AEPA United States Environmental Protection Agency Office of Solid Waste and Emergency Response Publication 9242.2-11FS EPA 540/F-94/062 PB95-963216 May 1995 Superfund Response Action Contracts Office of Emergency and Remedial Response Hazardous Site Control Division, 5203G Quick Reference Fact Sheet The Response Action Contracts (RACs) provide professional architect/engineer services to the U.S. Environmental Protection Agency (EPA) to support response planning and oversight of activities under the Comprehensive Environ- mental Response Compensation and Liability Act of 1980 (CERCLA) as amended by the Superfund Amendments and Reauthorization Act of 1986 (SARA). These contracts are being procured as the Regions deplete the capacity of their existing Alternative Remedial Contracting Strategy (ARCS) contracts. The purpose of this fact sheet is to provide general information about the RACs. SERVICES PROVIDED Services provided by RACs include: program support (management); remedial investigation and feasibility studies; engineering services to design remedial actions; engineering evaluations and cost analyses for non-time-critical removal actions; construction management for implementing re- medial actions and non-time-critical removal actions, including issuing and managing subcon- tracts for construction of the selected remedy, and engineering services for construction over- sight; enforcement support, including oversight of re- medial investigations/feasibility studies, reme- dial designs, and remedial actions, and negotia- tion support; and other technical assistance, including community relations, sampling and analytical support, and pre-design investigations. Services also may include technical and management services supporting EPA's coordination and/or over- sight of remedial activities performed by a State, the U.S. Army Corps of Engineers, or responsible parties identified in enforcement actions. RAC services do not include Federal facilities oversight. SUPERFUND'S LONG-TERM CONTRACTING STRATEGY The procurement of RACs implements the long-term cleanup contracting component of the EPA's Long- Term Contracting Strategy (OSWER Directive 9242.6- 07FS). This strategy prescribes an integrated "one-pro- gram" approach to enforcement and site cleanup and decentralizes contract management to the EPA Regions to enhance program flexibility and improve contract oversight and cost management. The RACs supplement and eventually will replace the ARCS contracts. The RACs also integrate enforcement oversight and non- time critical removal activities previously performed under the EPA's Technical Enforcement Support and Emergency Response Cleanup Services contracts, re- spectively. The Agency expects to reduce handoffs, promote program integration, and give the Regions flexibility to pursue various enforcement options through this one-program approach. CONTRACT TYPE AND STRUCTURE RACs are cost-plus-award-fee contracts. The base per- iod of performance is five years, with one five-year option period that can be exercised at the discretion of the government, for a potential contract period of ten years. The RAC statement of work specifies work areas and tasks within two general categories of activities: Program Support and Site-Specific Activities. The Re- gions issue work assignments to order work under RACs. ------- STATEMENT OF WORK The RAC statement of work is a nationally standardized statement of work developed by the Response Action Contracting Strategy Work Group for use in all Regions. The statement of work is presented in a work breakdown structure format. The work breakdown structure is com- prised of work areas, tasks, and subtasks. Separate work assignments are issued for each work area. Tasks and potential subtask activities for each work area are iden- tified and described in the statement of work. Subtasks are specified by the Region in individual work assign- ments as they are issued. Work areas are organized into four categories: Program Support Site-Specific Fund-Lead Site-Specific Enforcement Support Other Site-Specific Technical Assistance RAC contractors use the work breakdown structure in the statement of work for project scoping, scheduling, and technical and cost tracking and reporting. Contrac- tors are required to track and report activities and costs to the task level and, if specified in individual work assign- ments, to the subtask level. PROGRAM SUPPORT (MANAGEMENT) The program support (management) component of RACs includes five work areas: Mobilization Equipment (Non-Site-Specific) Ongoing Administrative Support Ongoing Technical Support Contract Closeout The Regions will issue and negotiate separate work assignments for these activities. Mobilization and con- tract closeout are one-time activities; other program support activities will be ongoing over the period of the contract. The work assignment for mobilization and initial work assignment for non-site-specific equipment are negotiated during contractnegotiations before award.* Ongoing administrative and technical support work as- signments are negotiated during mobilization. These work assignments may extend for the base period of the contract or may be issued for a shorter period. The contract closeout work assignment is issued six to eight months before the end of the contract period. This approach provides the Regions the flexibility to monitor and control the program support costs associated with RACs and complies with the Agency's goal to minimize and break out program support costs in RACs. TERM-FORM AND COMPLETION-FORM WORK ASSIGNMENTS The Federal Acquisition Regulation describes two forms of cost-reimbursement contractsterm-form and completion-form. RACs contain both term-form and completion-form segments, and term-form or comple- tion-form work assignments may be issued at EPA's discretion. A term-form work assignment obligates the contractor to devote a specified level of effort for a stated time period toward achieving a defined objective. The statement of work is described in general terms and the contractor provides the specified number of hours on a "best effort" basis during an agreed-upon time period. Under a term- form work assignment, the contractor is obligated to deliver quality labor hours toward a defined objective. After the issuance of a term-form work assignment, EPA negotiates with the contractor an estimated work assign- ment cost and fee pool (calculated according to the number of direct labor hours to be expended). Perfor- mance (award) fee is paid based on a subjective govern- ment evaluation of contractor performance. If the con- tractor cannot perform the work within the estimated hours, the government may choose to add hours to the work assignment Additional fee would be associated with those hours. A completion-form work assignment obligates the con- tractor to complete and deliver a specified end product (such as a technical report) within the estimated cost of the work assignment as a condition for fee payment If the contractor cannot complete the product within the estimated cost, the government may elect to provide the contractor with additional funds to complete the work while the fee remains as originally negotiated. The completion-form approach, therefore, gives the contrac- tor an incentive to complete the work assignment within the estimated cost. Completion-form wo± assignments are negotiated and established using the same process as term-form work assignments, except fee is negotiated based on estimated cost rather than labor hours. As with term-form work assignments, if the contractor cannot complete the work assignment within the estimated cost, the government may provide additional funds for completion; unlike term-form work assignments, additional fee usually is not provided. For both term- and completion-form work assisgnments, if the work assignment scope of work changes during the period of performance, the contrac- tor can claim a "change," which the government may or may not negotiate to include a change in the fee. Last-minute changes in EPA policy may affect treatment of equipment in RACs. 2 ------- RACs contain a base quantity for the term-form (level of effort) segment of the contract and dollar ceilings for the completion-form segment of the contract. The Regions determine the distribution of work between the two segments for their contracts. When the base quantity and/or dollar ceiling is exhausted, the Region can modify the contract to increase contract quantities or dollars through exercising contract options. Term-form contract increases raise the number of hours in the contract. Completion-form increases raise the completion-form dollar ceiling. PERFORMANCE (AWARD) FEE PLAN The Performance (Award) Fee Plan for RACs estab- lishes the procedures and processes for administering the fee provisions of the contract. The RACs Performance (Award) Fee Plan includes base and performance (award) fee provisions. Base fee is paid provisionally during the life of a work assignment. If final work assignment performance is rated as "satisfactory" or better, the contractor retains all of the base fee associated with that work assignment. If final work assignment performance is rated as "unsatisfactory," the contractor must return to the government the entire base fee associated with the work assignment. Performance (award) fee is paid only for completed work assignments for which the govern- ment evaluates contractor performance as "exceeds ex- pectations" or "outstanding." Government evaluations are unilateral and not subject to contractor dispute. The RAC Performance (Award) Fee Plan motivates contractors to exceed Regional expectations by provid- ing performance (award) fee for better-than-satisfactory performance and discourages less-than-satisfactory per- formance through a total loss of fee. REPORTS RACs contain nationally standardized reporting and invoicing requirements that allow data to be compared across contracts and enhance EPA's oversight capabili- ties. Both hard copy and electronic reports are required. The contractor is required to (1) report and invoice on the same calendar period, (2) calculate data elements used in reports and invoices by the same methods, and (3) submit progress reports concurrently with invoices. These requirements ensure that the government has adequate information for timely review and approval of invoices. Progress reports, which allow effective monitoring of work progress, and national reports, which update EPA Headquarters on contract status, facilitate contract man- agement and cost control. CONTRACT FUNDING Most RAC funding is bulk funding, which means that the contract as a whole is funded periodically, according to the funding categories, as opposed to traditional, indi- vidual work assignment funding. The bulk-funding cat- egories in RACs are defined as non-site-specific funding areas in OSWER Publication 9200.3-14.2, Program Management Manual. The four bulk-funding categories are: Program Support (Other Response) Site Characterization (non-site-specific "site" allowance) Removal Enforcement In bulk funding, obligations are not site-specific but expenditures are. Bulk funds are committed and obli- gated to the contract using the funding category, a generic activity code, and a generic site code. The contractor invoices site-specifically, replacing the ge- neric activity code and site code with the applicable activity code and site code specified in the work assign- ment. To manage expenditures under individual work assign- ments, the governmentestablisb.es an "expenditure limit" for each work assignment issued. The expenditure limit is expressed in hours and dollars for term-form work assignments and in dollars for completion-form work assignments. The contractor can expend work assign- ment hours and/or dollars up to the work assignment expenditure limit but cannot exceed the expenditure limit. Within the bulk-funding approach, the expendi- ture limit serves as the work assignment funding ceiling and ensures that the government controls individual work assignment expenditures. Some types of work assignments will not be bulk funded. Remedial action work assignments and completion- form work assignments will be funded individually on a site-specific basis. FOR FURTHER INFORMATION CALL: Nancy Ortowski (5203G) Design and Construction Management Branch Office of Emergency and Remedial Response U.S. Environmental Protection Agency 401 M Street, S.W. Washington, DC 20460 (703) 603-8785 ------- United States Environmental Protection Agency Washington, DC 20460 Official Business Penalty for Private Use S300 ------- |