a direct charge at
Government expense.  Also, agencies can  frequently purchase
equipment at better prices due to their  competitive procurement
position.  In addition, using contract funds for equipment
purchases may give the Appearance that the Agency is bypassing
budget ceilings.        '

When providing equipment to contractors, the Government incurs
additional costs not charged directly to specific contracts.
These include substantial indirect administrative costs that
contractors pass on to the Government for maintaining an approved
property control system, safeguarding the equipment,  and
disposing of excess.  The Government also generally pays for
replacing lost or damaged GFP.  In contrast,  contractors are
responsible for replacing their own lost or damaged equipment.

At Lexington, GFP was transferred-to the contractor from the
prior ESAT contractor.  This inventory,  worth approximately
$70,000, consisted of 198 items including such general purpose
items as office furniture and computers.

Some of the contractor's inventory at Edison,  NJ was transferred
from the former Field Investigation Team contract.   This
inventory consisted of general office equipment,  computers,
mobile laboratories, self contained breathing apparatus,  etc.
Additional items were subsequently acquired including computers,
and a $4,000 telephone system.  The 1994 zone inventory lists
valued the total Government property located at Edison at
approximately $296,000. ' However, there  are no assurances that
all the items are still in the contractor's possession since the
                               40
                                Report No.
E1SKF5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
'contractor  inventory lists do not recognize subsequent transfers
 or new additions.

 The ESAT Manual requires "careful management" of property
 provided either directly by the Federal government or produced
 through the ESAT contracts.  The RPO is responsible for providing
 an inventory list of Government property used by the.contractor
 and the contractor must conduct an internal audit to verify the
 inventory list.  In addition, the RPO should be notified of any
 problems.

 GFP transactions must be recorded In the original contract  or
 added  or deleted through a written contract modification to
 ensure items are effectively monitored.  The RPO must .prepare a
 seven  point justification memorandum to obtain approval of  a
 Government  purchase or 'loan of equipment.  The CO approves  and
 authorizes  the transactions and the PA monitors, coordinates and
 manages property requirements.   Once the PA approves the
 justification, the contract is modified.             ...

 The PA should ensure that the contractor (1) is adequately
 controlling, protecting, preserving, maintaining,'using,  and
 reporting Government property in accordance with the contract and
 the FAR and (2) complies with its approved property control
 system.  PAs should perform these functions by conducting.
 periodic analyses of the contractor's property control system.
 The purpose'of this analysis is to ensure that the contractor is
 complying with established internal controls, property management
 regulations, and.contract provisions.

 The August  14, 1994, Procurement Policy Notice by way of a
'contract modification transferred PA responsibility for the ESAT
 contract to the Defense 'Contract Management Command (DCMC)  in San
 Antonio, TX.  Previously, an EPA Research Triangle Park employee
 with the Facilities Management and Services Division (FMSD)  was
 the PA.  Former FMSD staff work in.newly established Contract
 Property Coordinating Offices (CPCO).  Contract property
 coordinators  (CPC) act. as. liaisons between the CO,  DCMC and
 contractors.

 FAR REQUIREMENTS NOT MET ON GENERAL PURPOSE
 EQUIPMENT

 The value of GFP, especially general purpose equipment,  has grown
 substantially in recent years despite the Government policy to


                              .  41  '                 '  '     •   .
                      ,          Report No.  E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
minimize  providing equipment to contractors.   General purpose
equipment should be provided on an exception basis only -  such 'as
when the contractor is unable to buy it and the contract can not
be performed without it.  In many cases EPA's standard practice
has been to .provide contractors with general purpose equipment
without meeting the FAR requirements or receiving approvals  to
deviate from the FAR.  The implementation of policies to limit
such equipment was impeded because some EPA procurement and   '
program personnel were not adequately trained in property  issues
and EPA's. procurement oversight and policy guidance was
ineffective.  Weaknesses in the ESAT policy and oversight  areas
indicate systemic property management problems.

The FAR establishes the overall policy on providing equipment to
perform Government contracts.  FAR 45.302-1(a)  provided the  basic
Government policy regarding the provision of general purpose"
equipment to a contractor and the limited circumstances under
which such equipment may be provided.  The FAR prescribed  that
agencies shall not provide general purpose equipment to
contractors for any purpose,  including restoration,  replacement
or modernization except:

     (1)  for use in a Government-owned,  contractor-operated
          plant operated on a cost-plus-fee basis;

     (2)  for support of industrial preparedness programs;

     (3)  as components of special tooling or special test
          equipment acquired "or fabricated at Government expense;

     (4)  when, as a result of the prospective contractor's
          written statement asserting inability to obtain
          facilities, the agency head or designer issues a
          Determination and Finding that the contract cannot be
          fulfilled by any other practical means or that it  is in
          the public interest to provide the facilities; or

     (5)  as otherwise authorized by law or regulations.

If one of the above exceptions applies,  FAR 45.302-l(d)  still
prohibits the Government from providing any item of general
purpose equipment costing less than $10,000 unless the
contractor:
                                                            r
                               42                 '
                                Report No.  E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
         •           •
     (1)  is a. nonprofit institution of  higher education or
          nonprofit organization that conducts scientific
          research;

     (2)  is operating a Government -owned plant on a cost-plus-
          fee basis;

     (3)  is performing on a Government  establishment or
          'installation;          .                   •   .

     (4)  is performing under a contract that specifies that the
          contractor may acquire or  fabricate special test'
          equipment or special tooling and related components
          after obtaining contracting officer approval; or

     (5)  cannot obtain the equipment from other than Government
          sources.                '       .

FAR 45. 302-1 (d)  merely provides additional restrictions on
providing equipment with a unit value of under $10,000 if an
agency determines that a 45. 302-1 (d)  exception applies.
Decisions to not comply with FAR policies require appropriate
deviations.

Our review disclosed that EPA routinely  provided general purpose
GFP to the ESAT contractor at both Edison and Lexington.  Such
equipment (i;e.  -office furniture and computers) having a unit
value .of less than $10,000 were provided without either meeting
any of the FAR exceptions that permit such actions or receiving
approvals to deviate from the FAR.   The  Agency recognizes there "
is a problem with their utilization  of GFP and is currently
addressing this property issue and planning corrective action.

ANNUAL INVENTORIES WERE NOT PERFORMED

The ESAT contract requires annual contractor. inventories to be
performed and submitted to the PA on the- anniversary date of the
contract award.   At . the Lexington facility, the contractor      .
submitted an annual inventory, list to the RPO and the contractor
zone Headquarters in Virginia.  This list was then forwarded to
the PA.  However, at Edison,  an annual inventory list was not
provided to the RPO or the zone office. ' In fact, in .1993 the PA
requested that the contractor conduct an inventory because one
had not been done since the contract's inception.  Neither the
Edison RPO nor the PA had requested  required annual inventories'
until 1993.  The contractor team manager  disclosed that, the

                         -      43           '
                                Report No. E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
contractor had never taken a physical inventory of GFP in their
possession.  However, upon transferring GFP to ESAT,  the
contractor's Las Vegas office performed a start-up -inventory in
1991.  Therefore, between the start-up inventory and September
1993i annual inventories were not conducted.

The Contractor's Guide for Control of Government Property
(December 1988)  referenced in the ESAT contract states,  "A
physical inventory of accountable Government property must be
conducted annually on the anniversary date of the contract."  FAR
45.505(a) also requires the contractor to establish and maintain
adequate control records for Government property.
             \
A comparison of the contractor's 1993 arid 1994 inventories
revealed that 30 similar items worth approximately $11,500 were
missing in both years, including three self contained breathing
apparatus (SCBA), a laserjet printer, two key service units
(KSU), telephones, and other office furniture.  However,  in 1994,
additional items were missing including a lettering system,
Polaroid slidemaker, monochrome monitor,  dot matrix printer, and
other office furniture.

Though some items may be deemed immaterial, EPA Procurement
Policy Notice 94-06 dated August 16,  1994, states that under the
FAR all property is accountable.  The contract requires the
contractor .to immediately report .to the PA any items missing,
stolen or damaged.  However, the zone coordinator only reported
stolen computers,(two desks .and a chair as missing.   Two of the
ten EPA items reported stolen (a LaserJet printer and a 486/20
computer)'remain on the zone inventory list.

FAR 45.102 states that, "Contractors are ordinarily required to
furnish all property necessary to perform Government contracts."
Furthermore, according to the contract statement of. work,  other
than equipment provided through the contract,  all office
facilities and other general purpose equipment will be provided
by the contractor for administrative and operational functions of
ESAT.  We found that.the Edison inventory consisted largely of
general purpose office equipment (desks,  chairs, tables,
computers,  telephones).  Specialized equipment was located on-
site, while the off-site location maintained general purpose
office equipment in its inventory.                  .         •

Required annual inventories should be taken and submitted to the
PA to properly account for Government property in the
contractor's possession.  Missing items should be resolved

                                44
   .   .                          Report No. E1SKF5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
 properly and promptly to  ensure that GFP is appropriately
 accounted for and safeguarded.

 PIG INVENTORY DISCLOSED MISSING ITEMS AND
 DISCREPANCIES


 A November 1994,  DIG inventory found 15 of 77 items missing (1-9
 percent)  with an  acquisition cost of $13,757.  These items
 included SCBAs, lettering.system, slidemaker, laserjet printer,
 KSU unit,  etc.  The  FAR 45.505(a) requires the contractor to
 maintain a property  control  system^which should be able to locate
 all Government property.within .a reasonable period of time.  The
 contract further  stipulates  that the property control system
 should be able to locate  all Government property within two days.
 Also,  if items are missing,  stolen, or damaged, a description of
 these  items,  the  date of  the last inventory, cost, etc. must be
 reported to the PA.   The  contractor's 1993 inventory disclosed
 -that 13 of 15 missing items  were not located. . Only the lettering
 system and slidemaker were found in 1993.  Although the 1993
 inventory was provided to the RPO and the- contractor's zone
 office, none of the  items missing were reported to the PA.

 We questioned four individuals regarding the missing items,, and
 received four different responses.  The contractor team manager
 stated that all missing items were transferred to Puerto Rico.
 The RPO said that only furniture -was sent to Puerto Rico, but no
 computers.   The alternate RPO said that computers and printers,
 were sent.   Facilities management personnel provided a list of
 items  sent to Puerto Rico,  but computers and printers were not
 included.   Our .comparison of .the property list and the.missing
 items  found during the OIG inventory revealed that none of the
 missing items were transferred to Puerto Rico.  Furthermore, if
 ESAT property was involved,  there were no required contract
 modification documenting  this transfer.  These inconsistent
 statements and other data indicate inadequate oversight,and
.accountability for property in the contractor's possession.
 Also,  the Agency  did not  ensure that all property furnished to
 the contractor was recorded in contract records as required by
 EPA procedures.
                                 * .*
                                              \«
 The OIG inventory disclosed other discrepancies, including
 improperly tagged GFP, and items not listed in the contract or
 any modifications.   The EPA Contractor's Guide for Control of
 Government Property,  requires equipment to be properly classified
 and labeled with  an  EPA property decal.  This was not always

         '•                      45
                                Report No. E1SKF5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
 done.   For example,  we found a $71,235  Government  furnished ITT
 telephone system without a required EPA decal.  This.system was
 acquired through modification 26  (March 9,  1993) and decal number
 428795 was assigned but not placed on the'system.  The contractor
 team manager agreed with this.observation.  We also found two
 monochrome Government computers located in  two different
 contractor offices had the same decal number.  One computer,
 previously transferred from the FIT contract, had  an EPA decal
 whereas the'other had a handwritten number  on it.

 The contractor's 1994 inventory showed  72 additional items with
 EPA decals not listed in the contract or subsequent
 modifications.  The RPO took action on  three items.  An EPA
 mobile telephone (decal # 731697)  was in the contractor's'
 possession without the RPO's knowledge.  He immediately regained
 possession of the telephone when  notified.  Also,  a contractor
 purchased an AST Premium 486 computer  {decal # 703687) used for
- administrative purposes -and will  be given to EPA at the end of
 the contract.  According to the contract's  statement of work, EPA.
 cannot provide computers solely for administrative purposes.  The
 contractor claimed it was EPA's and placed  a decal on it.
 However,  the RPO found that a decal number  had not been assigned
 to this property.

 The third item,  an Epson Equity III+ computer  (decal # 691124)
 should have been in the Virginia  zone office.  Although there was
 no official transfer document,  the RPO  believed that it probably
 was transferred as a result of the April and May 1994 thefts.
 Since  none of the remaining 69 items on the list exceeded $1,000,
 the RPO decided not to take'any action.  Although  the EPA
 Contractor's Guide requires the contractor  to provide property
 acquisition information and justification for its  continued
 needs,  this was not done for the  72 additional items..

 Providing the contractor with EPA property  decals  contributed to
 these  conditions.1  Without sufficient controls, the contractor  ,
 used these decals to improperly tag certain Government or non-
 Government property.  Since annual inventories were not taken or
 incomplete, the contractor may not have been aware of which items
 were Government property and required an EPA decal.  EPA should
 develop and implement procedures  to ensure  the contractor
 properly labels and accounts for.all GFP.   Neither the
 contractor's property control system nor EPA's oversight have
 ensured accurate or reliable reporting  of GFP.  We believe that
 continuous accountability will substantially reduce inventory
 reconciliation problems when the  contract expires.

                                46       .
                                Report  No.  E1SKF5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
 RPO AND ZONE OFFICE MAINTAINED DIFFERENT INVENTORY
 LISTS

 We reviewed the contractor's November 1994',  inventory taken as a
 result  of the Office of Inspector General's  review.   In addition,
 the contractor's business manager located in the Virginia  zone
 office  provided a different Edison inventory list which was
 revised one week later.

 However,  we found many discrepancies between these lists.  The
 zone list included a $200,000 air monitoring system previously
 transferred to  Region 5 by modification 49 (February 25, 1994)
 and two weather stations worth over $13,000  deleted by
 modification 61 (July 26, 1994).  These transfers and deletions
 were accurately reflected on the RPO's inventory•list.   We also
.found that  seven computers, worth $14,700 purchased under
 modification 28 (April 29, 1993) and a $71,000 telephone" system
 acquired through modification 26 were excluded from the zone
 list.  'These illustrate discrepancies between the lists.   Since
 the zone's  list was sent to the PA, there was no assurance that
 accurate GPP inventory in the contractor's possession was  being
 reported.

 Accordingly,- FAR 45.505 (a), and  (c). requires  the contractor to
 establish and maintain adequate control records for all
 Government  property.- These records must identify all such
 property and provide a complete, current, auditable record of all
 transactions.   The discrepancies noted could be attributed to the
 contractor's inadequate property management  and inventory  records
 and procedures, and EPA personnel's inadequate knowledge of
 responsibilities to effectively administer GFP.  Inaccurate
 records also make it difficult tov reconcile  items and could
 ultimately  result in the loss of Government, property.

 EPA REPLACED STOLEN COMPUTERS AND PROVIDED A
 SECURITY  SYSTEM
                                    j
 April and May 1994, thefts at off-site Edison offices resulted in
 the loss of approximately $34,000 of computer equipment,
.including seven portable computers, a fax-machine,  printer and
 modem.   However, during the November 1994 OIG inventory, we found
 in the  contractor's office the modem reported stolen.   Another
 modem not found during the contractor's inventory was later  •
                                47
                                Report No.  E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
believed to be the one which was probably stolen.  However, both
modems were in the off-site location during  OIG's  inventory
check.  This illustrates.additional  inadequate  controls over GFP.

As a result of the thefts,  EPA allowed the contractor to replace
all stolen computers and paid $1,500 (and $38.00\month for
monitoring) to install a security system at  the off-site office
leased by the contractor.   EPA did not receive  reimbursement for
the stolen computers because of the  contractor's $500,000
insurance deductible.  According to  FAR 45.502(a)  and (b), the
contractor is directly responsible for Government  property until
released from liability.  Since the  contractor  is  not released
from liability,  because these incidents are  still  under review by
the CO, EPA should not have incurred these replacement costs at
the off-site facility. \                     -,   .

Furthermore, the contract's statement of work requires the
Government to provide building security to contractors at EPA
facilities.  It  also states that tasks II -  VI  Region 2 are
performed at a contractor provided facility  within commuting
distance of EPA's Edison facility (Raritan Center).  Since these
thefts occurred  at the contractor provided facility, the
contractor should have provided building security.  Therefore,
we do hot believe that EPA should have incurred costs for a
security system  at this off-site contract facility.

CONTROL OF GOVERNMENT VEHICLES NEEDS IMPROVEMENT


Seven EPA vehicles from the FIT contract were transferred to the
ESAT Zone 1 (Region 2) contract under modifications 12 and 26
(October 13, 1992 and March 9,  1993).   The vehicles were used for
Field Analytical Services  Program activities. •  Since Region 2
subsequently discontinued these activities,  the vehicles remained
idle at Edison.   As a result,  the RPO's October 7, 1993,
memorandum to the NPO requested removal of the  seven vehicles and
other ESAT property.   He stated that the vehicles  were not
needed, and it would be in the Government's  interest to remove
them from the contract.  He concluded that they could be made
available'to Government personnel or other contractors.

Two of the seven vehicles  were to be transferred to ESAT Region 5
under contract modification 49 dated February 25,  1994.   However,
the vehicles were actually transferred on June  16, 1994, more
than eight months after the initial  request.  Also, EPA paid for
                               48
                                Report No. E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
more than $6,000 in repair costs ESAT incurred,  between April and
June 1994, to make the two cars operable.

The remaining five vehicles were deleted frpm ESAT Region 2
property under modification 61 (July 26,  1994).   Two vehicles
{1974 Mobile Laboratory and a 1987 CMC Van)  were auctioned
through General Services Administration (GSA)  Region 2 without
the knowledge of the RPO.  The EPA Headquarters  PA transferred
the 1974 Mobile Laboratory (cost of $25,725)  to  Region 2 on.
December 28, '1993.  On.January 28, 1994,  Region  2 informed GSA of
this excess vehicle.   The transfer was made six  months before
contract modification 61 (July 26, 1994)  deleted the vehicle  from
the ESAT contract.  The RPO could not tell us- why it was
transferred to Region 2 without his knowledge.   Moreover,  GSA
auctioned the vehicle on September 27, 1994,  without knowing  the
keys were in the RPO's possession.  This illustrates inadequate.
control and coordination between the Headquarters and ESAT PAs.

the second vehicle, a 1987 van (cost of $20,836) was auctioned by
the EPA .Headquarters PA through GSA Region 2 on  February 25,
1994.  The auction occurred about five' months before modification
61 deleted it from the ESAT contract.  The RPO searched for the
vehicle (EPA 793)  when he received modification  61 but did not
know it was removed from Edison and auctioned.   The Edison
facilities management technician could only inform the RPO that
it was auctioned through EPA Headquarters..  Also the technician,
could not tell us how the van was auctioned and  could only
provide GSA's copy "of the purchaser's receipt sent to Region  2.

As of February 8,  1995, no action was taken on the three
remaining vehicles (two 1989 Chevy step vans and a Chevy 4 by 2
van), with a total acquisition cost of more than  $67,000.
Therefore,, they remained idle at Edison for .more than 15 months
after the RPO's deletion request, and seven months after the
modification.  The RPO did not know why action to transfer,
auction, or find another user was hot taken on these vehicles.
Since they were deleted from the ESAT contract,  he believed he
could not do anything.about them.                          •

The Edison facilities'management technician indicated that the
three vehicles were not transferred to Region 2  but were in the '
custody of the ESAT property administrator.  We  were informed
that the custodian was responsible for either transferring the
vehicles to the Region or selling them.  The RPO subsequently
received modifications PM 1 and'PM 2  {April 21 and May 24, 1994)
concerning the transfer of the property administrator

                           '.    49
                                Report No. E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
responsibility to DCMC,   We believe the RPO should  coordinate
with the new PA to dispose of or transfer these vehicles .before
they further deteriorate and lose their resale value.

The RPO did not require  the contractor to keep utilization  logs
for the EPA-owned vehicles to record trips taken  as required for
GSA leased vehicles.   The EPA Order R-4900.5 requires utilization
records to ensure Government equipment is properly  authorized and
used.  All divisions  or  branches located at the Edison  facility
require utilization logs for both its EPA owned or  GSA  leased  -
vehicles.  Without adequate utilization data, the PA has little
basis on which to question retention of infrequently used items.
We believe such logs  or  other records should be required to
assure that vehicles  are used for Field Analytical  Services
Program activities or other intended purposes.

We concluded that there  was inadequate control of Government
vehicles.  The auction of two vehicles without the  RPO's
knowledge, who had possession of the keys,  was one  such example.
EPA Headquarters transferred the Mobile Laboratory  to Region 2
six months before it  was deleted and the 1987 van was auctioned
by EPA Headquarters five months before it was deleted from  the
contract.  We also found a lack of coordination between ESAT and
Headquarters PAs, the CO, the NPO and the RPOs.   It appears that
these individuals 'did not know their roles and responsibilities
regarding excess vehicles.  In addition,  the transfer of the PA
function to DCMC contributed to the lack of action  to dispose or
transfer the three Edison vehicles,  which continue  to lay idle.
We strongly believe that improved controls over GFP deleted or
transferred from contractors are necessary.

PA FUNCTION TRANSFERRED TO DCMC


On September 30, 1993, EPA entered into an Interagency  Agreement
which designated DCMC as the PA for Government furnished property
and set up CPCOs to act  as liaison between the contractor and the
PA.  The PA, formerly an EPA employee,  was changed  without  the
RPO's knowledge.  Lexington and Edison RPOs believed that EPA was
still- overseeing the  PA's role.   Neither the RPOs nor the NPO
knew the name of the  new PA.  Although FAR 45.5 defined the PA as
the authorized representative to administer Government  property
contract requirements and obligations,  modification PM  1 did not
designate a specific  employee.   Instead,  only a DCMC San Antonio
address was stated.
                               50
                                Report  No.  E1SKF5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
The-CPC was the only person who received correspondence from
DCMC.  The CPC stated that there were contract problems since the
PA is located in San Antonio, Texas and the property is in
Edison, NJ, and Lexington, MA.  The CPC said that DCMC usually
sub-delegates the PA role to one of .their offices located closer
to the property in order to administer and oversee GFP issues.

However, DCMC had not done this for the ESAT contract.  Based
upon concerns brought to DCMC during our review,  we were notified
that plans were under development to redelegate the PA's roll to
an office located within the ESAT Zone 1 geographic area.

We found inadequate communication and coordination between the
PA, RPOs and NPO.  The Edison RPO stated he previously called the
EPA PA when a property issue was raised-.  Since the contract
modification did not delegate a DCMC person (only an address),
the RPO could not get proper direction for property related
issues.  Other than the lack of awareness that the Interagency
Agreement transferred the PA function from EPA,  we found ho other
concerns at Lexington.  To effectively control GPP in the future
or resolve procedural issues, we believe that a point of contact
must be designated to .resolve questionable GFP issues.

GFP PROBLEMS HAVE A VARIETY OF CAUSES


ESAT contract property administration differed between.the
Lexington and Edison facilities.  We believe that a higher
priority, as'well as additional controls and oversight,  are
needed regarding GFP located at Edison.  The conditions found
were caused by various contractor and Agency weaknesses.  EPA did
not fully comply with the FAR and take effective-.actions to
require the contractor to comply with Agency and contract
property accountability requirements.

Specifically,  the Agency did not ensure that:   (i)  contract
officials had adequate knowledge of GFP procedures and
'regulations, clearly defined roles and responsibilities, and
effective coordination; (ii)  the contractor's property management
system was reviewed and approved as required;  (iii).annual
inventories were performed, reconciled to property records,  and
missing property properly reported; and'(iv) contract
modifications were timely issued .for items added or deleted.

The contractor's mislabeling property with EPA decals contributed
to the various conditions reported.  EPA's inadequate controls
                                51
                                Report No.
E1SKP5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
over these labels allowed contractor.personnel to improperly tag
certain property.  Other contributing factors included the
communication problems caused by transferring the PA duties to a
DCMC San Antonio, Texas address, and the belief that all property
discrepancies would be identified and resolved at contract close-
out.  Many of these causes are discussed in various sections.of
this audit report.

One significant area not previously discussed was EPA's lack of
review and approval of the contractor's property management
system.  FAR 45.104(b) and EPA's Contractor's Guide for Control
of Government Property, requires PAs or a designated
representative to review and approve the contractor's property
control system following contract award and to perform periodic
property system analyses thereafter.  The purpose of .the system
analysis is to ensure that the contractor is complying with
established internal controls, property management regulations,
and contract provisions.  However,  neither the PA nor any
designated EPA representative reviewed and approved the
contractor's property system.

The contractor's zone business manager and zone coordinator both
stated that EPA had never reviewed their system.   The new DCMC PA
also stated that there was no evidence in the property files to
show that EPA reviewed and approved the contractor's system.   We
found that DCMC advised the zone coordinator to continue using
the same property system until he coordinated this area with
other DCMC officials and initiated- a review.  Without such a
review and certification,  there was no assurance that GFP was
adequately safeguarded and controlled.  The ESAT contract
requires the property system to be reviewed and approved to
determine whether it is sufficient to assure compliance with
Government regulations and contract terms,  and that property is
adequately accounted for,  protected, maintained,  and utilized.

In response to a position paper, RTP Contract Management Branch
personnel stated they had no evidence to contradict the majority
of the findings.  Specifically, the response indicated that on .
January 13, 1995, the contractor provided-DCMC an Edison GFP
inventory and disagreed that EPA should not have incurred
computer replacement costs at the off-site facility.   The
response also explained the property administration duties
transferred to the  DCMC San Antonio office.   It continued that
the PA should have  contacted EPA and the affected company to
explain DCMC's process, but this was not done.   Also,  the RPOs
should have called  the CO for property information matters.

                                52
                                Report No.  E1SKP5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
 CONCLUSION

 EPA's practice of routinely providing GFP gives contractors
 little incentive or motivation to invest in equipment needed for
 this contract.  EPA could provide incentives to encourage
 contractors  to furnish their own equipment.   Such incentives
 could include increasing fees to reward contractors for investing
 in, equipment, paying contractor's cost of borrowing money,  or
 using a fee  arrangement.  EPA could also negotiate a modification
 of the existing contract requiring the contractor to replace
 current GFP  with contractor equipment as Government equipment
 becomes obsolete or unusable.  This requirement,  which has  been
 embraced by  other agencies, could be included in future
 contracts until all GFP is replaced bywcontractor-owned
 equipment.                .


 AGENCY'S COMMENTS AND PIG EVALUATION

 OARM COMMENTS

 in response  to the draft report, OARM indicated that in the
 Spring of 1994, GFP responsibility was transferred from the
 Fa'cilities Management Division to the Office of Acquisition
 Management (OAM).  Since this transfer,  0AM has reviewed and
 analyzed GFP management and action is underway to improve the
 many weaknesses found.  A draft policy guidance memo and proposed
 FAR Class Deviation was distributed in June 1995.  Comments
1 received are* being reviewed and addressed.  OARM.recognized that
'EPA's management of GFP needs improvement and has taken necessary
 steps to remedy the problem. ,                          -
                          /       .                  ' '
 OARM generally concurred with the OIG's recommendations.  OARM is
 preparing Agency policy that complies with the FAR to reduce GFP
 provided to  contractors and to provide criteria for situations
 where GFP is needed.  A CO/PO Guide was also drafted to provide
 clearer roles and responsibilities for GFP management.   In
 addition,  EPA offices were provided with DCMC Directories in
 accordance with the OIG recommendation.   The.CO is requesting
 that DCMC perform a special review of the contractor's property
 management system and- will require correction of any deficiencies
 noted.  • Finally, the CO will require -the contractor to inventory
 all Government property and submit results to the CO,  NPO,  and
 DCMC for review.  After receipt and review,  the contractor  will
 be required  to reconcile the physical inventory to property
                            s                     -
                                53,
                    .   •  .       Report No. E1SKP5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
 records.  Also,  contracts will be modified to accurately reflect
 GFP currently in the  contractor's possession and which is
 required  for  contract performance.  Moreover, OARM is examining
 the use of  incentives to encourage contractors to provide their
 own equipment.

 Regarding draft  recommendation 8  (controls over EPA decals), OARM
 agreed that FAR  45.502(a) requires that contractors establish and
'maintain  a  system to  control, protect, preserve, and maintain
 GFP.   Although contractors routinely assign a unique property
 identification number,  they are not required to use EPA provided
 decals.   OARM believed  that the contractors own property control
 system rather than EPA  decal usage, contributed to any perceived
 'problems.   The CO will  request DCMC to conduct a special property
 review and  require the  contractor to correct any deficiencies.

 Regarding draft  report  recommendation 9 {control of Government
 vehicles),  OARM  generally agreed with the OIG concerns.  They
 concurred that two of five deleted vehicles were prematurely
 disposed  of and  not in  accordance with established procedures.
 As  a result,  the CO will reemphasize the importance of following
 established procedures.  However, OARM believed the three
 remaining vehicles were properly deleted and neither the RPO, NPO
 nor CO had  any continuing responsibilities.

 OSWER's response to the draft report indicated that annual
 property  inventories  are the contractor's responsibility which
 should be submitted to  the PA.  Also, the ESAT Contract
 Management  Manual erroneously states that the RPO provides a GFP
 inventory list to the contractor.  This error will be corrected
 in  the next revision.of the Manual.  The OSWER contract
 management  team  agreed  that overseeing GFP is an important
 function  that extends beyond the scope of 'the ESAT contract and
 should be addressed'on  an Agency-wide basis.

 OIG EVALUATION

 We  are pleased that OARM agrees with- the OIG's recommendations to
 improve controls over GFP.  We believe that the actions proposed
 and taken to  date will  improve and strengthen these activities.

 We  recognize  that the overall property control system weaknesses
 contributed to GFP management concerns.  However, we.believe
 controls  over decals, a component of the property control system,
 needs improvement.  This issue should be addressed as part of the
 proposed  DCMC property  system review.  Therefore, we have

                                54
                                Report No. E1SKF5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
 eliminated recommendation 8 and included these concerns' as part
 of  recommendation 4.

 Regarding controls over Government vehicles we are pleased.that
 the CO will reemphasize with the RPOs the importance of following
 established procedures for excess contract, property.  Although
 the remaining three vehicles were properly deleted from the
 contract,  they should have been transferred in a timely manner to
 Region 2  since they were not needed for other ESAT activity.  As
 of  February 8, 1995, Edison officials stated that these vehicles
 had not been transferred to Region 2 and therefore could not be
.disposed  of or excessed.  The RPO's August 1, 1995, memorandum to
 the NPO indicated 'that- paperwork to excess these vehicles was
 completed in June 1995 and are scheduled to be sold by September.
 30,  1:995.   We believe the RPO, NPO or CO had a further
 responsibility to timely transfer or dispose of deleted property,
 rather than let  it lie idle and lose any market value.

 We  strongly believe that, the following recommendations will '  .  .
 strengthen the Agency's controls over Government property that
 has been  or will.be furnished to contractors.


 RECOMMENDATIONS

 We  recommend that the Assistant Administrator, Office of
 Administration and Resources Management instruct the Director)
 Office of Acquisition Management to:               "

      1.    Evaluate the propriety and cost effectiveness of
           providing GFP (especially general purpose items) to
           ESAT staff, particularly at off-site locations.
                                                        \
      2.    Develop and implement an Agency strategy that (i)
           complies with the FAR and minimizes the amount of
           general purpose equipment provided to contractors, (ii)
           includes criteria when equipment should be provided,
          , and  (iii) addresses the use of incentives to encourage
           contractors to provide their own equipment.  For
           example, contractor acquired equipment could be sold to
           the successor' contractor at the depreciated value.
           This could save administrative costs of controlling GFP
           and replacement costs for stolen,  lost, or-damaged
           items.               .'              '
                                55           -
                                Report No. E1SKF5-02-0010-5100515

-------
  EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
3.   Provide regional project officers,  national  project
     officer, and contracting officer with additional
     guidance of their roles and responsibilities regarding
     GFP.  This guidance should be coordinated with the DCMC
     property administrator.  These individuals should also
     be informed of. the property administrator's  and
     contract property coordinator's names,  addresses, and
     telephone numbers to establish a point of contact for
     problem resolution.     .'
                                                  i
4.   Direct .that the contractor's property management  system
     be reviewed and approved to comply with EPA  and
     contract requirements.   Such a review will substantiate
  .   that property is adequately controlled,  protected,
     preserved, maintained,  used,  and reported.   This  review
     should also determine whether improved controls over
     property decals are needed.

5.   Require contractors to conduct accurate annual
    • inventories and submit a certificate of completion of
     inventories to comply with property regulations and
     conditions of the contract.   These inventories  should
     be reconciled to property records.

6.   Coordinate with the DCMC property administrator to
     perform periodic independent reviews of GFP  provided to
     contractors.  ' This review should be reconciled against
     contractor property lists to verify the items reported
     are accurate.

7.   .Require the contracting officer to modify the ESAT
     contract to include all GFP in the contractor's
     possession as required by EPA procedures.

8.   Encourage continuous coordination between the
     contracting officer, national project officer,
     regional project officer and property
     administrator regarding control of Government
     vehicles. The three idle Edison vehicles should be.
     transferred or auctioned before they become
     inoperable or lose their resale value.   Also,, the
     contractor -must maintain vehicle utilization logs
     to record the date, driver,  beginning and ending
     mileage, and destination.
                          56
                          Report No.
E1SKF5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
                         CHAPTER IV
      CONTROLS OVER CONTRACTOR'S WORK NEED
                        IMPROVEMENT
 Our  review of work assigned to the ESAT contractor at the
 Lexington, MA facility disclosed that  certain improvements were
.necessary in the planning,  monitoring,  and evaluation process for
 contractor work products.   We found that:

      1.   .actual time charged for tasks, could not-be accurately
          measured, and controls did not exist to ensure that
          time estimates were adjusted for future similar tasks/

      2.   procedures requiring Agency  approval through
          modifications of  existing tasks were not being followed
          for labor hour estimate overruns; and
              \   '                        '
      3.   task monitors did not always rate completed tasks in a
         . timely manner as  required.
                                                  i
 These conditions, were caused by inadequate oversight,and control
 over TIDs and the low priority they were given.  As a result,
 estimated and actual hours  were not effectively tracked and did
 not  reflect the actual time spent, to complete a task.  Also, an
 effective system was not available to  track the status of TIDs
 and  acknowledgment of completion forms,  which contributed to the-
 RPO's inability to effectively oversee the task monitors'
 workloads.'  In addition, untimely rated contractor deliverables -
 minimized the value of any  rating provided.

 EPA  task monitors utilized  TIDs ,to inform the ESAT contractor of
 a  specific task to be performed.  Approximately 600 TIDs were
 issued at the Lexington facility during a semiannual reporting
 period  {March1 31st and September 30th) .   TIDs must, be  approved
 (signed) by the RPO, before they are sent to the ESAT team
 manager.  If the contractor does not agree with the budgeted
 labor hours for the task, they can request a TID modification.
 In general, the RPO modifies,a TID if  the time the contractor
 needs exceeds'the original  budgeted labor hours by 10 percent.
                               57              •
                                Report No. E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
                                   iTELY MEASURED

We found that actual time charged for tasks were not properly
tracked and therefore, could not be accurately measured.  ,-
Further, controls, did not exist to ensure time estimates  were
adjusted for future similar tasks.  For 541 tasks we reviewed,
301 (58 percent) were completed in less time than budgeted.
However, our analysis of task folders for performance period five
disclosed these statistics to be misleading because some  tasks
extending over a six month award fee reporting period were closed
out and reopened as new tasks.  As a result,  it appeared  these
tasks were completed in a timely manner,  when in fact they were
continued as new tasks.  Acknowledgement of completion (AOC)
forms were generated by the contractor,  even though the task work
was not completed.

The Lexington RPO advised that the only way to determine  if a
task was closed out and reopened in a subsequent performance
rating period would require reviewing individual folders.   The
closed out tasks are reopened under new assignment numbers.   The
RPO's manual log system did not contain this information.

We judgmentally selected five tasks closed at the end of  rating
period number '7 (March 31, 1995)  and reopened" for rating  period
number 8 (April 1,  1995).   In two of these cases,  we found that
the task appeared to be timely completed when in fact it  was not.
For example, 50 hours were estimated for TID #01-95-0321  dated
March 17, 1995, with a proposed completion date of April  4,  1995.
Because this TID extended beyond the March 31,  1995 performance
period it was closed and the.contractor issued an acknowledgment
of completion form on April 4, 1995.   The acknowledgment  stated
the TID was completed March 31, 1995,  using 47.5 of the 50
budgeted hours.  On March 31,  1995,  a new TID was issued,  (#01-
95-044'0) , starting April 1, 1995.,  with a proposed completion date
of April 4, 1995 (original completion date .established in.TID
#01-95-0321).  The new TID provided for 18 hours and the
acknowledgment of completion form showed that 18 hours were used.
On face value it appeared that two TIDs were timely completed,
with 47.5 of 50 estimated hours utilized to complete TID  #01-95-
0321,  and 18 of 18 estimated hours utilized for TID #01-95-0440.
In fact, 65.5 hours were used to complete the same work initially
estimated for 50 hours, (31 percent increase).

The lack of tracking continuity,  from work assigned to work
actually completed, prevented the RPO,from accurately knowing how
                               58
                                Report No.
E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
long a task took.   Additionally,  this prevented the utilization
of historical data when establishing estimates for future tasks.

MODIFICATIONS NOT PROVIDED FOR LABOR HOUR OVERRUNS

We found that procedures were not being  followed for 'labor hour'
estimate overruns.  Of 541 tasks reviewed  for the period of
October 1,  1993 through March 31,  1994,  there were 116 tasks
where the contractor exceeded the estimated budget by 10 percent.
Our analysis of a  random sample of 39 of the 116 tasks disclosed
that 26. (67 percent)  were not modified by  EPA.  For example,
although TID#01-93-ll44 (incorrectly identified as #01-9.4-1144 in
draft) was budgeted for 25 hours,  the acknowledgment , of
completion detailed that 54 hours were used  {a 116 percent
increase} .   The TID was not modified as  required.

The ESAT Contract  Management Manual requires the RPO to track the
time necessary to  complete a task to ensure that appropriate
estimates are budgeted for future similar  tasks. "The RPOs must
approve (sign)  TIDs before they are sent to the contractor's ESAT
team . manager .  If  the contractor does not  agree with the task's
budgeted labor hours, they can request a modification.  In
general, the RPO modifies a TID if 'the time needed will exceed
the original budgeted hours b'y 10 percent.  A task monitor stated
that modifications are always given to the contractor, regardless
of whether they are justified,  because "EPA needs the work done."
We believe that when the contractor exceeds the budgeted labor
hours and no EPA modification is given,  the task monitor should
reduce the contractor's rating for the completed task.

The RPO stated that he did not review the  task monitor's
estimated hours established for each task.  Further, he placed
full reliance on the task monitor and was  not aware of the use of
historical -data to formulate estimates.  The RPO questioned the
importance of budget estimates for each  TID because "we have to
pay the contractor if he is working or not working because it's a
dedicated contract."  He further stated  he was more concerned
that the contractor met the contract's established minimum
baseline hours than the time required to complete individual
tasks.                      .

Other EPA laboratories have developed successful monitoring
tools.  For example,  the. Annapolis Laboratory established an
estimating model for use in developing task budgets using
historical data.            .  '
                               59                •
                               Report No. E1SKF5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
 In our opinion, the manual log system currently utilized by the
 RPO does' not provide rudimentary information necessary to
 effectively plan, manage and evaluate work provided to the
 contractor.  Therefore, the RPO does not have the ability to
 utilize historical data without reviewing every file for each one
 of the 600 TIDs generated every six months.

 Unless Lexington improves the current system,  unnecessary Agency
 costs could result.  Under the current system,  different task
 monitors could provide different labor hour estimates for the
 exact same work.  Further, the possibility exists that a
 contractor could complete tasks ahead of time,  over report  time
•usage, use the remaining time for their own benefit,  and submit
 increased costs to the Government for reimbursement.   Without
 adequate controls and concern over potential overbilling of time,
 the Agency has limited assurance that all costs incurred are
 necessary and reasonable.

 TASK DELIVERABLE EVALUATIONS NEED TO BE MORE TIMELY

 Our review of 541 TIDs issued for period number five (10/1/93 to
 3/31/94) disclosed that 232 TIDs (43 percent)  were not reviewed
 and evaluated by task monitors until at least 30 days after task
 completion.  In addition,  27 of these TIDs' (13 percent)  exceeded
 90 days, some as long as 180 days.

 The ESAT Management Manual and Award Fee Coordinator's Guide
 require ratings to be determined as close as possible to the
 completion of the .task. : This would ensure that the contractor is
 informed of their performance, especially if it is poor,  and
 enable them to take timely corrective action.

 Task monitors in Lexington sometimes reviewed the work as' much-as
.150 to 180 days after it was completed.  A deliverable received
 before the March 31st or September 30th  rating period might not be
 rated until the end of the rating period.  For example,  although
 eight tasks,were completed in October 1993,  they were not rated
 until March 1994 (the end of the rating period).  At that point,
 we believe any rating or financial  review is of marginal benefit.

 Task monitors advised that ratings  were delayed in some  cases
 because acknowledgement of completion  (AOC)  documentation gets
 separated from the rest of the TID documentation or deliverables
 get misplaced.  At the end of each rating period,  the RPO advises
 task monitors of the need for ratings for award fee purposes.


                               60                       -
                                Report No. E1SKF5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
 Another  concern we have about untimely reviews was the.task
 monitor's methodology of comparing acknowledgment of completion's
 to  TIDs  to ensure appropriate hours and labor costs.  The RPO
 stated .that the task monitor's review of these documents was the
 primary  oversight effort to ensure costs were correct for
 individual tasks.  However, task monitors did not perform any
 analysis to ensure hours claimed on the monthly financial.report
 were  supported by the hours reported on the acknowledgment of
 completion or in line with the TID time estimates.  The RPO
•believed there was no benefit to having task monitors review this
 data.  Further, the RPO believed that the task monitor should not
.have  access to the financial reports because the reports
 contained confidential business information.  Conversely,  at the
 Edison facility we found that detailed contractor weekly
 information was provided to task monitors to oversee their
 specific tasks.  The Edison RPO advised that weekly information
 was more current and made reviewing labor charges much easier.

 The lack of an effective perpetual system to track acknowledgment
 of  completion status, the low priority the acknowledgment of
 completion process was given, .and the RPO's inability to
 effectively oversee task monitor's workloads seriously detracted
 from  timely reviews of task completions.

 In  conclusion, our review of work assigned to the ESAT contractor
 at  the Lexington facility "disclosed that certain improvements
 were  necessary in the planning, monitoring and evaluation
 processes used for contractor tasks.  Based on the current
 system,  we believe there was a need for increased assurance that
 contractor work was adequately planned, managed,  evaluated and
 costs were controlled.
 AGENCY'S rOMMTCNTS AND OIG EVALUATION

 OSWER COMMENTS

 On August 30, 1995 the Assistant Administrator of the Office  of
 Solid Waste and Emergency Response (OSWER)  responded to the draft
 report.  He stated that he believed the "RPO has an effective
 system  for controlling and tracking contractor work...."  The
 reply stated that since the new ESAT contract will shift from
 TIDs to work assignments there was no benefit gained by
 implementing the OIG recommendations.  OSWER advised they will
                                61
                                Report No.  E1SKF5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
analyze the WA process to determine if the recommendations  were
applicable.under the new system.

Regarding recommendation 1, the Lexington RPO advised that  much
of the work was of a non-routine nature and did not  lend itself
to an estimation by formula.  The RPO also advised that
performing a trend analysis of completed work was "highly
inappropriate".  The RPO stated that this presumes that  the
contractor's time spent for the completion of projects is the
best gauge of time required.  Further the RPO believed this would
lead to a lack of incentive on the part of the contractor to
complete work in a timely manner.

Regarding recommendation 2, the RPO advised the draft report was
incorrect that there was a "lack of tracking of incomplete
projects scheduled into a subsequent period."  He also stated
that incomplete tasks were tracked.  Regarding recommendation  3,
the RPO indicated that he maintained a complete database of
pending and completed AOCs.  The RPO advised the Region  has
always utilized manual and computer systems to track contract
information.

PIG EVALUATION

In our opinion, improvements are needed over the planning,
monitoring, and evaluating process for contractor work products.
We disagree that because the contract was shifting from  a TID  to
a Work Assignment contract OIG concerns are of no benefit.
Under all types of cost reimbursable contracts the RPOs  are
responsible for developing cost estimate's for work to be ,
completed,  controlling work assigned,  ensuring timely review of
deliverables as well as providing ratings for the award  fee
process.  This is true for contracts utilizing the work
assignment format.

We agree that some of the work was of a non-routine  nature.
However, task monitors and RPOs advised that much of the work  was
very definable to the point that the contractor utilized standard
operating procedures (SOP)  or protocols to carry out the analysis
for much of the ESAT analytical services.   We strongly believe
that if formulation of SOPs was possible because the analysis  or
task was repetitive.in nature,  that development of a estimation
model was feasible in many cases.  Additionally,  other
laboratories utilizing the same SOW as Region 1 have developed
estimation models based on review of historical data.  RPOs
should use their expertise together with the trend analysis

                               62 .
                                Report No.  E1SKF5-02-0010-5100515

-------
        EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
 results to provide more reasonable estimates for specific tasks.
 These estimates should be flexible and modified based on actual
 results.

 Regarding tracking historical data, the ESAT Contract Management
 Manual Chapter 9-11 .states:  "to aid you in assessing the
 reasonableness of contractor charges, you should consider" "
 tracking costs for similar activities over time.to provide a
.comparative baseline...Tracking historical costs and LOE is also
 useful in developing the estimates for future TIDs or WUDs [work
 unit document]-."  We also believe that tracking such costs is a
 highly appropriate tool to help carry out the oversight
 responsibilities'of the ESAT contract.       •            '      •

 The draft report indicated a lack of tracking continuity from
 assignment of work to its actual completion if it extended over
 two rating periods.  The RPOs manual log did not delineate that a
 project was initiated in a prior period, under a different task
 number, or the hours estimated and used in the prior period under
 the original task number.  During the review the RPO advised that
 to obtain this information he would have to review each task
 file.  In our opinion, the current RPO log was not fully
 effective in tracking the status of work from assignment to
 completion. • 'Also rudimentary information such as estimated time,
 and start date; actual start date, time spent,  and completion
 date; date AOC received; and date task was rated was not included
 in the RPO's log.

 The responsesindicated a log was. maintained for projects that
 would extend into a subsequent period.  This was contrary to
 information provided during a May 5, 1995, interview with the
 RPO.  Additionally, in followup discussions the RPO advised that
 he used a log that the contractor generated and maintained to
 control the tasks assigned bv EPA.  The RPO was unable to provide
 us with the excerpts of the contractors log for time frames
 requested.  The RPO advised that the log was of minimal value
"after a new performance period was underway, therefore it was
 probably destroyed.

 Although the-Lexington RPO advised there was a complete database
 to track AOCs, this was not consistent with what we observed
 during our fieldwork.  Upon request, the'RPO could not provide us
 with evidence of the existence of an Agency-maintained database
 that tracked the status of pending or completed AOCs.

 Based" on the response we have deleted recommendation 4 from the
 final report.          .                 .            !


                                63
     "                           Report No. E1SKP5-02-0010-5100515

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
RECOMMENDATIONS

We recommend that  the  Assistant Administrator, Office of Solid
Waste and Emergency Response  instruct the Director,  Hazardous
Site Evaluation Division  to require:

     1.    The RPO  to perform  a periodic trend analysis of
          completed TIDs  or WAs to ensure that ,task monitors/work
          assignment managers give more appropriate estimates  for
          tasks.   It is possible that a contractor could complete
          a task before the budgeted time, use the remainder of
          the time for their  own benefit, and charge the
          Government for  increased direct costs.

     2.    The RPO  to .develop  an improved system to maintain more
          effective control when a TID or WA overlaps two rating
          periods.   Acknowledgment of completion forms should  not
          be used  for  incomplete tasks that are not completed.

     3.    The RPO  to maintain a manual or automated database to
          facilitate the  timely review of completed tasks.
          Management reports  should be generated which shows the
          status of TIDs  or WAs, deliverables, and ratings.  To
          assure timely ratings, reasonable time frames should be
          established.
                               64
                               Report No. E1SKF5-02-0010-5100515

-------
                                                                              EXHIBIT  1
       Process  for  Questioning  Voucher Charges
  Review invoice
  us i ng check 11st
    Are costs
 within the scop*
    of work?
    Are there
  quest!enable
    charges?
  Request back-up
 documentation and
    recommend
   suspension.
Inform Contracting
   Officer of
recommendation and
approve the balance
   for payment.'
                      NO
  Recommend
 dlsallowance.
  Action
 taken by
Contracting
  Officer
                      NO
Approve invoice.
 for payment.
' \
Is back-up >y NO
adequate? ^^
^ /
Recbmend
suspended charges
/ Action by
I Officer
V ;
Request contractor
resubmlt suspended-
charges for payment
                                        65

-------
                EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
                      [This page intentionally left blank]
                                     66              .      .  •
                                     Report No. E1SKF5-02-0010-5100515
.

-------
       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
                                                    EXHIBIT 2
Finding No.

    i
                 SCHEDULE OF FINDINGS
Description
Facility
   Contract Financial Management
     Needs Improvement

   Better-Controls Over Government
     Furnished Property Needed

   Controls Over Contractor's Work
     Needed Improvement
             Both
                                                Edison,  NJ
                                                mainly
                                                Lexington,  Ma
                             67
                              Report No. E1SKF5-02-0010-5100515,

-------
r
                EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
                       [This page intentionally left blank]
                                     68
                                      Report No.  E1SKF5-02-0010-5100515

-------
                     UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                                WASHINGTON. D.C. 20460
                                                                   -APPENDIX I
                                                                    Page 1 of 44
                                       AUG  30 1995
V
y
         MEMORANDUM
                                                                  OFFICE OF
                                                            . SOLID WASTE AND EMERGENCY
                                                                 ' RESPONSE
 SUBJECT:   Response to the Office of  Inspector General Draft
           Report'on Audit of EPA.'s Management and Oversight of
           Eastern Zone Environmental Services Assistance Team
           (ESAT)  Contractor,  eport  No/E1SKF5-7P2-0010

•PROM:      Elliott :P> Laws
           Assistant Admini

 TO:        El'issa R. Karpf
           Deputy Assistant Inspector General
             for Acquisition and Assistance  Audits

     The  purpose of this memorandum  is  to transmit ,the Office of
 Solid  Waste and Emergency Response's (OSWER)  comments on the
 Office of Inspector General (OIG) draft Report on Audit of EPA's.
 Management and Oversight of Eastern  Zone Environmental Services
 Assistance Team ,(ESAT) Contractor, Report No. "E1SKF5-02-0010.  We
 reviewed  the draft OIG audit report  to  ensure that, it is factual '
 and  is presented .in a fair and equitable manner.   Below are our
 specific  comments on the OIG's findings and recommendations and
 some general observations on the draft  report's conclusions and
 methodology.       ,                    •                       .    .

 Specific  Comments on Findings and Recommendations.         .    .
                        *
 OIG  Finding l;
                                      i          •   \      '

     ESAT contract financial management.needs improvement.

 OSWER  Response:                  .

     Suspending questioned costs until  the  contractor provides
 necessary supporting documents is always an option,  and the
 Regional .Project Officers (RPOs) and Project  Officer (PO)  are now
 aware  of  this effective cost management tool  and have been
 encouraged to use it, when appropriate.  Suspension  of costs
 should be based on substantive reasons  — it-shquld-.be the
 exception rather than the rule.  As  described in Attachment I, \
 the  contract management team (RPOs/PO/Contracting Officer (CO))
 has  implemented a process where costs may be  questioned prior to
 recommending payment until the cost  issues  are .resolved
 satisfactorily in the allocated amount  of time.   If  resolution is
 not  achieved within the allocated amount of time, the contract
                 Recycled/Recyclable . Primed with Vegetable Oil Bas£9ks on 100% Recycled Paper (40% Postconsumer)

-------
                                                          APPENDIX I
                                                          Page 2  of 44
                                2 .
management team will take action to suspend questioned costs when
substantive reasons exist.  For obtaining documents to
substantiate the validity of questioned costs, the contract
management team has been instructed to only see!-: those documents
which are responsive to its inquiry.  We do not support the
routine collection of airline tickets, telephone bills, time
cards, and other such documents, unless they are responsive to
the questions being asked.  We also do not support the OIG's
assertion that because costs have not been suspended in the past,
the internal- cost control and payment procedures in the ESAT
contract are weak.

     There appears to be a major conceptual difference between
the program office and the OIG on the roles and responsibilities
for making determinations regarding the reasonableness,
allocability,  and allowability of costs.  Consistent with OSWER
Directive 9200.5-401, the RPOs and PO are only responsible for  .
making reasonableness of cost determinations.  They are not
auditors and,  therefore, should not determine the allocability
and allowability of costs.  Determining allocability and
allowability of costs is the function of an auditor at the
direction of the CO.  Although reasonableness pi charges should
always be questioned, an analysis of the service center charges
shows that they are outside the purview of the P.POs and PO.

     Since Region I was not given an opportunity to comment on
the OIG position papers, we recommend that the OL,'G auditors
review its comments on the draft audit report wh.Lch are presented
in Attachment II..  We hope that after careful review, the OIG
will correct many of the misstatements, errors, a.id omissions in
the final OIG report'.  In our judgment, the Region I RPO is
providing adequate oversight of ESAT contractor 'labor costs.

    ,We believe that the ESAT contract contains adequate
provisions for insuring that the Agency does not. incur, charges
for non- ESAT. employees.  As suggested by the" OIG, we believe that
additional procedures, such as periodic floor and time and
attendance checks, are not warranted." Such checks would
potentially place Agency employees in a supervisory/subordinate
relationship with the contractor and may be an indication of
personal services.  Accountability for not charging the Agency
for non-ESAT employees always rests with the contractor.  If it
happens again, the award fee process is an effective tool to
indicate to the . contractor that such improper charges will not be
tolerated.              ',     .    '          .  • '

     Proper invoice review and payment procedures have been
followed to detect and determine' the allowability of bottled
drinking water charges.  On August 7, 1995, the CO made a
determination that certain bottled water, charges are disallowed.
Consequently, . the RPO and PO will verify the recovery of
$,4,729.52.                                                 .
                                70

-------
                                                                   APPENDIX I
                                                                   Page 3 of 44
C
•PIG Recommendations  from  Finding  1                  •
                                             j
 "Recommend that the  AA OSWER  instruct  the Director,  Hazardous
 Site Evaluation Division  (HSED) to 'implement  the  following
 procedures.to improve management,  oversight of contractor  costs."

     PIG Recommendation 1;                           ,

     "Require the RPO and National Project Officer  (NPO)  to
     suspend payment on all questionable .items until documented
     as valid charges. Supporting documentation should be
     requested and reviewed.  Such documentation  should include,
     but not be limited ,to, receipts for travel 'expense,  air
 .  .  fare, rental car,'telephone  callsj and hotel bills."

     OSWER Response:    •       ,         .

     We will •' require the RPOs and PO to suspend payment on all
     questioned items of• a substantive nature until  they  are
     determined to be valid charges.   We will further require
     that the RPOs and PO request and  review  supporting
     documentation,  when their question(s) can be answered by
     such documents'.  We will' require  that the RPOs  and PO
     document their  reason for acceptance of,questioned costs  ,
     which appear to be non-substantive.  This documentation may
     be in the form  of additional documents  (bills or invoices),.
     correspondence  from the contractor, records  of  telephone
     conversations or meetings, or information from  other
     contract management sources  (e.g., PO or"CO).

     PIG Recommendation 2;
 'x.,  '        . -         •                 '   ,        '  '
     "Instruct the RPOs and NPO to document telephone calls and
     meetings with the contractor to resolve  questionable costs.
    . Communications  should outline topics of  conversation,
     information requested and provided, .and  decisions made.
     Also, require the NPO and RPOs to implement  a'tracking
   ;  system to effectively monitor contractor requests and
     replies to questionable costs."       '   '.
                                                  i      •       _   .
    . OSWER Response:   .        •   .                ;

     We will instruct the RPOs and PO  to document telephone calls
     and meetings with, the contractor  in which resolution of
     questioned.cost's is determined. -We will also instruct the
     RPOs and PO to  implement a tracking (filing) system  to
    ' effectively monitor contractor requests  and  replies  to
     questioned costs.                   '  .     '
                                         71

-------
                                                     APPENDIX I
                                                     Page 4  of 44
OIG Recommendations 3 & 4; '           '•

•    "Direct the NPO and RPOs to periodically  (i.e.
     quarterly) review program or regional support
     documentation to validate the reasonableness and
     appropriateness of these charges."

•    "Instruct the NPO to validate indirect billing rates-
     prior to authorizing payment.  The contractor could be
     instructed to place the billing rates on payment    '
     invoices to assist the NPO in determining-the accuracy
     of these rates."

OSWER Response;          •

We cannot concur on OIG Recommendations 3 & 4.   There is no
"reasonableness" determination to be made for program or
Regional support charges.  The RPOs and PO do not validate
charges.  Validation of charges is an audit function.      .
According to Chapter 6 of the Contracts Management Manual,
validation of indirect billing rates is the function of the
Servicing Financial Office.

OIG Recommendation 5:

"Require the RPO to use task monitors to review and certify
the reasonableness and appropriateness of. claimed costs on
financial reports prior to recommending approval.   Task
monitors are-most familiar with the contractor's work and in'
the best position to determine the reasonableness and
appropriateness of charges."

OSWSR Response:

We will remind and encourage the RPOs to ask the task
monitors to assist them in determining the reasonableness of
costs.  Although task monitors may have direct knowledge of .
the contractor's work, they may not be as knowledgeable as
the RPO-about costs.   Therefore, it would be unreasonable
to make consultation of the task monitor on cost issues a
mandatory requirement.  Furthermore, the new ESAT contract
will be.a Work Assignment  (WA) contract which will use WA
managers in lieu of task monitors.

OIG Recommendation 6:

"Direct -the RPO to periodically perform time and attendance
or floor checks to verify the accuracy of labor' charges and
identify unauthorized individuals occupying ESAT space."
                          72

-------
                                                                    APPENDIX I
                                                                    Page 5 of.44
       j       'OSWER Response:

               We nonconcur on OIG Recommendation 6.  Penormance 'of time
               and attendance or .floor checks is a supervisory function
               which could place the RPO in a vulnerable ..perspnal services
               relationship.with the ESAT contractor.

               QIG Recommendation 7;

               "Instruct the NPO to independently determine whether the
               contractor's hon-ESAT employee's charges have been correctly
|•  \    .        'credited to the contract.-  Also, establish and implement
  i.      '      procedures for prior approval before the ccatractor places
  i   -          non-ESAT employees in ESAT office space."

             .  OSWER Response:   -         t                      '

  '           .  The PO has already verified .that the non-ESAT employee costs
  •'     ,  .      had been credited to the ESAT contract.  The contractor has
/""         '    been instructed that office leases are considered
           ' •   subcontracts and, as such,  require the CO's approval. .This
             'includes changes (e.g., sharing space.) in previously ESAT-
               dedicated locations.  Establishing additional procedures
           j    which require the contractor to follow those already in
               place is redundant,' inefficient, and unnecessary.  Because
               OIG Recommendation ,7 has been addressed, we recommend that
               it be deleted from the final OIG report.     .  .

               OIG Recommendation 8;                             -' :

               "Instruct the NPO to determine whether unreasonable bottled
               water charges were accurately credited to the contract."
                      .                          .             •  <•
             .  OSWSR Response;

         ,  '    On August 7, 1995, the CO disallowed certain bottled water
               charges.  The ESAT contractor has been directed by the CO to
               credit the contract for bottled drinking water charges that
               were disallowed.  The PO will ensure that rthe bottled water
    ;_          charges: are credited to the ESAT contract.
                      i.  .                       .  .

          OIG Finding1 -2:            '                                •

               Better controls over Government furnished property needed.

         • OSWER Response:                    .                          ,

               OIG Finding 2-and the associated recommendations will be
          addressed^ by the Office of Administration and Resources
          Management (OARM).                        -.    '  ,  ,
                                          73, '

-------
                                                          APPENDIX I
                                                          Page 6 of 44
OIQ Finding 3:

     Controls over contractor's work products n'-'id improvement.

OSWER Response:     •                  '              .     •

     Specific comments on OIG Finding 3 are described in Regions'
I and II response to the draft audit report (see Attachments I.I
and III) .         -   .

OIG Recommendations from Finding 3             .     .    .

     OIG Recommendations- 1-4 ;

"Recommend that the AA OSWER instruct the Director HSED to
require:                            '       .

   ,  •    The RPO to perform periodic trend analysis of completed
          Technical•Instruction'Documents  (TIDs) to ensure that"
          task monitors give appropriate estimates for tasks.  It
          is possible that a contractor could complete a task
          before the budgeted time, use the remainder of the time
          for their own benefit,  and charge the Government for  '
          increased direct costs.                              i

     •    The RPO to develop a system to mainta'n effective      ,
          control when a TID overlaps two rating periods.
          Acknowledgment of completions should .uot be used for
          incomplete tasks.          .                   ,-

     •    The RPO to maintain a manual or automated database to
          facilitate the timely review of completed tasks.1
          Management reports should be generated that show the
          status of TIDs.   To assure timely ratings, reasonable
          time frames should be established.      '    .  '

    . •    The RPO to reduce contractor ratings when budgeted
          labor hours are overrun, arid no TID modification was.
          issued."                               .
                                            , .                    i
     OSWER Response;

     Since the, new ESAT contract  will shift .from a TID to a WA
     contract in a few months, there is no benefit to be gained
     by implementing the above OIG recommendations.  We will
     analyze the WA process to determine the extent to 'which any
     of the OIG recommendations are still applicable.  If any of
     the OIG recommendations are  applicable, we will incorporate
     them in the new ESAT contract WA system.
                               74

-------
                                                          APPENDIX I
                                                          Page 7 of 44
• !
OIG. Find-ing 4: ,          ,                    -•'•".

     •    Federal Managers' Financial Integrity Act contract,
          management reviews not performed,         .   -

     •    Proposed new ESAT contract.   •

OSWER Response:       '    .    •«.-..    .       /

   .  we would like to note that the  Federal Managers'  Financial
Integrity Act  {FMFIAJ, requires .that  event cycles'be reviewed at
least every 5 years, not in 2 years  as implied in the draft OIG
audit report.  The issues regarding  the proposed,  new ESAT    ,  '
contracts have already been .'raised, in the OIG Draft Report on
Survey of Acquisition of Analytical  Support. Report No.' E1SK4-07-
0053, dated March 16, 1995.       ,              '.         .
                            1         *              • '
OIG Recommendation from Finding 4    .                           •
            -   /                           '       '
     Although the following recommendations are directed to the
AA OARM, we have provided a few comments on these
recommendations.                     >             ,

     OIG Recommendations:      -       '          '•'    . •

    ••    Establish and implement procedures to ensure contract
          management reviews are conducted as an  event cycle
          under FMFIA.  This action  should be accomplished as
          soon as possible.    .    .          .     !  '
                        (s               *          *  '

     •    The proposed new statement of work should clearly
          delineate between acceptable and unacceptable
          practices.         .                               •

     •    Contracting officials for  the new ESAT  procurement  -. - -
          should consider.other types of. contracting mechanisms
          (i.e., fixed-price or hybrid cost reimbursement
  . '       contract).   •                                    •  .  ,  ,

     OSWBR Response;                                         -

     Contract management reviews were conducted by the
     Headquarters program office in  Region I in .August 1994, and
     in Region II in May 1995.  The  contract management review
     reports for both Regions, have been completed and were
     submitted to the Regions for implementation-   We believe
     these contract management reviews fulfill the requirements
     under FMFIA.  With respect to the proposed new ESAT
     contracts, OSWER has extensively commented on the QIG Draft
     Report on Survey of Acquisition of Analytical Support.
     Because the findings and recommendations in  Chapter V. Other
     Matters.' have already been addressed, we recommend that they
                                75.

-------
r
                                                                     APPENDIX I
                                                                     Page 8 of 44
                be deleted  from the  final OIG  audit.

           General Comments on Draft Report

                Although there are some valid  suggestions, we disagree with
           some of the findings and  recommendations which are contained  in
           the draft report.  After  review of  the draft  report, we  have
           concluded that it contains many inaccuracies  and does not present
           the facts in a fair and equitable manner".  These inaccuracies or
           errors may be due to the  OIG's omission to give OSWER and Regions
           I and II an opportunity to comment  on the Position Papers on
           which-the.draft  report was based.   Consistent'with the OIG's  own
           policy to permit audited  parties an opportunity to furnish
           written comments on tentative report material, we asked  the RPOs,'
           who are most familiar with^the day-to-day operations of  the
           Eastern Zone ESAT contract, to provide written comments  on the
           draft report.  We have attached their comments  (Attachments II &
           III) to our response and  hope that  the OIG will consider them in
           correcting many  of the documented inaccuracies and omissions  in
           the draft report.          *          .       '

                We would also like to note that there is a major conceptual
           difference between .the OIG and-the  Agency on  the.roles and
           responsibility for making cost determinations. . The PO and RPOs
           only have- a responsibility to determine reasonableness of cost,
           they do not make allowability or allocability determinations.
           The PO and RPOs  are not trained or  expected to y «»rf orm as
           financial auditors.  They are the CO's technical' representatives.
           They know how to write, task and' evaluate technical support and
           have a responsibility for determining the reasonableness of the
           costs which are  charged for such support.  They are not  trained
           to audit financial reports, nor are they trained to audit the
           service center/program support cost or to determine overhead
           rates.  These audit functions are included in allowability. and
           allocability determinations which are within  the purview of the
           CO.    •   '    '                          ,

                We belieVe  that discussion of  the proposed new ESAT contract
           under the section entitled Other Matters repeats the same issues
           which are the subject of  an ongoing OIG audit, Report No. E1SKF4-
           07-0053, on the  Survey of Acquisition of Analytical Support.   We-
           also would like  to note that the OIG auditors should rely on
           their own financial and compliance  audits instead of depending on
           Defense Contract-Audit Agency reports which are .already  being
           used internally  by the Agency to address contractor cost issues.
           .Furthermore, repeating .the recommendations of EPA's Office of
           Administration and Resources Management Quality Action Team on
           voucher review duplicates ongoing efforts on  improving the
           voucher review process within the Agency.

                From our review of the OIG's findings and recommendations
           'for which OSWER  is responsible, we  believe that most of  them  are

                                  >                •
                                           76

-------
                                                          APPENDIX  I
                                                          Page  9  of: 44
 relatively minor in scope,  such as requiring some? new procedures,
 refinements of existing procedures,  better documentation, or
 verification of costs.   Therefore, we recommend -r.iat it may be
 advantageous for the OIG 'to adopt a process of instituting on-
 the-spot corrections in lieu of proceeding through a time-
 consuming full-fledged audit which Usually requires more than a
 year to complete,.   Written audit reports and program
 review/concurrence on recommendations would still be required.-
 We,believe such an audit strategy,may also be much better
 received by the audited parties.  Furthermore, it would result in
 quicker implementation of recommendations for existing procedures
 and would not risk the .possibility of recommendations be'ing no
 longer applicable because of a major shift in program management
 procedures:       '.             -       •     •

 Conelus ion           • .                            .   •

     .We are always striving to incrementally improve the
 management and operation of the ESAT contract.  Many of the OIG's
 recommendations in the 'draft report will assist us in managing
 the ESAT contract better.  Based on the OIG findings, we believe
 that the Eastern Zone ESAT contract is' well managed and that
 there are no significant internal management weaknesses.
                                   ;
      We appreciate•the opportunity of being able to provide
 comments on the draft OIG report on EPA's Management and.
 Oversight of the Eastern Zone Environmental Services Assistance
 Team Contractor.  We hope that you will incorporate our comments
 and make the necessary factual corrections as thrs review nears
 completion.   If.you have any questions about our response or.wish
 to'arrange a meeting, please have your staff contact Larry Reed,
.Director,  Hazardous Site Evaluation Division, at  (703)  603-8850,
 or Hans Crump!,  Chief Analytical Operations Branch, at (703) 603-
 8821.            .        •  •       •   •

 Attachments      .                    .

 'cc:,  Tim Fields.                   ,     .  '         .
      Ika Joiner                   .
      Larry Reed    -                           .        ,
      Hans Crump                       '              ,
      Howard Fribush           '
      Johnsie tWebster                 '.....           '.
      Becky Brooks                       x
      Sharori 'Hallinan
                                77

-------
                                                          APPENDIX I
                                                          Page 10 of  44
                                                  Attachment I
                COMMENTS ON OI6 FINDINGS
Chapter II:
          ESAT Contract Financial Management Needs
          Improvement
1.
Questionable Costs Not Recommended to be Susoended
                                                                        r
     We agree that suspension of contractor costs is an option
that should be used when warranted.  Recommending suspension of
questioned costs is a time-consuming process for the contract
management team  (RPOs/PO/CO) because it automatically leads to
more, work, i.e., the resubmittal of invoices.  There also may be
a reluctance to suspend costs because most of the time the costs
are later determined to be reasonable and justified.  The voucher
review process is carried out on an extremely tight schedule
(Prompt Payment Act),  and knowing that incorrect costs can be
recovered on subsequent invoices., the RPOs and PO prefer the
deferral option.  Because it is difficult to review the.monthly
progress and"financial reports, identify questioned costs, as.k
for and receive an explanation from the contractor before sending
a recommendation to the PO, the RPOs occasionally recommend
payment while awaiting an explanation.      •

     In our judgment,  deferring a decision on questioned costs
does not occur 'as frequently as stated in the draft report-.  We
disagree with the OIG auditors' assertion that
costs must, and can be answered with an addition-.
believe that questions concerning the reasonable
                                            .1 questioned
                                            I document.  We
                                            less of costs can
frequently be answered by written or telephonic explanations from
the contractor.  We believe that an explanation was obtained in
most instances before invoices were paid.  We do not believe that
our current voucher review and payment practices' support a
finding of weak internal management controls.

     Because of their technical expertise and knowledge of the
nature of Regionally contracted services, responsibility for
determining reasonableness of contractor costs rests with the
RPOs. . We will reemphasize to the RPOs and PO that questioned
costs which have not been resolved satisfactorily must be
suspended.   We will also remind RPOs that they1must document the
reason(s) for accepting costs which are questioned by them.  We
are also considering,amending the voucher review checklist to
clarify available decision options and to facilitate the voucher
review process.
                                78

-------
                                                          APPENDIX  I
                                                          Page  11 of 44
 2.    Supporting Documentation 'Was Not Always Obtained

      As-explained, above,  we do  not believe that ail questioned
 costs need to  be- justified by. an-additional bil'.  vendor invoice,
 or  purchase receipt.   If  the RPO questions the /.iason .for a
 travel charge,  an,airline ticket'receipt is not necessarily a
 responsive explanation.   A copy of a Federal Express bill is not.
 an  explanation of. what was. sent,  or why.          .

      The OIG draft report states that,  1'The RPO allowed payment
 of  these items without necessary documentation to determine the
 accuracy or reasonableness." We believe that as the technical
 expert and representative of the CO,  the RPO had the information
•he  needed to determine reasonableness.   Conversely,  'it may be
 desirable for  an OIG  auditor to have access to more information"
 for auditing purposes.  Although we agree that an RPO should be
 able to support his decision, he cannot be expected to know what
 documentation  an auditor  may find necessary in a subsequent audit
 many years hence.'  Requesting and filing copies of all receipts,
 bills,  invoices',  or time  cards,  is clearly excessive and is
 counter to the Agency's mandate to reduce the'paperwork burden.

      The RPOs  and PO  have been  reminded to develop documentation
 which is necessary to "complete the record" on questioned costs
 and to adequately support their decisions.  Such documentation
 may consist of another receipt,  a letter of explanation from the
.contractor,  a  copy of a LAN message,  a record ol: a telephone
 conversation or meeting,  or note of explanation crom the RPO/PO. •

      The draft report states that the PO did not routinely verify
 overhead and general  and  administrative (G&A)  fates because ,it is
 the CO's responsibility.   It.also states the CO's belief that
 EPA's .Financial Management Center controls ensured correct
 billing rates  were used.   This  paragraph also includes the
 Contract,Payment Section  Chief's statement that there were not
 internal controls to,  ensure correct billing rates are used.  In
 response to these seemingly conflicting statements,  we offer the
 following citations:          ..-                              .     •

      • • . Chapter 6 of the Contracts Management Manual,; paragraph
         •  6.4  f(l)  (e) Indirect Cost Rates " the Servicing
           Financial Office (SFO), ascertains that indirect costs
           claimed are being billed'at contractually established
  .  .       fates.-"                     .         .'-.••

      •    OSWER Directive 9200.5-401,  May 1989, explains the
        .   following:   .                 '     '              "• •-

                Only reasonableness is the responsibility .of
                contract monitors (PO/RPO/WAM).  "Allowability and
                allocability of  costs are determined by auditors."
                                 2


                                79

-------
                                                          APPENDIX I
                                                          Page 12 of 44
               ".Specific line items to be examined  [by PO/RPOs]
               iii evaluating an invoice include.  Direct Labor;
               travel; equipment; other direct ' nst, which may
               include photocopying and communif .ution;
               subcontractor costs. .                   '

               The  [PO/RPO] must examine each direct cost line
               item in a contractor voucher.  Certain items, such
               as labor rates and indirect cost rates  (overhead &
               G&A), should not be of concern to the  [PO/RPO],
               since these charges are subject to audit at the
               direction of the-CO.".       »,

     Consistent with OSWER Directive 9200.5-401, which is also
endorsed by the Office of Acquisition Management, the PO/RPOs do
not verify the accuracy of claimed rates to ensure the government
pays only allowable costs.  Clearly, the PO and RPOs are not
trained to audit financial documents for "allowable" costs.

3.    Service Center/Program or Regional Support Costs Approved
     Without Support

     According to the OIG draft report, these cc.ats are '
"allocated to'benefit contracts using a direct labor base similar
to the allocation of overhead costs."   We believe an analysis of
the costs which make up these charges will indi< ate that there, is
no "reasonableness" determination necessary.  A determination
must be made with respect to their "allocability" and
"allowability." . Such determinations are the functions of an
auditor.                          ,  •

4,    Oversight of Contractor Labor Costs Needs !'; iprovement

     We disagree with draft report's description of the Region I
RPO's oversight of contractor labor costs.  We believe that the
OIG auditors either misunderstood or failed to fully comprehend
the breadth and depth of the RPO's ongoing review.  We also
believe that misquoting the Contracts  Management Division's
response to the OIG Position Paper further led to the OIG's
mistaken conclusion of superficial oversight.

     We recommend that the OIG reevaluate the procedures which
are described in Region I's response to the OIG draft report .
(Attachment II). - In our judgment, the RPO is conscientiously and
diligently "overseeing the contractor's expenditures of resources,
both hours and dollars.
                             s
5.   . Charges Incurred for Non-ESAT Employee

     The en.tire issue of costs incurred for a non-ESAT employee
was addressed by the ESAT contract management team prior to the
OIG's audit.  All of the information which was cited by the'
                               80

-------
                                                          APPENDIX  I
                                                          Page  13 of  44
 auditors in.the draft report was taken from the" files and records
 .of the contract management team.                  -    '    "

      In fact, the RPO discovered this problem because he was
 questioning the "reasonableness" of .telephone cTirges.  The RPO
 and PO realized that these non-ESAT costs were probably
 "unallowable" and took appropriate .action to ensure this problem
 was corrected.;  As wrongly stated in the draft report, these
 charges were not for employee services.,but were for Other Direct
 Costs "(rented space, phone, and 'fax) consumed.  All of the
 questioned costs have been recovered through subsequent invoice'
 credits.  Instead of supporting the report's conclusion of weak
 internal management controls, we believe that his points to an,
 effective system, of invoice cost review.   The OIG auditors did
 not identify any unreasonable., or unallowed charges which were not
 previously addressed by the contract management team.  -

      We dp not believe any benefits would be gained with respect
 to the recommendation that the PO should conduce an independent
 review of telephone bills/ facsimile machine charges, .and rental
 allocation.  A review of the bills will riot.identify the caller,
 nor the purpose (ESAT-related)  of the call or fax.  The only way
 to verify the'rental allocation would be to .measure the entire
 leased space, and then approximately aportion tlxe space being .
 occupied by a non-ESAT.employee.

      We strongly disagree with the OIG's suggestion that RPOs
 periodically perform time and attendance or floov checks.  Time
 and attendance verification is a supervisor/management function
 for which the contractor is responsible.   Additionally,  this
 could potentially place the RPO in a personal services relation- '
 ship with contractor employees and may lead to an indication of a
 personal services contract.-  We do not believe that spending time
 in the contractor's leased space would be effective in identify-
 ing ,non-ESAT employees,  or in determining the appropriate
-allocation of non-ESAT. costs.  The contractor will' be reminded
 that leases are considered subcontracts and must be approved by
 the CO.  Changes to these subcontracts, such as sharing, space
 with non-ESAT employees,  must be approved in advance.     .
 6.
Unallowable Drinkincr Water Charaes
     ' Similar 1 to the non-ESAT employee charges,.all of the
 information on dr-inking water charges, which is cited in the
 OIG's draft report, was taken from the contract management teamfs
 files.  Instead of supporting the contention of weak internal
 management controls,  we believe this is clear evidence that
 invoiced costs are being effectively reviewed..  The RPOs
 identified and questioned these charges and discussed them with
 the PO..  The CO informed the contractor that the Government would
 no longer pay for drinking water for employees (except in
 unplumbed trailer) .       -          .                      ."
                                 81

-------
                                                          APPENDIX'I
                                                          Page 14 of 44
     The correct bottled drinking water charges,  for water
provided to contractor employees not working  in an unplumbed
trailer, are  $2,795.98 in Region I and $1,933.5''  in Region  II.
The present CO notified the .contractor on Augus;  7, 1995, that
these charges are disallowed and that credit  invoices must  be
submitted."  The RPO and PO will be directed to ;-erify that  these
credit  invoices are received and administered ts  recover these
amounts.  The other bottled drinking water charges are  for  water
which was-provided for health and safety reasons  to contractor
employees in  the trailer in Region II.
Chapter  III:
Better Controls Over Government Furnished Property
Needed
   ,'  EPA's Contractor's Guide  for  Control  of Government  Property
 states that annual property inventories  are the  responsibility of
 the contractor, and  should  be  submitted  to the Property
 Administrator.  Clause G.9  of  the  ESAT contract  identifies  the
 Property Administrator as the  CO's designated representative  for
 property matters.  It is the Property Administrator,'s  ,
 responsibility  to check that the contractor has  conducted an
 annual inventory of  Government Furnished Property (GPP).  If  the
.contractor has'failed to perform the  annual inventory, the
 Property Administrator should  notify  the CO.  The ESAT Contract
 Management Manual is in error'by stating that the.RPO  provides an
 inventory list  of government property to" the contractor-.  We
 intend to correct this error in the. next revision of the ESAT
 Contract Management  Manual.  A GFP list  is part  of the ESAT
 contract and  is. modified by the CO only. -We nr,? unaware of any
 other Agency  guidance which assigns responsibility, to  the RPO or
 PO for property in the contractor's control/possession.

     We agree that overseeing  GFP  is  an  important function.
 Since it is an  issue that extends  beyond the scope of  the ESAT
 contract, the Agency should consider  addressing  it on  an Agency-
 wide basis.   A  more  detailed response on better  controls over GFP
 will be provided by  the Office of  Administration, and Resources
 Management.
 Chapter IV;
Control Over Contractors Work Need Improvement
     We  disagree with the draft  report's description of the
 Region I RPO's control over the'contractor's work.   We believe
 that the OIG auditors did not  understand the thorough and
 effective TID management process the RPO has instituted in
 Region I..  We believe that after careful review of  the
 information which is contained in the attached RPO's response
 (Attachment II),  the OIG should eliminate this chapter from the
 final  report.
                                82

-------
                                                           APPENDIX I
                                                           Page 15 of 44
      •We would like  to note  that the recommendations at the end of
  Chapter IV are no longer necessary because the new ESAT contract
  will  institute a  WA system  for contract  work management.   The new
  WA system will require independent government cost estimates of
  hours and dollars before work  is begun.   The CO'will have to
  approve these estimates and the corresponding contractor Work.
  Plans prior to beginning- work,  and the CO must approve, amendments
  to WAs-before the contractor may exceed  the approved hours.   Work
  Assignment Managers,  who will  replace the Task Monitors,, will-be
  required  to evaluate  contractor.performance at the completion of
  each  WA.   While we  believe  that'the RPO  already has an effective
  system for controlling and  tracking contractor work,  we also
  believe that it would be inappropriate -and inefficient to
  consider  new procedures for TID management at this late stage in /
  the contract,  given that -there are only  a few months remaining
  before the new WA system will  be implemented.   We  have already.
  held  discussions, and we are planning on conducting training
  sessions  for the  WA Managers to familiarize them,"with the new WA
  system.                •      •   )

  Chapter V:   '   Other  Matters

       Neither the  Federal Managers'  Financial Inregrity Act \
  (FMFIA)' Contract  Management Reviews nor  the proposed new ESAT
  contract  are identified as  specific objectives of  this audit.
             .                                           i
            t                  •               •                     *»
       The  OIG'draft  report states that neither the  Lexington  nor
  the, Edison facilities have  adequately implemented  FMFIA as it  .
'applies to contract management.   Although both facilities
  identified contract management  as.a FMFIA event cycle,  management
  has not reviewed  this area  during the past two years or  in 1995.',
  We would  like  to  note that  contract management reviews were  not
 •scheduled in 1995 under the Region I FMFIA Management Control
  Plan.  However, ,in August of 1994 the Superfund Revitalization .
  Office conducted  a  contracts management  review in  Region  I,
  including the  ESAT  contract.'  Likewise,.in May of  1995,  the  OSWER
  Acquisition  Staff conducted a  contract management  review-of  the
  ESAT  contract  in  Region II  at  the Region's laboratory in  Edison,
  New Jersey.   The-  contract review findings have been completed  and
  recommendations were  submitted to both Regions for implementa-
  tion.        , -    '     .                  -             •   •

       The  new ESAT contracts are the subject of review in  the QIG
  Draft  Report'on 'Survey of Acquisition of  Analytical Support.
  Report-No E1SKF4-07-0053.   OSWER has extensively commented on  the-
  draft  report,,'and we  believe that-raising .the  same issues in
  another audit  is  duplicative and unnecessary.   ..
                                 83

-------
          UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                             REGION I
                 ENVIRONMENTAL SERVICES DIVISION
          60 Westview street, Lexington, MA  02173-3185
                                                           APPENDIX I
                                                           Page 16 of 44
MEMORANDUM:

Date: August 2,  1995                          .

Subj: Comments on Draft OIG Report of ESAT contract Management
      and Oversight                    .     ,/
                                     /.
From: Tony Palermo, RPO    f

  To: Jim McMaster, PO

I have reviewed the Draft OIG Audit Report of ESAT management and
oversight.  I believe that while there are some valid suggestions
contained in the report, there are many errors and omissions that
result  in  faulty .conclusions  and  inappropriate recommendations.
The  following  are  my comments on the report that  I  hope will be
considered to assure a complete and accurate report:

FINANCIAL MANAGEMENT

1.) INVOICE REVIEW               '

The  OIG  report states, that  Region  I  did  not  always  obtain
information  to  determine   whether   questionable  • charges  were
reasonable and  appropriate.   To support  this conclusion the OIG
report states that there were'"... concerns of $18,723..." but the
RPO  obtained  invoices  or receipts "...supporting  only  $8,213 of
this amount."  The OIG report presumes that all of the questions or
concerns relating to  the ESAT financial  report were  of a nature
that required or could be answered by  an invoice or receipt.  This
is an inaccurate presumption.

Upon review of  each month's financial report, any  questions that
the RPO .has  are transmitted to the ESAT  ETM via LAN.   There are-
questions that  arise  that can not be answered  by an  invoice or
receipt.  In such cases,  an explanation,  clarification, or other
appropriate  information  is sought.    In fact, the OIG  report
references  the  Contracts  Administration  Manual  as  requiring
11 — backup documentation  if further  detail is  necessary."   When
there are questions relating to a specific  charge, and the validity
of that  charge needs  to be verified,  then invoices or similar
supporting documentation  is sought.    In  either case,  a written
record  is  maintained  in  the file  of the appropriate  monthly
financial report.

The OIG  report cited examples  of  three  months- September 1993,
April 1994 and June 1994- where invoices were not obtained for all
questions raised,.  However, some of those questions could best be
                                84

-------
                        , ,                                APPENDIX I
  ,                                               ,        Page ,17 of 44


 answered by an explanation from the ESAT Team Manager (ETM) , not a
 document.  For example, the question relating to the September 1993
 travel costs were for an explanation of how the travel costs were
 calculated  and  charged,   so  that  the   RPO   could  determine
 "reasonableness."  The ETM  provided  an adequate explanation,  and
 this was documented in the file..  -  . • .                 .

 Another example  in the  OIG report  related to  "Stratford  site"
 costs.  The RPO requested information on team members and hours arid
 costs to determine if levels of suppprt were consistent with work
 products and to provide the  site management with cost information.
 Time cards or other records  would not  have  provided all  the
 required information.  The"  ETM provided the information that  the
 RPO  requested,  and  it  was  determined that  the  charges  were
 reasonable.  Again, -this  is documented in  the  file.

 For the three  months 'that the OIG report cited, it .should be noted
 that the RPO did  request  and received four invoices  to verify  ODC
 charges to  the -contract.   The OIG  report.-failed  to note this
 documentation.                                                "*'  '  .
              • .             '            <
 2)  SERVICE CENTER COSTS         •            .   •  •'    '   '

 Service center costs are those costs, incurred by the  ESAT Zone  One
 contract  as a  whole,  not by .the  regional  teams directly.    The
 reasonableness and  appropriateness  of  these  costs can  not  be
 determined by  the  regions,  individually.

 3)  OVERSIGHT OF CONTRACTOR LABOR COSTS  .     !

 The  OIG   report  states  "The  RPO . determines  the  accuracy   of
 contractor labor charges by sampling the charges," and that "...10%
 of  the  reported labor hours  (are  reviewed)  for each task area."
 These statements  are  incorrect.   The  RPO  reviews  100% of each
 monthly  financial  and  progress  report.    This   includes   the
 verification  of all , labor  charges for each team member and  the
 labor mix for every TID and AOC.   The review verifies that only
 team members are charged to. the contract within the hours, specified
 in  TIDs,  modifications  and the LOE summary, for. each team member,
 and that appropriate team members are charged to'  appropriate task
.areas.    The- review  also verifies  that  authorized  LOE  is  not
 exceeded on a  monthly basis.

 In  addition to review of monthly reports, upon completion of each
project,  the 'appropriate task  monitor receives  an  AOC with  the
deliverables.  The AOC indicates the number of hours authorized  and
utilized.  The appropriate task monitors review each AOC,  including
labor hours. '.It there are any discrepancies, the  RPO verifies  the
hours with- the ETM.

The RPO also reviews, compares and verifies all AOCs with TIDs upon
project completion, on an ongoing basis,  to determine, among other
things, the accuracy.of hours.   Discrepancies  are brought to  the
attention of the ETM for verification,and correction.  In addition,    V

-------
                                             j    '  .      APPENDIX I
                                             I            Page 18 of 44
              s              .                 .
 the task monitors  are notified  when discrepancies could  affect
 project ratings.           .     .                          .

 I believe that the above steps adequately allow us to determine the
 reasonableness  and  appropriateness of labor charges.

 The OIG report  reference of the-10%  sampling is presented  out of
 context.   All AOCs and TIDs are  compared on an'ongoing  basis to
 verify their accuracy with  reported  hours as tasks and  AOCs are
 completed.  However, a sampling of all AOCs (400-600 per PE period)
 is compared each  month with the monthly financial  report entries.
 The 10% sampling of these  entries is a additional step  taken to
 verify the accuracy of the financial report entries with previously
 completed  AOCs.  • A  comparison of all entries  in  each monthly
 financial report  with all AOCs (up to 600) could  not be completed
 in  a  timely  manner.    It  is more efficient  to verify  this
 information on  an ongoing basis.

 It should  further be  noted that, while .not  part of the .monthly
 financial'  report review  process,  at  the  end; of  each   PE period,
 hours  reported on each-AOC are  compared With the  contractor's final
 LOE report  for each TID.  This further assures that the  contractor
 charges only for  hours the contractor reports it expends on each .
 AOC.

 Also,  on the issue  financial report review, the draft  OIG  report
 references  information that  "The  Chief,  Management  Section  A,
 Contract Management Branch, RTP..."  provided to the  OIG.    This
 information is stated in the OIG report as  follows:  "...It would be
 impossible  to verify  100%  of financial  reports."   However,  the
 actual statement provided to the OIG was as follows: "...to perform
 a  100% verification of all entries in  the monthly financial  report
 would  be impossible,  given  the   5-day financial report  review
 period.".   There are significant differences  between  the  two
 statements.  I presume the misstatement  in  the draft OIG  report was
 accidental.  Nevertheless, I believe that it taints the conclusions
 made in the OIG report.

 4)  CHARGES FOR NON-ESAT EMPLOYEE                   . "~  7 '  '

 The.RPO review of the  January  1994 financial report revealed that
 ODC charges were made to the ESAT  contract by a non-ESAT employee..
 This  was discovered   by  a  "reasonableness"  review of  the  ODC
 charges.  This issue was brought to the  immediate attention  of the
 NPO...                        .               •        .

The OIG audit report  could be misleading  in  that  it  states  that
 "...charges were made  for  non-ESAT employee services."  The charges
were not for the employee services, but  the ODCs that the employee
 consumed.  While these charges were not  appropriate, review of the
 financial report  did  detect  the  inappropriate charges,  and  the
charges were recovered. This suggests that the Region's review of
 financial  reports  is effective  in  detecting  unreasonable  and
 inappropriate charges  to  the contract.

-------
                                                           APPENDIX I
                                                           Page 19 of 44
 5) BOTTLED DRINKING WATER CHARGES
 The ESAT Region I team discontinued charging bottled water to'the
 contract well  before  the initiation of  the  OIG audit.  However,
 early in the contract, the purchase of bottled water was considered
 to be .a reasonable charge because of the high levels of TCE in the
 public drinking water supply in Bedford, MA.  The Town of Bedford
 is now connected to the MWRA water system.

 We disagree  that  our  handling of the.water charges.demonstrates
 "...weak internal management controls:11 as the OIG'report states;

 CONTROLS OVER CONTRACTOR'S WORK

 The OIG. report  states that controls over contractor's work products
• need improvement.  While I'would not dispute that any process could
 be improved upon, many of the  facts and statements referenced in
 the  report  are  inaccurate,  and I  disagree  with .many  of  the
 conclusions  that  "are  based  on  the  erroneous information  and
 omissions.   These issues are detailed as follows:                "*
                              •          ,      •  •       . N    '  >
 1)  INACCURATE TIME ESTIMATES    .     <  "'         •
         '               '                                  I
 The OIG report.states  that "time estimates for certain tasks were
 inaccurate..."  This appears to  be  an oxymoron.   When tasks  are
 initiated,  the EPA' task  monitor estimates  the  hours -that  are
 appropriate for the work specified in  the  TID.  Much  of the work
 required is of.a non-routine nature and does not lend itself to an
 estimation  by  formula.   .Time  estimates  are based on the  task
 monitor's expertise  in the subject matter and the work product the
 task monitor  requests through the Tip.   Task monitors that task for.
 routine work, do utilize consistent methods for estimating time.

 In  many cases, the .complexity of. tasks can expand beyond what could
 be  reasonably  anticipated.    This  can  typically occur  in  the.
 laboratory  setting.  ,  In  such cases, where additional hours  are
 required to complete tasks,  ESAT is required to  notify the  RPO
 prior  to exceeding estimated hours.  This notice requires  ESAT to
 indicate hours required,  proposed schedule,  and reasons  for  the
 additional  time'.  The RPO  immediately notifies the appropriate task .
 monitor,  and a decision  is  made  by EPA regarding  any  additional
 time that may be necessary to complete the project, .considering the
 work  required.  The  TID is then modified accordingly.    , ' •

 The OIG report recommends that the Region perform  an analysis, of
 completed tasks and the hours utilized by the contractor to  provide
 more "accurate'estimates" of hours.  I believe that this is highly
 inappropriate.   It presumes  .that the contractor's  time .spent  for
 completion  of projects is the  best gauge  of the time required.
 This  would  lead  to a  lack of  incentive .on  the part  of  the
 contractor  to  complete  work  in the  most efficient  and timely
 manner.       '                      .               .      «
                                      ,     T
 The OIG report sites  301' tasks being completed under budget, out of
                           - V  87

-------
                                                            APPENDIX I
                                                            Page 20  of.44
 (the  541  tasks  over the  last performance  evaluation  (PE) period as
 an  example  of  "inaccurate estimates."    I  .disagree  that  this
 statistic  supports the  OIG conclusion.  Most tasks are completed
 within very close proximity to task monitor estimates, including
 the  301-  tasks  the OIG report references.  However, there would be
 concern  if the contractor reported utilization of the  exact  number
 of hours estimated by the  task monitors  for every task.
                .•      '                         .              , " •  ^
 The  OIG  report further  states  that the 301 tasks completed under
 budget were misleading  because it included incomplete tasks that
 were scheduled to be completed during' the next PE period.  (Those
 tasks  have  to  be  terminated,  at  the  end  of  the PE' period  and
 restarted through a new TID into  the  next  PE period.)   However,.
 there were only  nine such  projects during the past PE period.  .It
 is hard to believe that  a difference of 9 out of 301 projects-could
 influence any conclusions  one  would reach,  when you are comparing
 301  tasks or 292 tasks  to  the  total  of 541.  (In any case,  it  is
 unclear what conclusions the OIG report wishes to draw  from the  301
 tasks that it references.)
                                                                 •»
 The  OIG  report   states  that  there   is*  a  lack  of. tracking   of
 incomplete projects that are scheduled into a subsequent PE period.
 This is  incorrect.   Prior to the end of each  PE  period  a log  of
 tasks  that  need  to  be  extended into  the  next  PE period   is
 maintained.   (The OIG auditors were  shown a copy of  this  log.)
 Extensions into a subsequent PE period  are generally required, not
 necessarily  because .of a  failure  of  the contractor  to  meet
 schedules,  but' because certain tasks are initiated late in the PE
 period,  and, the  nature  of the tasks require completion  into the
 next PE.   Prior to the continuation of tasks into a subsequent PE
 period,   task monitors  are  always  consulted.    Contrary to  the
 statement in the  OIG report,  incomplete tasks are tracked, and the
 task monitors are made aware of the total hours that are utilized
 for  completion  of  these  projects,   and  this  information  is
 considered  in task .monitor ratings.

 The OIG  report  includes several other inaccuracies that  require
 clarification.    The  OIG report indicates that the RPO stated he
 does not  review task monitor estimated hours.  The RPO~d6es review,
 estimated hours,'as well as all other information contained in the
 TIDs and  AOCs.  Contrary to what is .stated  in the  OIG  report,  the
 RPO does  believe  that budget estimates are important.   However,
 there are other elements of contract management that are important
•to assure that resources are appropriately utilized.  Managing team
 size is extremely important because,  as a dedicated  contract,  the
 government pays for .the hours ordered and provided through the ESAT
 contract, whether the team performs tasks or not.   I believe that
 we have  effectively managed team  size to efficiently utilize
 resources.

 2) MODIFICATION OF LABOR HOUR OVERRUNS

 TIDs  are  modified when the task monitors' believe  that additional
 hours are necessary to complete projects.  As stated  above,  when

-------
                                                                  APPENDIX  I
                                                                  Page 21 -of 44
        ESAT determines that  estimated  hours are inadequate  to  complete
        tasks,  ESAT sends  a  "Variance Notice" to the RPO. This  is  then
        forwarded to  the  appropriate task  .monitor for ' approval of  any
       •changes  in  the TID.    Currently,  all-Tips  are  modified,,  when
        appropriate,  to reflect the need for additional.hours.

        Contrary to the OIG report,  task monitor ratings do  reflect  the
        number  of hours ESAT utilizes to complete required tasks.   The RPO
        has  provided each task monitor with rating guidance.  This  guidance
        is consistent  with  the ESAT Award Fee -Plan.  In rating individual
      '  projects, the  task  monitors consider not•only  the  number  of hours
        spent in completing projects,  but also the actual amount>of work
        required to complete the tasks specified in the TID.   Projects  can
 )       become more difficult and time consuming than originally estimated,
 i.     and  uncontrollable  events,  such as equipment  failures  can occur.
        These "events  should  be and are  considered  in the task  monitor
'•  '      ratings.     ,      .          •  ,  .       ;

'J- .    The  OIG audit report cites an example of a-TID No. 01-94-1144, tha^t
f     .   was  not modified by EPA' (and presumably should have been).   Our
        records  indicate there  was  no  such TID ever issued.  '            •

        The OIG report further states that the RPO was  more concerned with
        the  contract's minimum  baseline hours than with individual tasks.
        This is  also incorrect.   Both are  important.  The contractor is
        contractually .obligated to provide , the  LOE . specified   in   the
        contract and also to perform tasks that are ordered through .TIDs,
        consistent  with the  SOW.    The  RPO and  task monitors  monitor
        individual projects and overall regional contrac't  requirements.

      .3) TASK DELIVERABLE EVALUATIONS                 '

       All completed tasks are evaluated by the appropriate task monitor
   ,    upon completion of the performance evaluation period.  Evaluations
       are  necessary  in determining the award fee, and contrary to  the
       audit report conclusion, a  rating at the end of the PE is not  "of
       marginal benefit."  All ratings are incorporated into the overall
       regional rating, which is considered in determining award fee.

       Evaluations are also important ,to assure that the Region receives
    ;  quality  deliverables in an efficient manner, by providing input to
       the  contractor and  obtaining  corrective action  for  deficient
       products.  it  is the  goal  of the Region  to  evaluate projects as
       soon as  possible after  completion of  the  project.   However,  some
i       projects are of a complex nature with lengthy deliverables.  Task
       monitors are unable to effectively evaluate projects until there is
       a complete review of the deliverables.  This can be time consuming,
•       and many times reviews must be performed in connection with other
       work products.   This can .sometimes lead to delays.

       While evaluations of  some  projects may be  delayed,  the  goal  of
       providing timely input  and  corrective act.ion  is accomplished  in
       that  work product  deficiencies  are  brought  to  the  immediate
       attention of  the ETM  for  corrective action;   either at  weekly


                                  -6- 89

-------
                                                           APPENDIX  I
                                                           Page  22 of  44
 meetings that are held regularly with several task monitors or in
 daily conversations between the ETM and RPO.  Completion of AOCs is
 not a low priority as the OIG report indicated.

 The OIG  report is  incorrect  in its  statement that there  is no
 database to track AOCs.  The RPO maintains a complete database of
 pending'and completed AOCs.  Cumulative ratings are calculated on
 a periodic basis  throughout the PE period for  each  task area in
 order to track overall performance and  initiate  improvements as
 necessary.                             •           .

 The OIG  report  is also  incorrect in  the  statement that  task
 monitors' review of TIDs and AOCs is the primary oversight effort
 to ensure  costs  are  correct.   TIDs  are prepared  by  the- task
 monitors to order work.  AOCs  are prepared by ESAT and used by the
 task monitors  to  record their evaluations of  ESAT deliverables.
 Task monitors utilize  the  information contained in these documents
 to evaluate  contractor performance.   Information such  as  hours
 estimated and utilized to accomplish the work are reviewed by the
-task monitors.  When the hours utilized appear to be unreasonable,
 the  task . monitor  may  consult  with 'the  RPO  to  verify  the
 information.   This is generally done by  review of TID charges in
 the  financial  report,  but  additional   supporting data  may  be
 requested from the  ETM.  While task monitor review  of TIDs and AOCs
 is important,  it  is not  the primary mechanism  to oversee  costs.
 Oversight of  costs is  discussed  as  a  separate  topic  in  this
 response.                .    -             ,

 The OIG report concludes that reissuing TIDs from one PE to another
 may contribute  to  "...failure  to  rate all  tasks  in a  timely
 manner."   I fail to see the connection between these two issues.
 Projects- that  are  not completed at the end of  a PE  period  are
 generally not rated  in  that  PE period,  because there are  no
 deliverables   to  evaluate.   However,  they are  rated upon  their
 completion  in  the next PE period.  As previously stated/ there were
 9  incomplete projects  out  of a total of 541 in the past PE period,
 representing  222.5  hours that could not be rated out of a  total of
 20,870.5  hours.                .    •                   ._ _
                                                   (

 The OIG report cites  weekly  reports  utilized  by Region II  for
 review by the task monitors in overseeing tasks.   While  Region I
 task monitors, who utilize ESAT on a routine basis,  are  provided
 weekly status reports  of  open projects  and/or  attend weekly
 meetings with the RPO  and  ETM  to track progress,  there is a  major
 difference in  tasking by Region I and II.  Region I issues  separate
 TIDs for each  individual project.  This can result in the  issuance
 of over 600 TIDs in a PE period.  Task monitors receive an AOC for
 each TID  issued, upon  completion'of each individual project.   On
 the other hand, Region  II issues TIDs  for many projects within
 groupings, and. as a result, may have a tenth of the number of TIDs
 and AOCs as Region I.  There may be advantages and disadvantages to
 each system.  I believe that for Region I, the issuance of  separate
 TIDs  for  each individual  project  provides  an effective  level  of
 project  oversight and input on  performance,  since each  separate
                            -7-
                                  90

-------
                                                          APPENDIX I
                                                          Page 23 of 44
 prpject is  evaluated,  and this is often more frequently than on a
 weekly basis.   However, the  difference in  tasking  is going  to
 require that we monitor performance-differently.  I believe that we
 are monitoring contractor performance in a highly effective manner.

 The DIG report suggests that the RPO should  oversee  task  monitor
 workloads.  This is a role of the task monitor's supervisor, rather
 than  the RPO,,  The RPO is not  in  the position to evaluate  program
 priorities.    The  RPO  advises  the  appropriate  supervisors  of
 contract requirements and needs for effective contract 'management.
                          -^        ''•"..
 I believe .that some of the recommendations contained in Chapter IV
 of  the  OIG report are .appropriate.  However, because of the errors
 and^omissions in the report,  the OIG  should have found that many of
 these recommendations  are  already a  part of  our ESAT contract
 management.    -   ,           -                       •

 Task  Monitor ratings do consider budgeted and utilized hours.  The
 complexity   of  the   tasks  and  deliverables . and   unforeseen
 circumstances are also .considered. The  task monitor is the  primary
 evaluator of work products.  However, raftings .are monitored by the
 RP.O,  and subject to revision,  hot unilaterally  by  the RPO,  but  in"'
 consultation Vith the  task monitor,  prior to  RPO . approval  and
 submission to the ETM.

 The Region has always utilized  manual and. computer systems, to track
 contract data, including all TIDs, project status, AOCs,  completion
 status,  task monitor  ratings, estimated  and  actual hours, and
 incomplete tasks.

 As.previously stated,  I disagree  that a trend analysis should  be
 utilized to estimate hours.  The OIG report suggests that we should
 base  estimates on the time actually utilized by the contractor  in
 past  tasks.  I believe this is  highly inappropriate. .  The EPA task
 monitors are experts in their fields.  They utilize  their expertise
 to  determine an  appropriate  estimate  the  time required  for  a
 particular task.  Few tasks are repetitive and  lend themselves  to
 formula estimates, and unforeseen circumstances can occur.. However,
 hours utilized are closely monitored, as detailed above7

 FMFIA CONTRACT MANAGEMENT REVIEWS              '.""••

 Contract  management reviews  are not  scheduled for  11995 under the
 Region I FMFIA Management Control  Plan.  However, in August  of 1994
 the Superfund Revitalization Office conducted a review of contracts
 management in Region.I,  including the ESAT contract.
I  believe that  the OIG  audit 'and  the audit  report can  be an
effective tool in  improving  the way we manage the ESAT contract,
and to reinforce effective techniques.  Unfortunately, the errors
and omissions, as  well  as some faulty conclusions in this.report
will  significantly reduce its  effectiveness,  unless appropriate
corrections are made.        .

-------
  DATE:
           UNITED STATES ENVIRONMENTAL PROTECTION AGENCY

  AIR 0 I 1995                 REdlON "
                                                                 APPENDIX  I
                                                                 Page  24 of  44
       Draft  OIG Audit of EPA's Management and Oversight
SUBJECT: of  the Eastern Zone ESAT Contractor
  FROM:
Richard Coleates, Regional Project Officer
Surveillance & Monitoring .Branch
    TO: James McMaster,  Project Officer
       Analytical  Operations Branch,  MD-1A
       As requested  by Howard Fribush's memo  of July 24,  1995,  I have
       reviewed the  OIG's  Draft Audit Report  regarding management and
       oversight  of  the Eastern Zone ESAT Contractor.   The  following
       comments are  provided  in order to assist you  in preparing a
       response to the Draft  Audit Report.

       1.  Page 11 - The report discusses at  length  the fact  that,  "The
       RPO  (Edison)  did not recommend suspension of  questionable
       costs—"  The  impression left, here is a bit  misleading.   On page
       14, the report  notes that the Edison RPQ questioned  17 items
       totalling  $31,115.  The Checklist for  Voucher Review concludes
       with the question,  "Should the voucher be approved?"  The
       checklist  provides  only for a yes/no answer.   In each  case where
       the Edison RPO  questioned specific costs,  this question was
       answered yes, with  an  asterisk.   The asterisk instructed the
       reader to  see the attached comments  which discussed  the cost
       concerns.  The  intent  here was to indicate that the  bulk of the
       voucher could be approved,  with the  questioned cost  being set
       aside for  resolution before payment.   I agree with the OIG report
       that the written materials do not make this intent clearly
       obvious.   However,  if  I checked the  No box for this  final
       question on the checklist,  would that  be interpreted to mean that
       the entire voucher  be  disapproved pending resolution of one ODC
       issue?  I  agree that the attached, comments rarely directly stated
       that suspension of  payment for the questioned item was
       recommended.  It is suggested that a modification to the
       Checklist  for Voucher  Review could be  helpful in directly
       addressing the  OIG's concerns.   It is  recommended that an
       additional question be added to the  checklist:  "Do you recommend
       that payment  be suspended for any charges/items listed in the
       voucher/invoice? If so,  provide an  explanation on an  attached
       additional page."   The modification would prompt the  RPOs to
       directly address the primary issue raised in  this section of the
       OIG report.           .   ,

       2.  Page 11 - At the beginning of"the  fourth  paragraph,  it is
       stated, "The  RPO (Edison)  stated he  spends 90 percent  of his time
       reviewing  and. verifying the accuracy of financial statements."
       This is incorrect.  I  do not spend anywhere near 90% of my time
       on financial  statements.   Perhaps the  reference here should be to
       the NPO.                                             .
                                       92
 REGION II FORM 132O-1 (8/869

-------
                                                                 APPENDIX I
                                                                 Page 25 of 44
        3.  Page ~25  - Recommendation No.  6  indicated, that the RPO  should
        perform periodic - time  and attendance checks  of contractor
        personnel.   Does this  recommendation conflict with EPA Order
        1901.1A - Use of Contractor Services to Avoid Improper Contractor
      Relationships?  Would  implementation,of Recommendation No. 6,. run
      '  the risk of  causing the RPO to  fall into a personal services
   j     relationship with the  contractor?                   _ '    ,

S  '.     4.  .Page 31  - The Contractor's  Guide for Control of Government
 \       Property (December 1988) indicates that annual property
 j       inventories  should be  taken and submitted to the Property
 '•       Administrator.  Clause G.9 of the contract indicates that  the
 I       Property Administrator is the Contracting Officer's designated
        representative for property matters.  The Property Administrator
 1       is responsible for ensuring that he/she has  received annual
        inventories.  This is  not'the RPO's responsibility as suggested
 •       on page 31.                                         ;
             i       _ . •                  •  .  '
        5.  Page 33 .T The top  paragraph on this page discusses the
        transfer of  some items of-government property to Puerto Rico.
        The PIG notes that their examination of .the  list of property  •»'
        transferred  by the Region to Puerto Rico did not include any
        items missing from ESAT's property inventory.  The OIG report.
        goes von to state that  "there were no required contract
       modifications documenting this .transfer." .The reason that there
       were no contract modifications  is that none  of the regional
       property, transferred to Puerto  Rico was ever assigned to the ESAT
        contractor.  If the property was never assigned to the ESAT
       contractor, there would be no need for contract modifications.
                                      /                     f

        6.  Page 35 - The OIG  report asserts that EPA should not have
       replaced government owned computer equipment which was stolen
        from the contractor's  off-site  facility in April and May 1994.
       To support this opinion, the OIG cites FAR 45.502 (a)  and  (To).
       At FAR 45.500, .it is stated,  "If there is any inconsistency.
       between this subpart and the terms of the.contract under which
       the Government property is provided, then the terms of the
       contract shall 'govern."  This leads to consideration of FAR
       52.245-5,  which is incorporated into the contract by_ reference
        (see Clause 1-1 of the contract).   A reading of this section,
       seems to clearly indicate that the contractpr is not liable for
     -  the loss of government equipment,  unless such loss is caused by   -
       the willful misconduct on the part of the contractor.   FAR
       52.245-5 further seems to indicate, that the government is
       obligated to replace such lost equipment.   It is recommended that
       the OIG review  FAR 52.245-5,  and reevaluate their conclusions
       regarding replacement of the stolen computer equipment.
                   t                •    ,       •           • ' (    .
    :   7.  Page 35 - .The OIG report criticizes EPA's decision to provide
       a security  system at the contractor's off-site faciility.  The
       decision to provide a .security system (i.e.  a burglar alarm)
       needs to be fully considered in the context of the situation at
       the time.   The  contractor facility is located in an industrial
      park type area,  with very little traffic and activity after dark.
                                     93

-------
                                                         APPENDIX I
                                                         Page 26 of 44
The contractor's facility had been burglarized twice within a two
month period, and government property with an acquisition value
of over $34,000 had been lost.  The cost of the security alarm,
including monitoring, was less than the cost of a single
computer.  This seemed to be a reasonable measure to protect
government property at the contractor's facility.. I am curious
as to what the OIG positon would have been if we had declined to
install the burglar alarm, and if additional government property
had been lost in a third burglary.  Would there have been
criticism of the failure to provide additional security measures
for government property?

8.  Page 36 - Regarding the three remaining vehicles from the
ESAT contract (two 1989 Chevy step vans and one Chevy 4X2 van),
.paperwork to excess these, vehicles was completed in June 1995.
The vehicles are scheduled to be sold by GSA within the next
month.  Proceeds from the sales of these vehicles will be
returned to EPA's Superfund account.

9.  Page 37 - The second paragraph on.this page indicates that •»
the Vehicles assigned to ESAT were GSA leased vehicles.  This is
incorrect.  All vehicles were EPA-owned, not GSA. leased.  Please
provide a specific reference for the statement that vehicle logs
are required.  Does this also apply to EPA owned vehicles?
                              '      . /   .
I trustithat you will find the above comments helpful.  If you
have any questions, please contact me at (908)  321-6662.

cc:  Howard Fribush, 5204G
                                 94

-------
         •K.
 UNITED STATES ENVIRONMENTAL PROTECTION AGENC <

            WASHINGTON, O.C. 20460   '   '
APPENDIX I
Page 27 of 44

^
                                            9 t995
                                                                   OFFICE OF
                                                                  ADMINISTRATION
                                                                  AND RESOURCES
                                                                  MANAGEMENT
          MEMORANDUM
          SUBJECT:
          FROM:
          TO:
OARM Response  to OIG Report on Draft Audit  of  EPA's
Management  and Oversight of Eastern Zone  Environmental
Services Assistance Team (ESAT Contractor)
              !lSKF5-0,2                  '
                    Administrati
                   Acting AsXstant Administrator
                and Resources Management
Elissa R. Karpf   •                 '    •'
Deputy Assistant Inspector General
  Acquisition , and Assistance Audits  (2421)
               Thank you for the  opportunity to'review the subject  draft
          report.  The. attached comments reflect our-response.  We  ask that
          you give these "comments careful'. consideration in the preparation
          of the .final report.  '                         ,

               Generally, while we concur with some aspects of the  report,
          there are numerous findings and recommendations that we have
          commented upon in the attached memorandum.

              . To simplify our response,  the findings and recommendations
          are discussed by subject1 in the order of appearance in the
          report.  We have only addressed the findings applicable to  the
          Office of, Administration and Resources Management (OARM).

               Should you or your staff have any questions or need
          additional information  regarding this response,  please contact
          Betty L. Bailey, Director;  Office of. Acquisition Management,  on
          (202)  260-5020.

          Attachment
                 Recycled/Recyclable . Printed with Vegetable Oil Based^iSfe on 100% Recycled Paper (40% Postconsumer;

-------
                                                         APPENDIX I
                                                         Page 28 of 44
                                                   Attachment
                 OARM'S RESPONSE TO THE OIG'S
               FINDINGS AND RECOMMENDATIONS
EXECUTIVE SUMMARY

Background (Page i)        ,                            '

     The ESAT contracts -(both the existing contracts as well as
the ongoing new acquisitions)  include tasks in addition to
analytical services.  Examples of these are quality assurance
support and data validation activities.  In addition,  the ESAT
contracts are utilized more for the analysis of high visibility
or difficult/unusual samples rather than for routine sample
analysis.  This clarification regarding the scope of the ESAT
contracts is provided in our response dated June-7,  1995,  to the
OIG "Report of Acquisition of Analytical Support,  Report No.
E1SKF4-07-0053-XXXX)."
CHAPTER I - INTRODUCTION

 .  •  This chapter does not contain any recommendations for OARM.


CHAPTER II - ESAT CONTRACT FINANCIAL MANAGEMENT NEEDS IMPROVEMENT

Service Center/Program or Regional Support Coats Approved Without
Support (Page 16)

     FINDING:  "Service center/program or-regional support costs
generally include labor and other expenses related to the
contractor's business manager, finance/accounting, human
resources, property management, and purchasing departments .  .  .
The NPO and RPOs did not have an•adequate method -to determine the
accuracy of contractor claimed service center/program or regional
support costs."                            ,
                                96

-------
                                                           APPENDIX  I '
                                                           Page  29 of 44
              i              \
     OARM RESPONSE:  These costs are associated with
 administrative support in' the areas-of property management,,
 payroll,  purchasing, finance, human resources, contracts and
 safety.  Labor hours,  labor dollars and Other Direct Costs (ODCs)
 are allocated on a year-to-year basis to all contracts
 (Government as well as,  Non-Government private contracts) based
'on each contract's direct labor-base relationship to the total
 labor base of all contracts using the service center.  Thus,  if .
 ESAT direct labor dollars'are 20% of the total direct labor base,
.then 20% of the service center costs will be allocated to the
 ESAT contract.     '                             • .     •         . ,

      :We agree that the contractor should be required to identify
 the'total direct labor base for all contracts using the service
 center in order for the Government to determine if it is carrying
 the appropriate amount of burden for these cost.                '
              i            •             '
      Service center/program support costs are routinely audited
 by the,DCAA.  The auditor's evaluation includes the allowability
 and allocability of the cost'>as well as the methodology the
 contractor uses to develop them.   While DCAA has recommended
 ceilings on these amounts, there has been no indication that the
 contractor's cost .allo'cation methodology is inappropriate.
 Additionally, .DCAA audit report No. 3521-95C28000013, dated July
 26, 1995 -states "Based on a recent revision to the contractor's
          '                    ,                       •
 disclosure statements,1 the contractor will be including the
• program-office expenses in the:overhead pool starting CY 1996."
 As a result, 'service center support costs will no longer be
 separately charged to EPA contracts.

      DCAA routinely performs annual incurred cost audits, which
 include an examination of the contractor's cost presentations,
 public vouchers and incurred cost proposals to express an opinion
 as to whether these costs are reasonable, allocable and
 allowable.   These audits are used by DCAA to issue.the contract
 closing statements.  Gross misrepresentations of costs should be
 revealed during these audits, and appropriate action will.be
 taken by the Contracting Officer (CO).   We do not concur with the
 OIG's position that the National Project Officer (NPO) or
 Regional Project Officer  (RPO) should be primarily responsible
 for verification of the methodology used to allocate indirect
 support charges. /Based on the foregoing, we request that this
 finding be deleted from the audit report.
                                 97

-------
                                                          APPENDIX I
                                                          Page 30 of 44
     FINDING:  The .OIG agrees with DCAA's recommendation that:
"Even if the Request for Proposal (RFP) specifies a proposed ODC
amount, the RFP, should still require the contractor to provide a
breakdown by-cost element up to the RFP specified amount.  This
will' give the procurement office a visual composition of the
Other Direct Costs  (ODC> and dollar amount proposed."

     OARM RESPONSE:  We ,disagree with this finding as worded
since it implies that it should be our general practice to
require-offerers to provide ODC breakdowns for our level-of-
effort, cost type contracts.  While it may be appropriate in
select cases to request that offerers provide ODC breakdowns, it
is not appropriate to do so,when the exact work to be performed
will not be specified until the issuance of Work Assignments
(WAs).   For the majority of the ODC.costs in a level-of-
effort/work assignment  (LOE/WA) contract the offerers, other than
the incumbent, have no reasonable basis on which to estimate the
composition of the ODC amounts.                . , .

     Whenever possible, CMD-RTP solicitations include itemized
lists of anticipated ODC elements rather than dollar amounts for
proposal purposes.  However, for the ESAT recompetition, the
program office could not reasonably estimate itemized quantities
nor do most offerers have a basis on which to estimate them.

     FINDING:  The OIG agrees with DCAA's recommendation that
"To control cost reimbursable contract charges, the procurement
office may include contract dollar limitations/ceilings on costs
which the. CO may want to limit (such as travel, relocating, or
service center costs).  The contract may require CO approval for
purchases at a specified amount or approval of significant
expenditures that significantly exceeds Government funding."

     OARM RESPONSE:  Limitations imposed in a cost type contract'
require that CO approval be obtained before the limitation is
exceeded.  If the cost is reasonable and allocable, there would,
be little reason for non-approval; -For the ESAT recompete, the
CO has considered including dollar limitation's/ceilings in an
attempt to limit ODCs.  However,  since we are unable to describe
the precise work at the time of award, we do not believe ceilings
constitute an effective control mechanism for this contract.
                                98

-------
                                                          APPENDIX  I
                                                          Page 31 of  44
                                                                     '
      Instead .of  ceilings,  it was determined that stringent
 monthly ODC Reporting requirements would allow improved
 management  oversight of, ODCs.   The contractors will, be required
 to break out 'by  WA. all ODCs incurred during the previous month by
 type (reproduction,  lab, supplies,  office supplies,  recruiting,
 rent,  etc.)  and  by description (vendor,  individual  traveler,
 etc1. ) .
                                                     '•
      In addition,  the contractor must report cumulative ODCs
 incurred from  the  effective date of the  contract.   Travel costs
 estimated to be ^incurred during the next two reporting periods
 must also be 'reported!                                      ' '  '

      The ESAT  recompete contracts will also include1 EPAAR clause
 1552.245-72, FABRICATION OR ACQUISITION  OF NONEXPENDABLE
 PROPERTY, which  prohibits  the contractor from fabricating or
 acquiring,  either  directly or indirectly-;  any item  of >
 nonexpendable  property without written approval from the CO .   The
 LIMITATION  OF  FUNDS/LIMITATION OF COST clause (whichever is '
 applicable}  will also be included in any resultant  contract.
 These clauses  specifically require the contractor to notify the
 CO in advance  when they have a reason to believe that, the costs
 they expect to incur under the contract  in the next 60  days,  when
 added, to all costs previously incurred,  will exceed 75% of the
 amount  of funding  provided,  or the estimated cost specified in  , '
•the. contract.  These clauses also state  that the Government is
 not obligated  to reimburse the contractor for costs incurred  in
 excess  of the'  amount of funding provided or the total estimated  ,
 cost.        .            .'              . '             •••'••''.
                ' '             I           .".--.'.        •
      Standard  contract clauses require CO approval  for contractor
 purchases which  exceed certain dollar limits and/or are of a
 certain contract type.   It is not believed that any particular
 benefit would* result from  additional limits.  Please note that a
 CO may not  approve any' expenditure which "exceeds Government
 funding."  To  do so would  violate the Ant i- Deficiency Act.,
 Additionally,  individual cost categories are not funded.  In  a
 level-of-effort  contract ,' funding is at  the contract level rather
 than for particular cost elements.   Even if limits  are  set for
 certain cost elements whereby CO approval is required before  the
 limits  are  exceeded,  the limits do not represent "funded"        '.
 amounts .           .   '                       '           .      •'
                                99

-------
                                                          APPENDIX I
                                                          Page 32 of 44
     FINDING:  The OIG cites invoice review deficiencies found by
an OARM contract voucher review and payment process Quality
Action -Team  (QAT) .

     RESPONSE:  We agree with the OIG that the Agency's process
for review and-approval of contract vouchers can be strengthened.
The Office of Acquisition Management (0AM) had a QAT review the
Agency voucher review and approval process.  This QAT recommended
actions to strengthen and streamline the process.  Currently the
QAT is finalizing a training and reference guide entitled
"Invoice Review Guide".  This guide will provide a detailed
description- of the roles and responsibilities of the PO, CO, RTF-
PMC, the Work Assignment Manager, and auditor and will prescribe
the proper contract voucher review and approval process.
Charges Incurred For Non-ESAT Employee (Page 20)

     FINDING:  Reference is made to the contractor placing a non-
ESAT employee in contractor owned/leased space.  Further
reference is made to CO statements indicating that this "co-
location" was unethical.

     OARM RESPONSE:  It is not necessarily unethical for
contractors -to locate other than ESAT dedicated employees in
their own off-site space.  We agree, however, that, since this
contractor space was fully dedicated to the ESAT contract, costs  .
for this employee, both direct .and indirect, should not have been
charged to the ESAT .contract.  Although an independent audit will
verify that credits are received, it is the responsibility of the
RPO, NPO and CO to ensure that credits have been obtained.  A
separate invoice will be required for the amount to be credited.
                                                                /

     Additionally, the OIG recommendation that the RPO walk
through the contractor's facility to perform floor checks and
meet or speak to those people "dedicated" to the .ESAT contract
may be viewed as supervisory in nature and therefore, indicative
of.a personal services contract.  The contractor, however, will
be reminded that only the amount of their facility lease
necessary to house ESAT dedicated staff is chargeable to the
contract...
                                100

-------
                                                         APPENDIX   i
                                                         Page  33 of 44
Unallowable Bottled Drinking Water (Page 23)
     FINDING : ' Unallowable Drinking Water - "However, since the
previous charges of $3,286 were not recovered, EPA will be
sending a letter to the contractor requesting credit for these
charges."                                       '. ;

     OARM RESPONSE:  We acknowledge that the costs of $3,286 for
bottled drinking .water previously charged to the contract needs
to be recovered.  The CO has requested that the contractor submit
separate credit invoices to ensure that, the credits are applied
to the appropriate fiscal year.  Once these invoices'are
received, they will be reviewed by the RPO, NPO, and CO.
Recommendations (Page 24)
                           \                       .           '

     1.  Require the contractor to report charges by cost
category and dollar amounts to enable the NPO and RPOs to more
easily identify questionable items.    .                  '

     OARM RESPONSE:'  This information is currently required by
the .contract.  Contract clause G.2., entitled "Submission of
Invoices", EPAAR 1552.232-70 (Sept. 1990) contains detailed
instructions on the invoice content requirements.  Additionally,
the contractor provides a Monthly Financial Report-which contains
detailed information to support contract expenditures. • The  *
requirements of the Prompt Payment Act do not compel the RPOs or
the PO to accept work or services,, approve contractor
expenditures, or authorize payment prior to fulfilling their
invoice.review responsibilities." The CO will clarify this point
to . the RPOs and PO.                      .

     2.  Advise EPA management to permit the Edison RPO to
correspond directly with the contractor's ESAT team manager to
resolve, matters..  Current procedures require the. RPO to send all
ESAT correspondence through regional officials.

     OARM RESPONSE:  Current procedures require the RPO to send
formal correspondence through his supervisory chain prior to
releasing it to the contractor.-  Because this process often    ,
exceeds the five day voucher review time required by the Finance
Office, the RPO occasionally resolves, issues telephonically with
                                101

-------
                                                          APPENDIX I
                                                          Page 34 of 44
 the contractor.  The  RPO  indicated  that  he  has  not  always
 documented  these .discussions.   In order  to  preclude this problem,
 the CO  has'reminded the RPQ  that he is required to  expeditiously
 resolve questionable  costs and that all  discussions with the
 contractor  should be  documented.

      3.  Advise the CO to consider  including contract  clauses  to
 provide dollar limitation/ceilings  to limit travel,  relocation,
 and program or regional support costs..  The contract could also
 require CO  approval for purchases at a specified threshold
 amount,  or  a  large expenditure•that significantly exceeds
 Government  funding.   Without prior  approval,  the contract  could.
 stipulate that such costs are  disallowed.

      OARM RESPONSE:   See  OARM  response on page  3, paragraph 2.
 CHAPTER  III  -  BETTER CONTROLS  OVER GOVERNMENT FURNISHED PROPERTY
 NEEDED                               ,                 .

      In  order  to put our comments  into perspective,  it  is
 necessary to provide a  brief overview  of  the  current state of
 Government property management at  EPA,  prior  to addressing the
.findings in  the  draft report.

      In  the  spring of 1994, EPA instituted an organizational
 change.   The responsibility for Government Furnished Property
 •(GFP) was transferred from the Facilities Management Division to
 the  0AM.   Since  inheriting responsibility,  0AM has undertaken a
 complete review  and analysis of the Agency's  management of GFP.
 This review  revealed several weaknesses in EPA's policy regarding
 Government property,  and action is underway to correct  these
 deficiencies.  In June  1995, OAM distributed  a draft policy
 guidance memo  and a proposed FAR Class Deviation on  this topic
 for  comment.   The draft policy represents a major change in the
 way  EPA  does business,  and consequently,  it has generated much.
 comment.   At the present time, OAM is  reviewing the  comments and
 conducting in-depth interviews with many  of the respondents. It
 is anticipated that as  a result,of these  interviews,  the draft
 policy and the proposed FAR Class  Deviation will be  revised to
 accommodate  some limited circumstances where  it is imperative to
 provide  GFP  to accomplish the  Agency mission.   We expect to issue
 such policy  in the near future.
                                 102

-------
                                                                  APPENDIX I
                                                                  Page 35 of 44
              It  is  recognized  that  EPA's management  of  GFP  needs  to be
        improved and,  as discussed,  the process  of doing so is  well
        underway.   We  concur with several  of  the OIG's  findings,  and are
        pleased  that the OIG noted  our recent efforts in the area of
        Government  property.   However, we  find some  of  the  statements in
        the draft report'to'be incorrect or unclear.          .  .
        Background  (Page 28)

             The report states  that  "At  Lexington,  Massachusetts- the
        contractor  acquired all GFP  from the  prior  ESAT contractor."
         [Emphasis added].  Contractors,  however,  do not acquire GFP  from
        previous contractors, the GFP  is transferred between firms.   We
        request that'  the word "acquired" be revised to read
        "transferred."                   .   '          .'
            *        '               -         '                           i
             Additionally, the.  report :states  --  "The August 14,  1994,
        Procurement Policy Notice transferred Property Administration
         (PA) responsibility for the  ESAT contract to, the Defense Contract
        Management-  Command  (DCMC)."  Procurement  Policy Notices (PPN)
        only prescribe policy.   This policy was  the result  of an
        interagency agreement with the DCMC.   The policy was implemented
        by  issuing  a 'contract .modification.  .Therefore,  the(PPN did  not
        transfer PA responsibility .for the ESAT  contract to DCMC,  but
        rather was  followed by  a contract modification which transferred
        this responsibility to  DCMC.           .              •
        Recommendations  (Page  40)                                 ..

              1..  Evaluate  the  propriety and. cost  effectiveness of
       .providing GFP  (especially  general  purpose items)  to ESAT staff,
        particularly at  off-site locations.
                                                    x
     ," i               •                          .                    •'  •
   ,           OARM RESPONSE:,  The COs  for both the current and the follow
        on  ESAT'contracts  will.ensure maximum compliance  with FAR policy,
,        and forthcoming  EPA  policy.   The CO for the new ESAT contracts  is
        currently reeyaluating what,  if any,  GFP  should be furnished to •
        the'ESAT .contractors.   The decision as'to whether to provide GFP,
        however,  is not  based  entirely on  cost effectiveness.  Per FAR
        Part'45,  it is the Government's policy to require contractors to
        ;furnish all facilities required for performing Government

             ,  . ;                        8           '    ''-•••
                                        103

-------
                                                          APPENDIX I
                                                          Page 36 of 44
contract's except when certain circumstances are met.   To provide
GFP under any other circumstances requires a FAR deviation.  If
it is determined to be in the best interest of the Agency to
furnish GFP under the ESAT contracts, FAR Part 45 will be
followed, or if necessary, a deviation to'the FAR will be
requested from the Head of the Contracting Activity.
     2.   Develop and implement an Agency strategy that '
(1)  complies with the FAR arid minimizes the amount of general
purpose equipment.provided to contractors, (2) includes criteria
when equipment should be provided, and  (3) addresses the use of
incentives to encourage contractors to provide their own
equipment.  For example, contractor acquired equipment could be
sold to the successor contractor at the depreciated value.  This
could save administrative costs of controlling GFP and                 \_]
repl-acement costs for stolen, lost, or damaged items.

     OARM RESPONSE:  As discussed above, we are preparing an
Agency policy that complies with FAR and which 'will reduce
Government property.provided to contractors and provide criteria
for establishing when equipment should be provided.  We agree
with the OIG that such guidance is clearly needed.  We are also
examining the use of incentives to encourage contractors to
provide their own equipment.                       .          .    •

     3.   Provide RPOs, the NPO, and the CO with additional .
guidance of their roles and responsibilities regarding GFP.  This
guidance should be coordinated with the DCMC PA.  These
individuals should also be informed of the PA's and property
contract coordinator's names, addresses, and telephone numbers to
establish a point of contact for problem resolution.

     OARM RESPONSE:  In conjunction with the policy guidance to
be released shortly,  0AM has drafted a CO/PO Guide for the
management of Government property.  This guide is expected to -
replace the current Chapter 5 of the Contracts Management Manual
(CMM), and will provide COs and POs with guidance on their roles
and responsibilities.                                            .

     All employees involved in Agency management of Government
property have access to the PAs.  The,contract, or contract
modification, assigning property administration indicates the
                                104

-------
                                                                APPENDIX I
                                                                Page 37 of 44
       cognizant DCMC office.   (All EPA offices were recently provided
       with DCMC Directories).  'Further,  the CO receives, .and files in .
     •  the official file DCMC's acknowledgment of administration
       assignment.   This acknowledgment lists the individual PA and
       Plant Clearance Officer  by name,  and. provides addresses and
       telephone numbers for these individuals.      ,      .
                        .  •/•       i             •          '
           4.   Direct that "the  contractor ' s > property management system
       be reviewed  and approved to comply with EPA_and contract
       requirements.   Such a review will substantiate that property is
X      properly controlled,  protected,  preserved, maintained, used, and
 \    •  reported.                          ,
 *•                •                     '
 -V   '       ' '      • • '                '             •"                '
 *          OARM RESPONSE:  We  concur.   Standard procedures require DCMC
       to conduct this review annually.,  -Additionally,  EPA may request
       DCMC to perform a special review at any time.  Based upon the
       OIG's recommendation, the CO will request that DCMC perform a
       special review of the contractor's property management system.
                               !                      •
            5 .  Require contractors to conduct accurate annual
       inventories  and submit a certificate of completion of inventories
       to comply with property  regulations and conditions of the
       contract. Th
-------
                                                         APPENDIX I
                                                         Page 38 of 44  $
     OARM RESPONSE:  We concur with this recommendation.  Our.
interagency agreement with DCMC and the individual letters of
delegation specific to each contract do require DCMC to perform
periodic independent reviews of the Contractor's property control
systems.  DCMC follows standard DOD procedures when performing
their reviews, but a sampling of records comparison to actual
inventory is a component of each review;

     7.. Require the CO to modify the ESAT contract to include
all GFP in the contractor's possession as required by EPA
procedures.

     OARM RESPONSE: 'After the contractor completes the physical
inventory and reconciliation, the contract will be modi-fied to
accurately reflect the GFP currently required for contract
performance and in the contractor's possession.

    8.  ,Place improved control over EPA decals.  Decals should be
maintained by EPA and only provided to the contractor when new
property is acquired.

     OARM RESPONSE:  FAR 45.502(a) requires that contractors
establish and maintain a system to control, protect, preserve,
and maintain all Government Property.  Contractors routinely
assign a unique number to their property for identification
purposes'.  Contractors are not required to use EPA provided
decals.  EPA, however, routinely provides decals to contractors'
who request them.  In the subject case, we believe the
contractor's own property control system may have contributed to
any perceived problems.  Accordingly, and as discussed in our
response to recommendation 6 above, the CO will request DCMC to
conduct-a special property system review to identify
deficiencies.  The CO will then require the contractor .to correct
these deficiencies;
                           •'
     9.  Encourage continuous cooperation between the RPO and PA
regarding control of Government vehicles.  The three idle Edison
vehicles should be transferred or auctioned before they become
inoperable or lose their resale value.  Also the contractor
should maintain vehicle utilization logs to record the date,
driver, beginning and .ending mileage, and destination.
                                11
                                106

-------
                                                          APPENDIX I
                                                          Page 39 of 44
     OARM RESPONSE:  0AM generally concurs with the concerns
raised' regarding the control of government vehicles.   As noted
in the report, of the seven vehicles discussed, five vehicles
were ultimately deleted from the contract.  Of these five, two
vehicles were disposed of prematurely and not in accordance'with
established procedures regarding contract property.   The CO will
reemphasizevwith all RPOs the importance of following the
established procedures for excessing. contract property.  The
remaining three vehicles, however, were properly deleted from the
contract when it became apparent that there was no continuing
need under the' contract.  Any further disposition or action^
related to these three vehicles is not an issue under the
contract, as neither the RPO, PO nor CO have any continuing
responsibilities once the. property was returned.  It is
recommended that further inquiries concerning these, three
vehicles be addressed with the region's facilities staff. '
CHAPTER IV - CONTROLS OVER CONTRACTOR'S WORK NEED IMPROVEMENT

     This chapter does not contain any recommendation's for OARM.
                    '        •  ;                                 i
CHAPTERV - QTRER MATTERS

Federal Managers' Financial Integrity Act, Contract Management
Reviews Not Performed (Page 49)

     FINDING:  The report states that "although both facilities
identified contract management as an FMFIA event cycle,
management had not reviewed this area during .the past two years
or during 199S." "             '     '   .
                                   • <"   ,

     OARM RESPONSE:  This finding addresses'process requirements
'associated with former Office of Management and Budget (OMB)
guidance no longer in effect.  OMB.revised its governing'Circular
A-123, Maqagement Accountability and Control  (June-. 29, 1995),
eliminating requirements for Management Control Plans, Event
Cycle Documentation, Management Control Reviews and Alternative
Management Control Reviews, arid Vulnerability Assessments.  At
the core of both OMB and Agency integrity policy guidance is
management judgment and flexibility for assessing the
effectiveness of program management controls based on all
credible sources of information available.      .              •

                                12                   .        -/'
                                107

-------
                                                          APPENDIX I
                                                          Page 40 of
   .  In addition, the finding does not reflect the following
management review activity:  OSWER's acquisitibn staff performed
a review at the Edison facility in FY 95,v and a review at the
Lexington facility in FY 94.  These reviews were documented by
entrance conferences, written recommendations, and exit
conferences, and are available for review by the auditors.
                \                                  ,
     For the above reasons, we recommend that this finding and
the recommendation that follows be deleted.

Recommendation (Page SO)

     The Assistant; Administrator, OARM should work with the .
directors of the Lexington and Edison laboratories to establish
and implement procedures to ensure contract management reviews
are conducted as an event cycle under FMFIA.  This action should
be accomplished as soon as possible.

     OARM RESPONSE: OAM/OARM established a baseline in its 1992
contract management review and has continuously monitored its
findings related to contract management issues since that time.
Additionally, OSWER's accountable units are responsible for
establishing an OSWER-specific management control plan.for
monitoring vulnerabilities.  We will continue to work with
OSWER and the Directors of the Lexington and Edison laboratories
on contract management vulnerabilities raised during the these
reviews, and advise them to consider including the ESAT contract
in their FY 96 systematic review strategy in order to ensure
prompt attention to potential vulnerabilities.              .   -
Proposed New ESAT Contract (Page 50)

(a) Statement of Work (Page 50)                                  .

     FINDING:  The OIG report states.that the Agency discarded
the October 1992 modification that was instrumental in
strengthening our ability to ensure that the ESAT work was
properly executed.  It further states that the SOW being used for
the ESAT recompete "does not provide sufficient detail for the
                                13.
                                108

-------
                                                         APPENDIX  I
                                                         Page  41 of  44
contractor personnel to independently perform tasks . . . and
that modifications made to the original SOW which corrected
deficiencies were not incorporated in the proposed SOW."

     OARM RESPONSE:  We disagree with this finding.  In
developing'the new SOW, CMD-RTP did not "discard" the     •
modification to the SOW in the current contracts.  The reason the
SOW in the current contracts  (as modified in October 1992)
delineates what is acceptable and unacceptable is because changes
were made to the SOW during the term of the contract as a result
of a review performed by 0AM.  This review identified some
vulnerable areas in,specific tasks/functions which some program
officials believed were within the scope- of the contract, -but
which the CO believed were.not within the scope, or constituted
prohibited contracting areas.  To ensure that all parties,
including the contractor, clearly understood that these
unacceptable tasks/functions.were no- longer to be, performed, they
were identified as "unacceptable" in the modified SOW.  These
"unacceptable:" activities are by no means all inclusive of work
which cannot be performed under the contract.  Rather they were
intended to clarify'and correct misconceptions which existed.
                       'l      "               ,          " ' *

     Rather than discarding the SOW in the current contracts as
modified, the program office and CMQ-RTP used it as the starting
point for the* development of the SOW for the new ESAT
solicitation.  The CO has carefully reviewed the SOW'and further
strengthened the language'areas perceived to be potentially
vulnerable.  While the SOW does*not delineate the unacceptable
practices, the language has been strengthened so that it is very
clear what activities are to be performed.

     The new SOW was crafted to reduce ambiguities in Quality
Assurance Project Plan reviews, Regional.Sample Control Center
activities, Special Analytical Service functions, Equipment
Maintenance, Field Sampling, Data Review,  and Pre and Post-Award
Audits.  For example, in the field support task, language was
specifically clarified by stating.that field sampling and
analytical support shall be provided only for the .listed areas.
As with the current contract, the new contract will contain a
clause delineating prohibited contractor activities.    •

     A cpntract's SOW should delineate, as specifically as
possible what a contractor must do to successfully execute the

     '  .  -  •-                    14        '  '     •••'-''
                                109

-------
                                                          APPENDIX I
                                                          Page 42 of'44
contract.   CMD-RTP has worked closely with the program office to
make the new SOW as detailed as possible.  We believe that the .
new contracts should state only what work is to be performed by
the, contractor rather than calling out what they will not be
required to do.  Under the new ESAT contract, the contractor will
be tasked by the issuance of WAs issued by the .CO rather than by
Technical Instruction Documents (TIDs).   By creating detailed' and
specific WA SOWs, the program office and 0AM will ensure that
only acceptable tasks/functions are performed.  issuance by the
CO will provide an added measure of review and control not
included in the current contracts.
Recommendation (Page 52)  .

The Assistant Administrator, OARM should instruct the Director,
0AM to carefully review the proposed SOW and clearly delineate
provisions for the acceptable and unacceptable practices under
the proposed contract.
     OARM RESPONSE:  The SOW used in'the new solicitation was
developed as described previously.  Prior to issuance of the
solicitation, the SOW was reviewed and approved by the Acting
Assistant Administrator, OARM, as well as the Director, OAM.
Cost-Plus-Award-Fee Contract (Page 52)

     FINDING:  The DIG contends that.the Agency.did not consider
the benefits of using a fixed-price or hybrid cost reimbursement
contract 'for the follow-on ESAT contracts.  The report further
states that former COs, NPOs, and current RPOs indicated that a
fixed price contract was never considered because the time
required to formulate a fixed price proposal was not available.

     OARM RESPONSE:.  It is the sole responsibility of the current
CO. to consider all contract types before determining which best
fits the requirement.  As documented in the approved Acquisition
Plan for the ESAT, recompete, all contract types were fully.
considered before making the final determination,to use cost
reimbursement type contracts.
                                15
                                110

-------
                                                           APPENDIX  I
                                                           Page  43 of  44
    ,  Once the decision had been made that a cost reimbursement
 type  contract was appropriate,  it was incumbent upon the'CO to
 consider incentive type contracts.  The, current ESAT contracts
.provide incentives through the  award fee process.  For the new
 ESAT ,contract's,  it was determined that the Eastern Zone {Regions
 1,  2,  3 and 5')" and the Western  Zone {Regions 6,8, 9 and 10)
 contracts would be suitable for a cost-plus-award fee
 arrangement.  " However, for Regions 4. and 7 it was'determined that
 the expected benefits would not warrant the additional cost 'and
 effort involved in administering this type of contract,''
 therefore,  these contracts will be cost-plus-fixed fee.

,Recommendation (Page  53)                      ,•,    '  -

      The Assistant Administrator, OARM should instruct .the  •
 Director, OAM to give full consideration to all types of .
 contracting mechanisms, not only those of the. preceding         ^
 contract, when new or follow on contracts are procured.  •

      OARM RESPONSE:  In accordance with FAR 16.104, DAM'S-policy
 is  to give full consideration to all contract types 'for "each new
 acquisition.   No action is necessary.      ,       '   •
               '
                                 16
                                111

-------
EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
       [This page intentionally left blank] L
                     112
                      Repoft No.  E1SKF5-02-0010-5100515

-------
         EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
                                                     .  APPENDIX II
                        ABBREVIATIONS
  ,AOC


  CO


  CPC


  CPCO


  DCAA


  DCMC


  EPA ,


  ESAT


  FAR


  EMFIA


•  FMSD


  GAO


  GFP


  GSA  .


  KSU


 ' LOE


  MCP


  NASA


  NPO


  OAM
Acknowledgement  of  Completion


Contracting Officer


Contract Property Coordinator


Contract Property Coordinating Officer


Defense .Contract Audit Agency    .          ,


Defense Contract Management Command


Environmental  Protection Agency


Environmental  Services Assistance Team


Federal Acquisition Regulation


Federal Managers' Financial Integrity Act


Facilities Management and~Services Division


Government Accounting Office
              /

Government Furnished Property


General Services Administration

  "X                       ,                 *
Key Service Unit


Level of Effort


Management Control  Plan


National Aeronautics and Space Administration


National Project Officer


Office of Acquisition Management
                                113
                                 Report No. E1SKF5-02-0010-5100515
                                                                        /I

-------

       EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR
OARM



ODC


DIG


OSWER


PA


RFP


RPO


RTP


SARA


SCBA


SOW


TID


WA
;

WUD
Office of Acquisition and Resources
Management '

Other Direct Costs

Office of Inspector General

Office of Solid Waste and Emergency Response

Property Administrator                 '

Request for  Proposal

Regional Project .Officer

Research Triangle Park

Superfund Amendments and.Reauthorization Act

Self Contained Breathing Apparatus

Statement of Work

Technical Instruction Document

Work Assignment

Work Unit Document
                              114
                               Report No. E1SKF5-02-0010-5100515

-------
 .§'
 o
•'
e
               EPA's MANAGEMENT and OVERSIGHT of the ESAT CONTRACTOR

                                                            APPENDIX III
                                DISTRIBUTION

        Headquarters Office                 .                      .     ,
        Inspector General (2410)
        Associate Administrator for Regional Operations and State/Local
          Relations (1501)
        Director, Resource Management  Division  (3304)
        Director, Facilities Management, and Services Division  (3204)
        Director, Office of Emergency  and Remedial Response (5201)
        Director, Office of Acquisition Management  (3801F)
        Director, Contracts Management Division  (MD-33)
        Director, Hazardous Site Evaluation Division,
          Office of Emergency and Remedial Response  (Superfund) (5201G)
        Headquarters Library (3401)
                                    r
        Headquarters Audit Followup  Coordinator  (1104)
         1
        Audit Liaison," Office of Solid Waste and Emergency
          Response (5101)
        Audit Liaison,  Office of Acquisition Management  (3802F)
        Region Offices
        Regional Administrators .
                                       115
                                        Report No. E1SKF5-02-0010-5100515

-------

-------