CONTRACTING
         CONTACTS FOR THE
             SUPERFUND
            and OIL SPILLS
             PROGRAMS

             SE
            L ^^^^^^^^^^^^^^^

CONTRACTS MANAGEMENT CENTER (Mail Code 5203G)
 OFFICE OF EMERGENCY AND REMEDIAL RESPONSE
   SOLID WASTE AND EMERGENCY RESPONSE
 U.S. ENVIRONMENTAL PROTECTION AGENCY 20460
               January 1998

-------
            Additional information and contract contacts may be found on the Internet on the
following sites:

                        www.epa.gov (click on icon called "Money Matters")
                                             and
                                       www.govcon.com

-------
                        Contract Opportunities Under Superfund


       Subcontracting opportunities are available under several current Superfund contracts.  The
contracts fall into five basic categories:

     • Removal Action:  Contracts to provide EPA regional offices with (1) technical and management
       assistance for the removal action program financed by the Hazardous Substance Response Trust
       Fund, the corrective action program financed by the Underground Storage Tank (UST) Trust
       Fund, and the oil spill prevention program under the Clean Water Act and (2) cleanup personnel,
       equipment, and materials for the removal program and corrective actions financed by the UST
       Trust Fund.

     • Remedial Response: Contracts to provide EPA regional offices with technical assistance and
       resources for cleanup activities, support of enforcement actions, and community relations

     • Support Services: Contracts to provide special technical support services to EPA regional and
       Headquarters personnel.  Contracts cover safety and technical training, demonstration of new or
       novel technology, laboratory analysis and sample control, quality assurance, aerial survey and
       mapping and remote sensing.

     • Technical Enforcement Support: Contracts to provide technical support to EPA Headquarters
       and regional  personnel to enforce CERCLA and the Resource Conservation and Recovery Act
       (RCRA).

     • Policy, Program Management, and Administrative Services: Headquarters contracts to
       support formulation of Superfund policy and implementation, as well as contracts for development
       and maintenance of automated data processing (ADP) systems and data handling services at
       Headquarters and the regional offices.

-------
Listed below are the specific contracts currently under the Superfund program. The contracts
listed in each category are those in effect at the date of the publication of this Guide.
                               Current Contract Opportunities
Removal Action



Remedial Response

Support Services
Technical Enforcement

Policy, Program Management
  and Administrative Services
Other Contract Venues
Emergency and Rapid Response Services
Superfund Technical and Response Team
Site Specific Removal Contracts

Response Action Contracts

Contract Laboratory Program
Environmental Response Training Program
Environmental Services Assistance Teams
Remote Sensing and Mapping Support
Response Engineering and Analytical Contract
Quality Assurance Technical Support

Enforcement Support Services

Analytical Support Contracts
Technical Support Contract
OSWER Training and Technology Information Transfer
OSWER Mission Support Contract
RCRA/Superfund Industrial Assistance Hotline

State/EPA Cooperative Agreements
Oil Spills Program

-------
                                      BACKGROUND

        The Comprehensive Environmental Response, Compensation, and Liability Act (dERCLA) of 1980,
 commonly known as "Superfund," was established to clean up hazardous waste sites that threaten human
 health or the environment. The Superfund Amendments and Reauthorization Act of 1986 (SARA), signed
 on October 17, 1986, amended CERCLA. The U.S. Environmental Protection Agency (EPA) has the
 primary responsibility for managing cleanup and enforcement activities under Superfund,

        The passage of SARA;

        •  Reauthorized CERCLA for 5 years.  A three-year extension to SARA was signed on
           November 7,1990, and authorized CERCLA until 1994. [The Program was extended by
           Congress and reauthorization of the Program Is currently being debated.]

        •  Strengthened and expanded the cleanup program.

        •  Increased the size of the Hazardous Substance Response Trust Fund. CERCLA authorized
           $1.6 billion for cleanup during the first 5 years. SARA provides for $8.5 billion during the
           second 5 years.

        •  Established a new Trust Fund to clean up leaking  underground petroleum storage tanks.

        Under Section 104 of CERCLA, EPA can act "whenever (a) any hazardous substance is released
or there is a substantial threat of such a release  into the environment, or (b) there is a release or substantial
threat of release into the environment of any pollutant or contaminant that may present an imminent and
substantial danger to the public health or welfare, CERCLA broadly defines two types of responses:

        •  Short-term removal actions involving spills or other emergencies requiring immediate
           response.

        •  Longer-term remedial responses aimed at providing more permanent solutions to problems at
           uncontrolled hazardous waste sites.

        EPA's Office of Emergency and Remedial Response (OERR) places a high priority on full
implementation of the Superfund program.  The task is challenging, requiring a working relationship
between the Federal Government and the States, as well as a system of accountability to industry and the
American taxpayer for the efficient and effective  management of the two trust funds. The private sector has
a key role to play in the implementation of CERCLA because much of the work will be performed by private
contractors.

-------
                        New Acquisition Strategy for Superfund
                                                                            •«
       On September 9,1990, EPA issued its Long-Term Contracting Strategy (LTCS) for the Superfund
program. The Agency's objectives in developing the strategy were to analyze the long-term contracting
needs of the program, and to design a portfolio of Superfund contracts to meet those needs over a ten year
period. This strategic planning effort was recommended by the 1989 Agency report, A Management
Review of the Superfund Program.

       LTCS was buUt on several key principles. First, the strategy supported an integrated "One
Program* approach to enforcement and site cleanup. Second, the strategy enhanced the competitive
environment by reducing the size of contracts and creating more opportunities for small and disadvantaged
businesses.  Finally, the strategy provided mechanisms for greater flexibility and improved oversight and
cost management by giving the regions full responsibility for contracts management.

       Since the first of the LTCS contracts begins to expire in 1998, EPA has established an
Agency-wide Contracts 2000 Workgroup to develop a new Superfund Acquisition Strategy for the years
2000 and beyond. The central charge of this group is to make recommendations on the appropriate mix of
contracts to* best meet future program needs.

       The workgroup is comprised of program and contracts representatives from EPA's ten Regions,
the Office of Solid Waste and Emergency Response, the Office of Administration and Resources
Management and the Office of Enforcement and Compliance Assurance. The group is taking into   .-
account what did and did not work well under LTQS and is evaluating the future direction of the Superfund
program (including changing budgets, reauthorization, and a increased State role) in order to craft an
appropriate suite of contracts for the future. The goal of the group is to promote national consistency and
efficiency and effectiveness, white at the same time providing the  Regions with adequate flexibility to meet
program needs and directions.

       The objective of the Contracts 2000 Workgroup is to complete the new contracting  strategy by
January 1998. At that time. Headquarters and Regional Superfund Offices will begin to draft
implementation plans to execute the strategy in the most effective  and efficient way possible.

-------
                                        Januarys, 1997


 PROCUREMENT POLICY NOTICE NO. 97-01

 SUBJECT:     Required Practices Concerning Subcontracts

 FROM:        Betty L. Bailey, Director ISI
               Office of Acquisition Management

 TO:           OAM Division Directors
               Regional Contracting Officer Supervisors
               Howard Corcoran, OGC

 SYNOPSIS

 SUMMARY: This Procurement Policy Notice (PPN) provides guidance on required procedures when
 consenting to subcontracts. This guidance addresses issues pertinent to both preaward and postaward
 subcontracts.

 EFFECTIVE DATE:  Date of issuance (shown above).

 EXPIRATION DATE: Upon cancellation or until superseded.                                    :

 FOR FURTHER INFORMATION CONTACT: Paul Schaffer on (202) 260-9032, or GroupWise Schaffer-
 Paul.   [NOTE: As of August 19,1997, Paul Schaffer's phone number is (202) 564-4366; e-mail address is
 Schaffer.Paul@epamail.epa.gov]

 DETAIL

 BACKGROUND

 In response to an Office of Inspector General (OIG) audit of subcontract awards by EPA prime contractors
 and EPA's oversight of prime contractors' use and control of these subcontracts, the Office of Acquisition
 Management (OAM) agreed to issue guidance reminding contracting officers (COs) of required practices
 when consenting to subcontract. This guidance addresses issues pertinent to the preaward and postaward
 review  of subcontracts. Subcontracts represent a unique contractual instrument in which the Government
 has no direct legal relationship with subcontractors, sometimes referred to as no "privity of contract"
 (defined as that relationship which exists between two contracting parties). There is essentially no
 relationship between the Government and its subcontractors. The prime contractor is selected for its
 technical and management abilities, including the right to manage the contract and subcontractors used in
 the performance of the contract. Prime contractors are responsible for planning, awarding, and
 administering subcontracts.  However, COs play a key role in subcontract oversight, since they are
 responsible for the overall prime contract price and performance. COs are responsible for assessing the
 need for subcontracts, and the additional cost of subcontracting before granting consent. Before granting
consent to a subcontract, COs review the adequacy of the prime contractor's cost and price analysis, and
determine whether the proposed subcontract costs are realistic for the work to be done. Finally this PPN
 addresses consenting to subcontracts. Specifically, this PPN clarifies and supersedes three practices
 identified in a June 8,1994, OAM memorandum concerning  subcontracting: consenting by letter, ceilings,
 and increasing the estimated amount of subcontracts. In addition, two other practices regarding
 subcontracting consent are discussed: the role of the procuring contracting officer (PCO) and the
administrative contracting officer (AGO) in the consent process, and the review of the proposed subcontract
document. COs should refer to FAR Part 44 and this  PPN for policies and procedures before granting
consent to subcontract.

-------
ROLES AND RESPONSIBILITIES

       Before consenting to a subcontract, the CO reviews the request and supporting data and considers
such factors as: technical need for services, compliance with the prime contract's goals for subcontracting
with small disadvantaged business and women-owned business concerns, adequacy of competition,
responsibility Of the proposed subcontractor, proposed type and terms and conditions of the subcontract,
and adequacy and reasonableness of cost or price analysis performed. The project officer (PO) reviews
the prime contractor's request for subcontract consent, and provides comments to the CO on the technical
need and appropriateness of the supplies or services, the reasonableness of the subcontract estimate in
terms of level of effort and types and quantities of proposed other direct costs; location, duration, number
of travelers and purpose of proposed travel; skill level, labor mix, and direct labor hours to be expended;
and the capabilities of the proposed subcontractor.

REVIEW OF PREAWARD SUBCONTRACTS

Preaward Team Subcontractors

       Preaward team subcontractors are competed as part of the original prime contractor's proposal,
which is subject to the competitive evaluation process. During preaward competition, the technical
capability and costs of each prime and its subcontract teams are evaluated as a combined entity, which is
evaluated against other prime offerers' contract teams. Selection for award is based on the management
abilities of the prime contractor, and the combined technical capabilities and price of the prime and its
subcontract teams. The CO does not need to comply with FAR Subpart 44.2 at the time of contract award,
since team subcontracts are competed for subcontract consent purposes as part of the contractor's.  '
proposal, which is subject to the competitive evaluation process prior to award. Collusive Team
Arrangements COs must be alert for restrictive bidding patterns where contractors may have agreements
with other contractors not to compete or bid against each other for a prime contract to be awarded. In ,
return, the contractor submitting a prime proposal may include other contractors as team subcontractors.
For example, EPA contractors who are technically qualified to bid on the prime contract may choose to be
proposed as a team subcontractor, perhaps at higher rates, and avoid the preparation of expensive prime
proposals. Restrictive competition reduces the Agency's assurance that it is obtaining the most technically
qualified prime  contractor at the best price to the Government  Whenever such an arrangement is
suspected, it should be referred to the OIG, since such practices may be a violation of the Antitrust Act.

I. REVIEW OF  POST AWARD SUBCONTRACTS

Consent

       In general, unless consent requirements are waived as a  result of the approval of the contractor's
purchasing system pursuant to FAR Subpart 44.3 or otherwise exempted under the applicable FAR
subcontract clause, subcontracts awarded after prime contract award require CO consent and are subject
to the requirements of FAR Part 44, "Subcontracting Policies and  Procedures."  FAR 44.202-2 lists several
factors the CO  must review and evaluate before granting consent Reviewing the proposed subcontract is
necessary to assure the following:

       -   was  adequate price competition obtained or its absence properly justified?

       ~   Has the contractor performed adequate cost or price analysis?

       -   Is there a sound basis for selecting and determining the responsibility of a particular
           subcontractor?

       ~   Does the subcontract contain required flowdown clauses?

-------
 Need For Subcontract

        COs responsible for subcontract consent shall confirm with the PO on whether the technical skills
 provided by the subcontractor are needed, or are already provided under the contract by the prime or a
 team subcontractor. COs are responsible for reviewing the reasonableness of rates proposed by post-
 award subcontractors before  granting consent to subcontract; prime contractors are accountable for
 performing cost or price analyses of proposed subcontractors.

 Competition

        If included in the contract, prime contractors must adhere to FAR Clause 52.244-5, "Competition in
 Subcontracting," where the contractor shall select subcontractors on a competitive basis to the maximum
 practical extent consistent with the objectives and requirements of the contract. COs may only accept
justifications for sole source awards if the prime contractor provides substantive evidence that no other
 responsible party exists, or there are circumstances of unusual and compelling urgency. Statements of
 uniqueness, including requirements for geographical location, site specific experience, or that the offerer is
the only available source, are not an acceptable justification for sole source subcontracting unless
adequate documentation is submitted by the prime contractor. In addition, EPA experience or incumbent
contractor status rarely should qualify as uniqueness under such sole source awards, absent other
supporting factors. Further, lack of planning is not an adequate justification for sole source awards.  COs
are encouraged to work with the PO to allow prime contractors sufficient time to compete post-award
subcontracts, if the prime contractor chooses to subcontract

Subcontract Consent Documentation

        One practice affirmed in the June 8,1994, OAM memorandum, "Required Practices Concerning
Subcontracts," was to identify each subcontract in the contract. For some contracts this is not
administratively feasible.  Because of the volume in Superfund contracts, for example, non-team
subcontracts are usually consented to by letter. In recognition of these circumstances, COs may provide
consent by letter for non-team subcontractors under any contract. Another practice required under the
June 8,1994, memorandum was to identify the ceiling amount in the contract for each listed subcontract.
Some COs instead establish an aggregate ceiling for all subcontracts, rather than identify a ceiling for each
subcontract This raised the broader question  of the necessity of establishing subcontract ceilings in Agency
subcontracts. Since the estimated amount of the subcontract is covered by the CO's consent, the
identification of a ceiling is technically redundant.  Therefore, COs are no longer required to identify
subcontract ceiling amounts in contracts. This PPN impacts yet another practice in the June 8,1994,
memorandum, of requiring a formal contract modification when consenting to an increase in the  estimated
amount of a subcontract Accordingly, COs may now consent to increases in the estimated amount of
subcontracts by letter or by contract modification. However, there are circumstances where it may be
appropriate for the PCO to forward the contract file to the ACO without taking action on the request for
subcontract consent In cases where action is not taken, the PCO shall annotate the file on the consent
request  An example could be the unavailability of an approved indirect cost rate for a subcontractor.  •
Given the time incident to obtaining an audited rate, it would be more appropriate for the PCO to  transfer
the file to the ACO without taking further action. Another example is when the proposed subcontract will not
be available for PCO review within a reasonable period of time after contract award. In such cases the
PCO shall annotate the file as to why no action was taken on the consent request If practicable, the PCO
should consent to team subcontractors.  Having already evaluated the team subcontracts from a technical
and financial standpoint, the PCO is clearly the most appropriate individual to provide or deny subcontract
consent in the initial contract,  if the proposed subcontract has been included in the proposal. COs should
not consent to subcontracts without reviewing the request and supporting data. The review of the
subcontract is necessary to assure that the proposed rates, fee, and estimated cost or fixed price amount
have been incorporated; the required flowdown clauses have been included; and the payment terms are
appropriate. Further, FAR 44.202-2 sets forth factors COs must consider before consenting to
subcontracts, some of which require review of the subcontract itself.

-------
Directed Subcontracting

        Government personnel are prohibited from directing prime contractors to contract with specific
firms, or to assist a prime contractor in selecting subcontractors, or personnel to be used'on a subcontract.
The underlying reason is that prime contractors are selected, in part, for their management abilities,
including subcontract selection and management COs, with PO assistance, are required to review prime
contractor consent requests, including the statement of work, for evidence of directed subcontracting and to
decline consent where such evidence exists.  If evidence exists of directed subcontracting, the CO is
responsible for denying the prime contractor's request to subcontract.

 Checklist

        In order to assist the CO in evaluating a subcontract consent request a Subcontract Consent
Review Checklist (Attachment 1) is provided as suggested guidance for use by the CO. The checklist
contains many issues the CO should consider before consenting to subcontract

Attachment

-------
Attachment 1

                         SUBCONTRACT CONSENT REVIEW CHECKLIST

Prime Contractor:	  Contract #:	
Proposed Subcontractor:	
Type of Subcontract:	
Maximum Subcontract Value:_
Period of Performance:	
Note: Subcontract consent may not be required depending on contract type and whether the contractor has
an approved purchasing system.(See FAR Subparts 44.2 and 44.3)


Areas of Consideration                                      YES  NO  N/A  Comments

1. Is the subcontract for special test equipment or facilities       	  	  	
that are available  from Government sources?

2. Is the selection of the particular supplies, equipment          	  	  	
or services technically justified?

3. Are the subcontractor skills needed?                       	  	  	

4. Are the rates proposed for subcontractors reasonable?       __  	  	

5. Will the subcontractor assist the prime contractor in          	  	  	
complying with its goals contained in the prime contractor's
small business and small disadvantaged business
subcontracting plan?

6. Has the contractor obtained adequate price competition       	  	  	
or justified its absence?

7. Does the contractor have a sound, documented basis        	  	  	
for selecting and determining the responsibility cf the
subcontractor?

8. Did the contractor adequately assess and dispose of          	  	  	
the  subcontractor's alternate proposals,  if offered?

9. Is the proposed subcontract type appropriate                	  	  	
for the risks involved and consistent with the FAR?

10.  Has the contractor performed adequate cost or price        	  	  	
analysis, and obtained current cost or pricing data (if
applicable), including the required certificates?

11.  Has adequate consideration been obtained for any          	  	  	
proposed subcontract that will involve Government-
furnished facilities not previously authorized in the contract?

12.  Has the contractor adequately and reasonably              	  	  	
translated prime contract technical  requirements into
subcontract requirements?

-------
13. Does the contractor comply with applicable cost
accounting standards for awarding the subcontract?

14. Is the subcontractor on GSA's List of Parties Excluded
From Federal Procurement and Non-Procurement Programs?

15. Have the required flow-down clauses been included
in the subcontract?

16. For a cost type subcontract is the fee within the fee
limitations set forth in FAR 16.301-3?

17. Is the subcontract providing for payment of fee on a
cost-plus-percentage-of-cost basis? •

18. Is the decision to subcontract consistent with the
contractor's approved make-or-buy program?

19. Does the proposed subcontractor contain all
required Representations and Certifications (either
the FAR clause or the prime contractor's format)?

20. Is the Statement of Work (SOW) for the proposed
subcontract so restrictive as to Mm it com petition?

21. Does the SOW conform to requirements concerning
personal services, inherently governmental functions,
and prohibited services?

22. General comments:
NOTE: Additions! continents msy bo included M MI sttsulNiisfit to the checklist.

In accordance with this review, consent to award the subcontract is hereby recommended.

Recommend:
Contract Specialist                    Date

Approved:


Contracting Officer                    Date

-------
                                   REMOVAL ACTION

                    Emergency and Rapid Response Services Contracts


       To provide emergency, time-critical removal, and quick remedial response cleanup services for the
CERCLA, OPA and UST programs, EPA uses the Emergency and Rapid Response Services (ERRS)
contracting network. These contracts may also be called upon to provide cleanup support in instances of
natural disasters, such as floods, and to repatriate hazardous wastes from  foreign countries. The network
currently consists of one zone contracts (Regions VI, VIII, and IX) plus Region-specific ERRS contracts.
These contracts provide cleanup personnel, equipment, and materials as directed by the EPA On-Scene
Coordinator to, for example, contain, recover, or dispose of hazardous substances, analyze samples, and
site restoration.

       The broad  range of cleanup services needed and the rapid time frame within which the contractors
must respond make it likely that the contractors will do substantial subcontracting, particularly in areas such
as transportation and disposal of hazardous wastes and analytical services.

       The National Designated Lead for ERRS is:

                                         Tim Grier
                            Contracts Management Center (5203G)
                          Office of Emergency and RemekJal Response
                       U.S. Environmental Protection Agency Headquarters
                                     401 M Street, SW
                                  Washington, D.C.  20460
                                    Phone: (703) 603-8734
                                     FAX: (703) 603-9116
                               E-mail: grier.tim@epamail.epa.gov

For more information contact:

Region 1 (CT. ME. MA. NH. Rl. VT1 (US EPA Region 1, JFK Federal Bldg, Boston, MA 02203)

ERRS follow-on contract procurement is underway. Questions can be directed to Linda Byrne, EPA Mail
Code MCP, Phone  (617) 565-9465, FAX (617) 565-9464; E-mail:  byme.linda@epamail.epa.gov

                                                      /
Region 2 (NY. NJ.  PR. USV»   (US EPA Region 2, 290 Broadway, New York, NY 10007-1866)

Contractor:                   OHM Remediation Services, Inc., 200 Horizon Center Blvd., Trenton,
                             NJ 08691-1904
Contract Number:             68-S3-2001
Period of Performance:        9/3/1993 - 9/2/1998
Contractor's Point of Contact:   Tom O'Hara, Phone (609)  584-8900, FAX (609) 588-6483,
                            E-mail:  ohara@ohm.com
EPA's Contracting Officer:      Stan Murphy, EPA Mail Code FAM/CMS,  Phone (212) 637-3375,
                            FAX (212) 637-3410; E-mail: murphy.stan@epamail.epa.gov
EPA Project Officer:           Norman Vogelsang, EPA Mail Code MS 211, Phone (732) 321-4346,
                            FAX (732) 321-4425, E-mail: vogelsang.norm@epamail.epa.gov

-------
Contractor:
Contract Number:
period of Performance:
Contractor's Point of Contact:
EPA's Contracting Officer:

EPA Project Officer:
Contractor

Contract Number:
Period of Performance:
Contractor's Point of Contact
EPA's Contracting Officer:

EPA Project Officer:
Contractor:
WRS, Inc., 346 S. Warminster Rd., Hatboro. PA 19040
68-S6-2100
8/16/1996-8/15/1999
Kevin Simmons, Phone (215) 441-9266, FAX (215) 4413249,
E-mail: k.simmons@west-wrs.com  .
Kevin Weaver, EPA Mail Code FAM/CMS, Phone (212) 637-3357,
FAX (212) 637-3410; E-mail: weaver.kevin@epamail.epa.gov
Norman Vogelsang, EPA Mail Code MS 211, Phone (732) 321-4346,
FAX (732) 321-4425, E-mail: vogelsang.norm@epamail.epa.gov

Earth Technology, Inc., 2229 Tomlynn St., Suite 100,Richmond, VA
 23230
68-S6-2101
8/16/1996-8/15/1999
Bill Magowan, Phone (804) 358-5858, FAX (804) 358-5084,
E-mail: wmagowan@eartritech.com
Kevin Weaver, EPA Mail Code FAM/CMS, Phone (212) 637-3357,
FAX (212) 637-3410; E-mail: weaver.kevin@epamail.epa.gov
Lisa Guametri, EPA Mail Code MS 211, Phone (732) 906-6180,
FAX (732) 321-4425, E-mail: giiameiri.lisa@epamail.epa.gov
                        VA.WV1 (US EPA Region 3,841 Chestnut Si, Philadelphia, PA 19107
Contract Number:
Period of Performance:
Contractor's Point of Contact

EPA's Contracting Officer:

EPA Project Officer:


Contractor:

Contract Number
Period of Performance:
Contractor's Point of Contact

EPA's Contracting Officer

EPA's Project Officer


Contractor
Contract Number.
Period of Performance:
Contractor's Point of Contact

EPA's Contracting Officer:

EPA's Project Officer
Earth Technology, Inc., 2229 Tomlynn St,Suite 100, Richmond, VA
 23230
68-S3-3002
11/1/1993-10/31/1998
BHI Magowan, Phone (804) 358-5858, FAX (804) 358-5084,
E-mail: wmagowan@earthtech.com
Lome Murray, EPA MaH Code 3PM10, Phone (215) 566-5211,
FAX (215) 566-5211; E-mail: murray.lorrie@epamail.epa.gov
Gerald Heston, EPA Mail Code 3HW30. Phone (215) 566-3273
FAX (215) 566-3254, E-mail: heston.gerald@epamay.epa.gov

OHM Remediation Services, Inc., 200 Horizon Center Blvd., Trenton,
 NJ 08691 -1904
68-S7-3004
9/30/1997-9/29/2000  -
Marsha Robinson, Phone (609) 584-8900, FAX (609) 588-6483,
E-mail: robinson@ohm.com
Lome Murray, EPA Mail Code 3PM10, Phone (215) 566-5211,
FAX (215) 566-5211; E-mail: murray.lorrie@epamail.epa.gov
Gerald Heston, EPA Mall Code 3HW30, Phone (215) 566-3273,
FAX (215) 566-3254, E-mail: heston.gerald@epamail.epa.gov

IT Corporation, 2200 Cottontail Lane, Somerset NJ 08873-1248
68-S7-3005
9/30/1997-9/29/2000
John WHpert, Phone (732) 469-5599. FAX (732) 469-7275,
E-mail: jwilpert@itorp.com
Lome Murray, EPA Mail Code 3PM10, Phone (215) 566-5211,
FAX (215) 566-5211; E-mail: murray.lorrie@epamail.epa.gov
Gerald Heston, EPA Mail Code 3HW30, Phone (215) 566-3273,
FAX (215) 566-3254, E-mail: heston.gerald@epamail.epa.gov

-------
 Region 4 (AL. FL. GA. KY. MS. NC. SC. TNI (US EPA Region 4, 61 Forsyth St. SW, Atlanta, GA 19107)
 Contractor:
 Contract Number:
 Period of Performance:
 Contractor's Point of Contact:

 EPA's Contracting Officer:

 EPA Project Officer:


 Contractor:

 Contract Number:
 Period of Performance:
 Contractor's Point of Contact:

 EPA's Contracting Officer:

 EPA's Project Officer:


 Contractor:

 Contract Number:
 Period of Performance:
 Contractor's Point of Contact:

 EPA's Contracting Officer:

 EPA's Project Officer:


 Contractor:
 Contract Number:
 Period of Performance:
 Contractor's Point of Contact:

 EPA's Contracting Officer:

 EPA's Project Officer:
CMC, Inc., 2601 Wilmore Road, Nicholasville, KY4035S
68-S7-4006
5/5/1997-5/4/2002
Clay Gorman, Phone (606) 885-4955, FAX (606) 885-4688,
E-mail: cmcr4u@aol.com
Cedric Walker, EPA Mail Code 4PM-GPB, Phone (404) 562-8390,
FAX (404) 562-8370; E-mail: walker.cedric@epamail.epa.gov
Karen Knight, EPA Mail Code AFC, Phone (404) 562-8885,
FAX (404) 562-8628, E-mail: knight.karen@epamail.epa.gov

Earth Technology, Inc., 2161 New Market Parkway, Suite 262,
 Marietta, GA 30067
68-S7-4007
5/5/1997-5/4/2002
Brett Hensley, Phone (770) 850-0777, FAX (770) 956-9960,
E-mail: bhensley@earthtech.com
Fran Harrell, EPA Mail Code 4PM-GPB, Phone (404) 562-8383,
FAX (404) 562-8370; E-mail: harrell.fran@epamail.epa.gov
Karen Knight EPA Mail Code AFC, Phone (404) 562-8885,
FAX (404) 562-8628, E-mail: knight.karen@epamail.epa.gov

Smith Environmental Tachnologies Corp., 720 Arbor Drive,
 DuluthGA30136
68-S7-4008 -
5/5/1997-5/4/2002
Mark Simpson, Phone  (770) 923-6907, FAX (770) 923-7781,
E-mail: project111@aol.com
Fran Harrell, EPA Mail Code 4PM-GPB, Phone (404) 562-8383,
FAX (404) 562-8370; E-mail: harrell.fran@epamail.epa.gov
Karen Knight, EPA Mail Code AFC, Phone (404) 562-8885,
FAX (404) 562-8628, E-mail: knight.karen@epamail.epa.gov

WRS, Inc., 675 Park North Blvd., Bldg. F, Suite 100,Clarkston, GA 30021
68-S7-4009
5/5/1997-5/4/2002
Doug Snyder. Phone (404) 299-4700, FAX (404) 296-9752,
E-mail: d.snyder@west-wrs.com
Cedric Walker, EPA Mail Code 4PM-GPB, Phone (404) 562-8390,
FAX (404) 562-8370; E-mail: walker.cedric@epamail.epa.gov
Karen Knight, EPA Mail Code AFC, Phone (404) 562-8885,
FAX (404) 562-8628, E-mail: knightkaren@epamail.epa.gov
Region 5 (IL. IN. Ml. MM. OH. Wl> (US EPA Region 5; 77 W. Jackson Blvd., Chicago, IL 60604-3507)
Contractor:

Contract Number:
Period of Performance:
Contractor's Point of Contact

EPA's Contracting Officer:

EPA's Project Officer:
Environmental Quality Management, 1310 Kemper Meadow Dr.
 Suite 100, Cincinnati, OH 45240
68-S3-5001,
7/20/1993 to 7/19/1998
Tom Wey, Phone (513) 825-7500, FAX (513) 825-7495,
E-mail: twey@eqm.com
Robert Dumelle, EPA Mail Code MCC-10J, Phone (312) 886-5865,
FAX (312) 353-1879; E-mail: dumelle.robert@epamail.epa.gov
Carl Norman, EPA Mail Code SE-5J, Phone (312) 886-5495,
FAX (312) 353-9176, E-mail: norman.carl@epamail.epa.gov

-------
Region 6 (AR. LA. NM. OK. TX1 (US EPA Region 6, 1445 Ross Ave , Dallas TX 75202-2733)
Contractor:

Contract Number:
Period of Performance:
Contractor's Point of Contact

EPA's Contracting Officer

EPA's Project Officer:
        GET Environmental Services, Inc., 120 W. Dayton, Suite A-7,
         Edmond, WA 98020
        68-W7-0016
        12/20/1996 to 12/19/2001
        Brad Coury, Phone (206) 670-2214, FAX (206) 670-3670,
        E-mail: bcoury@compumedia.com
        laverne Baker, EPA Mail Code 6MD-RT, Phone (214) 665-7462,
        FAX (214) 665-7284; E-mail:  baker.laverne@epamail.epa.gov
        Jo Ann Gee, EPA MaH Code SF-P, Phone (214) 665-8138,
        FAX (214) 665-7447, E-mail:  gee.jo@epamail.epa.gov
Raaion 7 HA. KS MO
Contractor
NE1 (US EPA Region 7,726 Minnesota Ave., Kansas City, KS 66101)
Contract Number
Period of Performar.ee:
Contractor's Point of Contact

EPA's Contracting Officer


EPA's Project Officer
        Smith Environmental Technologies Corp., 18207 Edison Ave.,
         Chesterfield MO 63005
        68-S7-7001
        8/28/1997-8/27/2002
        Mark Simpson. Phone (314) 532-7660, FAX (314) 532-1655.
        E-mail: project111@aol.com
        Melinda Cecil, EPA Mail Code MC-ADMR/COMO,
        Phone (913) 551-7564, FAX (913) 551-7579;
        E-mail: cecU.melffida@epamail.epa.gov
        Larry Stafford, EPA MaH Code SUPR, Phone (913) 551-7394,
        FAX (913) 551-7948, E-mail: stafford.larry@epamail.epa.gov
Raoion 8 tea. MT. ND. SD. UT. WY1 (US EPA Region 8,99918th Si, Denver, CO 80202-2466)
Contractor:

Contract Number
Period of Performance:
Contractor's Point of Contact

EPA's Contracting Officer

EPA Project Officer
        GET Environmental Services, Inc., 120 W. Dayton, Suite A-7
        Edmond. WA 98020
        68-W7-0016
        12/20/1996 to 12/19/2001
        Brad Coury, Phone (206) 670-2214, FAX (206) 670-3670,
        E-mail: bcoury@compumedia.com
        Clyde LoSasso, EPA Mail Code 8TMS-G, Phone (303) 312-6527,
        FAX (303) 312-6685; E-mail: losasso.clyde@epamail.epa.gov
        Mike Zimmerman, EPA Mail Code 8EPR-SA, Phone (303) 312-6828,
        FAX (303) 312-6071, E-mail: zimmerman.mike@epamail.epa.gov
Region 9IKL CA. HI NV. AS. GUI (US EPA Region 9,75 Hawthorne St., San Francisco CA 94105)

Contractor:
Contract Number
Period of Performance:
Contractor's Point of Contact

EPA's Contracting Officer:

EPA's Project Officer:
        GET Environmental Services, Inc., 120 W. Dayton, Suite A-7,
         Edmond, WA 98020
        68-W7-0016
        12720/1996-12/19/2001
        Brad Coury, Phone (206) 670-2214, FAX (206) 670-3670,
        E-mail: bcoury@compumedia.com
        Jeanne Holler, EPA MaH Code PMD-8, Phone (415) 744-1610,
        FAX (415) 744-1680; E-mail: holler.jeanne@epamail.epa.gov
        Chris Weden, EPA Mail Code 8-H-3, Phone (415) 744-1610,
        FAX (415) 744-1916, E-mail: weden.chris@epamail.epa.gov

-------
Region 10 (AK. ID. OR. WA) (US EPA Region 10, 1200 6th Ave.. Seattle WA 98101)
Contractor:

Contract Number:
Period of Performance:
Contractor's Point of Contact:

EPA's Contracting Officer:

EPA's Project Officer:
GET Environmental Services, Inc., 120 W. Dayton, Suite A-7,
  Edmond, WA 98020
68-W 7-0001
9/18/1997-8/17/2002
Brad Coury, Phone (206) 670-2214, FAX (206) 670-3670,
E-mail: bcoury@compumedia.com
DJ Lovelady, EPA Mail Code OMP-148, Phone (206) 553-1770,
FAX (206) 553-6647; E-mail: lovelady.dj@epamail.epa.gov
Gary Sink, EPA Mail Code ECL-116, Phone (206) 553-4687,
FAX (206) 553-0175, E-mail: sink.gary@epamail.epa.gov

-------
                                   REMOVAL ACTION
                                                                          :!
      Superfund Technical Assessment & Response Team (START) Contracts

     The START program was developed under ERA'S Long Term Contracting Strategy (LTCS) and
 combines the previously separate support activities of the Field Investigation Team (FIT) and Technical
 Assistance Team (TAT) into a single contract.  The START contracts provide technical support to EPA's
 site assessment activities and response, prevention and preparedness activities. This support includes
 gathering and analyzing technical information, preparing technical reports on oil and hazardous substance
 investigation and technical support for cleanup efforts.  Each Region has one START contract with the
 exception of Region III. Region III has a similar contract called Site Assessment/Technical Assistance
 (SAT) contract

     The National Designated Lead  for START is:

                                      Patricia Hawkins
                            Contracts Management Center (5203G)
                          Office of Emergency and Remedial Response
                       U.S. Environmental Protection Agency Headquarters
                                      401 M Street, SW
                                   Washington, D.C. 20460
                                   Phone: (703)603-8714
                                    Fax (703)603-9116
                           E-Mail:  hawkins.patricia@epamail.epa.gov

 NOTE:  Period of Performance reflects Base Period plus any Option Periods, if exercised.

 For more information contact:

 Region 1 (CT. ME. MA. NH. Rl. VT1 (US EPA Region 1, JFK Federal Bldg, Boston, MA 02203)

 Contractor:                   Roy F. Weston, Inc., 217 Middlesex Turnpike, Burlington,
                             MA 01803-3308 .
 Contract Number:             68-W5-0009
 Period of Performance:         5/1 /1995 - 4/30/2000
 Contractor's Point of Contact:    Mark McDufiee, Team Leader, Phone (617) 229-6430 x 203,
                            FAX (617) 272-3619, E-mail: mcduffem@mail.rfweston.com
 EPA Contracting Officer:        Peter Connell, EPA Mail Code MCP, Phone (617) 565-4173,
                            FAX (617) 565-9464; E-mail: connell.peter@epamail.epa.gov
 EPA Project Officer:           John M. Carlson,  EPA Mail Code HBS, Phone (617) 573-9679,
                            FAX (617) 573-9662, E-mail: carison.john@epamail.epa.gov


 Region 2 (NY. NJ. Puerto Rico. US Virgin Islands) (US EPA Region 2, 290 Broadway, New York,
                            New York 10007)

 Contractor:                   Roy F. Weston, Inc., One Weston Way, West Chester, PA 19380
Contract Number:             68-W5-0019
 Period of Performance:         8/2/1995 - 8/1/2000
 Contractor's Point of Contact:    Owen Douglass, Team Leader, Phone (732), 225-6116
                            FAX (732) 225-7037, E-mail: douglaso@wcpost2.rfwestpn.com
EPA  Contracting Officer:        Donna Johnson, Phone (212) 637-3373,
                            FAX (212) 637-3526, E-mail: johnson.donna@epamail.epa.gov
EPA  Project Officer:           Tom P. Murphy, Phone (212) 637-3283
                            FAX (212) 637-4360, E-mail: murphy.tomp@epamail.epa.gov

-------
Raoion 3YDE. DC. MD. PA. VA. WV1 (US EPA Region 3, 841 Chestnut Building, Philadelphia. PA 19107)

Contractor:                  Roy F. Weston, Inc., 5 Underwood Court, Delran, NJ 08075-1229
Contract Number:            68-S5-3002
Period of Performance:       9/14/1995-12/31/2000
Contractor's Point of Contact:  Michael Zickler, Project Manager, Phone (609) 461 -4003 x 203,
                           FAX (609) 461-4916, E-mail: zicklerm@wcpost3.rfweston.com
EPA's Contracting Officer:     Deborah Eble. Mail Code 3PM10, Phone (215) 566-5199.
                           FAX (215) 566-5211, E-mail: eble.deborah@epamail.epa.gov
EPA's Project Officer         Joan M. Henry, Mail Code 3HW30, Phone (215) 566-3247,
                           FAX (215) 566-3254, E-mail: henry.joan@epamail.epa.gov


Radon 4 fAL FL. GA. KY. MS. MC. SC. TNI (US EPA Region 4,61 Forsyth St., Atlanta, GA 30303)

Contractor.                  PRC, Gwinnett Corporate Center, 1750 Corporate Drive, Suite 735,
                           NorcrossGA  30093
Contract Number:            68-W5-0021
Period of Performance:       9/8/1995-9/7/2000
Contractor's Point of Contact  Stave Pierce, Program Manager, Phone (770) 717-2300,
                           FAX (770) 935-9049. E-mail: pierces@nemi.com
EPA's Contracting Officer     Debbie Davidson, Phone (404) 562-8373,
                           FAX (404) 562-8370, E-mail: davidson.debra@epamail.epa.gov
EPA's Project Officer:         Doug Thompson, Phone (404) 562-8892,
                           FAX (404) 562-8842, E-mail: thompson.douglas@epamail.epa.gov


Raaion & flL. IN. ML MN OH. WTi (US EPA Region 5,777 W. Jackson Boulevard, Chicago, IL 60604)

Contractor                  Ecology and Environment. Inc., 33 N. Dearborn Street 9th Floor,
                           Chicago, IL 60607
Contract Number:            68-W6-0011
Period of Performance:       12/18/1995-12/17/2000
Contractor's Point of Contact  Tom Kouris, Team Leader, Phone (312) 578-9243
                           FAX (312) 578-9345, no e-mail
EPA's Contracting Officer:     Marshall McReynolds, Mail Code 5PMD, Phone (312) 886-5858
                           FAX (312) 353-1879. E-mail: mcreynolds.marshall@epamc,i.epa.gov
EPA's Project Officer         Gail C. Nabasny, Mail Code SE-5J, Phone (312) 353-1056.
                           FAX (312) 353-9176, E-mail: nabasny.gail@epamaH.epa.gov


Raoion 6 
-------
                                   REMOVAL ACTION

                             Site Specific Removal Contracts

       Occasionally, the removal program has sufficient time to complete the cleanup of a specific
release. In such cases, the contract requirement is advertised in the Commerce Business Daily (CBD). All
interested contractors may submit a bid or proposal.  Resultant contracts are competitively awarded.
Subscriptions to the CBD can obtained from the Superintendent of Documents, U.S. Government Printing
Office, Washington, D.C. 20402-9371,  Phone (202) 512-1800, or accessed via Internet at
www.govcon.com.

-------
Region 7 (IA. KS. MO. NE) (US EPA Region 7, 726 Minnesota Avenue, Kansas City, KS 66101)
Contractor:

Contract Number:
Period of Performance:
Contractor's Point of Contact:
                   i
EPA's Contracting Officer:

EPA's Project Officer:
Ecology and Environment, Inc., 6405 Metcalf, CloverleaMBuilding #3,
   Overland Park, KS 66202
68-W6-0012
12/18/1985-12/18/2000
Hieu Vu, Team Leader, Phone (913) 432-9961
FAX (913) 432-0670, E-mail: eande@qni.com
Ron Stewart, Mail Code PLMG/AMBR, Phone (913) 551-7743,
FAX (913) 551-7579, E-mail: stewart.ron@epamail.epa.gov
Paul Doherty, Mail Code SUPR, Phone (913) 551-7924,
FAX (913) 551-7063, E-mail: doherty.paul@epamail.epa.gov
Region 8 (CO. MT. ND. SD. UT. WY) (US EPA Region 8, 999 18th Street, Denver, CO 80202-2466)

Contractor:                   URS Operating Services, 1099 18th St., Suite 710, Denver, CO
                              80202-1908
Contract Number:             68-W5-0031
Period of Performance:        9/6/1995 - 9/5/2000
Contractor's Point of Contact:    Thomas F. Staible, Team Leader, Phone (303) 291-8207,
                            FAX (303) 291-8296, E-mail: TStaible@ursgreiner.com
EPA's Contracting Officer:      Benton E.  Jordan, Mail Code 8TMS-G, Phone (303) 312-6418,
                            FAX (303) 312-6685, E-mail: jordan.ben@epamail.epa.gov
EPA's Project Officer:          Robert E. Heise, Mail Code 8EPR-ER, Phone (303) 312-6831,
                            FAX (303) 312-6071, E-mail: heise.bob@epamail.epa.gov
Region 9 (AZ. CA. HI. NV. American Samoa. Guam) (US EPA Region 9, 75 Hawthorne Street,
                            San Francisco, CA 94105)
Contractor:

Contract Number:
Period of Performance
Contractor's Point of Contact:

EPA's Contracting Officer:

EPA's Project Officer:
Ecology & Environment, 350 Sansome, Suite 300, San Francisco,
 C A 94104
68-W6-0010
12/15/1995-12/14/2000
Thompson Chambers, Project Manager, Phone (415) 981-2811,
FAX (415) 477-3054, E-mail: tchambers@ene.com
Jeannie Holler, Mail Code PMD-8, Phone (415) 744-1610,
FAX (415) 744-1680, E-mail: holler.jeannie@epamail.epa.gov
Karen Nelson, Mail Code SFD-6, Phone (415) 744-2299,
FAX (415) 744-1916, E-mail: nelson.karen@epamail.epa.gov
Region 10 (AK. ID. OR. WA) (US EPA Region 10, 1200 Sixth Avenue, Seattle, WA 98101)
Contractor:

Contract Number:
Period of Performance:
Contractor's Point of Contact:

EPA's Contracting Officer:

EPA's Project.Officer:
Ecology & Environment, 1500 First Interstate Center, 999 Third Avenue,
 Seattle, WA 98104
68-W6-0008
12/18/1995-1:/17/2000
David Byers, Program Manager, Phone (206) 624-9537,
FAX (206) 621-9832, E-mail: DRB10@ene.com
Patrick Bruner, Mail Code OMP148, Phone (206) 553-0326,
FAX (206) 553-4672, E-mail: bruner.pat@epamail.epa.gov
Gary Sink, Mail Code ECL-116, Phone (202) 553-4687,
FAX (202) 553-0124, E-mail: sink.gary@epamail.epa.gov

-------
                              REMEDIAL RESPONSE

                              Response Action Contracts

       The Response Action Contracts (RACs) provide professional architect/engineering services to the
U.S. Environmental Protection Agency (EPA) to support response planning and oversight of activities  under
the Comprehensive Environmental Response Compensation and Liability Act of 1980 (CERCLA) as
amended by the Superfund Amendments and Reorganization Act of 1986 (SARA). The contracts are being
procured as the Regions deplete capacity of their existing Alternative Remedial Contracting Strategy
(ARCS) contracts.

       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, including issuing and managing subcontracts for
construction of the  selected remedy, and engineering services for construction oversight.  RACs services
also include enforcement support, including oversight of the remedial investigations/feasibility studies,
remedial designs, and remedial actions, and negotiation support; and other technical assistance, including
community relations, sampling  and analytical support, and pre-design investigations. Services may also
include technical and management services supporting EPA's coordination and/or oversight of remedial
activities performed by a State, the U.S. Army Corps of Engineer, or responsible parties identified in
enforcement actions. RACs services do not include Federal facilities oversight.

       The National Designated Lead for RACs is:

                                       Nancy Ortowski
                             Contracts Management Center (5203G)
                          Office of Emergency and Remedial Response
                       U.S. Environmental Protection Agency Headquarters
                                      401 M Street, SW
                                   Washington, D.C. 20460
                                   Phone: (703)603-8785
                                     Fax: (703)603-9116
                            E-Mail:  ortowski.nancy@epamail.epa.gov

For more information contact


Region 1 (CT. ME. MA. NH. Rl. VH (US EPA Region 1, JFK Federal Bldg, Boston, MA 02203)

Contractor:                  Brown & Root Environmental, 55 Jonspin Road, Wilmington, MA 01887
Contract Number:             68-W6-0045
Period of Performance:        8/29/1996-8/28/2006
Contractor's Point of Contact:   George Gardner, Program Manager, Phone (978) 658-7899
                            FAX (978) 658-7870, E-mail: bbrd680@b-r.com
EPA Contracting Officer:        Kathleen Hunt, EPA Mail Code MCP, Phone (617) 565-3668,
                            FAX (617) 565-9464; E-mail: hunt.kathy@epamail.epa.gov
EPA's Project  Officer:          Diane Kelley, EPA Mail Code HBS, Phone (617) 573-9672,
                            FAX (617) 573-9662, E-mail: kelley.diane@epamail.epa.gov

-------
Contractor:

Contract Number:
Period of Performance:
Contractor's Point of Contact:

EPA Contracting Officer:

EPA's Project Officer:
Metcalf & Eddy, 30 Harvard Mill Square, PO Box 4071, Wakefield, MA
 01880
68-W6-0042
9/30/1996-9/28/2006
Neville Chung, Program Manager, Phone (617) 224-6385
Fax (617) 245-6293, E-mail: Neville Chung@air-water.com
Peter Connell, EPA Mail Code MCP,~Phone (617) 565-4175,
Fax (617) 565-9464, E-mail: connell.peter@epamail.epa.gov
Diana King, EPA Mail Code HBS, Phone (617) 573-9676,
Fax (617) 573-9662, E-mail: king.diana@epamail.epa.gov
                            New York 10007)
                                             I (US EPA Region 2,290 Broadway, New York,
RAC procurement in Region 2 are on-going. Questions can be directed to Paul M. Dawson, Contracting
Officer, (202) 564-4473, FAX (202) 565-2557. E-mail: dawson.paul@epamail.epa.gov
Contractor

Contract Number:
Period of Performance:
Contractor's Point of Contact

EPA's Contracting Officer

EPA's Project Officer:


Contractor:

Contract Number:
Period of Performance:
Contractor's Point of Contact

EPA's Contracting Officer

EPA's Project Officer.


Contractor

Contract Number:
Period of Performance:
Contractor's Point of Contact

EPA's Contracting Officer.

EPA's Project Officer
   I (US EPA Region 3,841 Chestnut Building, Philadelphia, PA 19107)

Brown & Root Environmental a Division of Brown and Root Inc.,
  600 Clark Avenue, Suite 3, King of Prussia, PAA19406-1433
68-S6-3003
9/30/1996-9/28/2006
Leonard C. Johnson, Program Manager, (610) 491-9688
FAX (610) 491-9645, E-mail: Uohnson@b-r.com
Al Pinero, Mail Code 3PM10, Phone (215) 566-5306,
FAX (215) 566-5211, E-mail: pinero.alphonse@epamail.epa.gov
Joseph Tralie, Mail Code 3HW42, Phone (215) 566-3337,
FAX (215) 566-3001, E-mail: tralie.joseph@dpamail.epa.gov

Tetra Tech/Black and Veatch (Joint Venture), 56 West Main Street,
 Christiana, DE 19702
68-S7-3002
6/12/1997-6/11/2007
Dr. Carl Hsu, Program Manager, Phone (302) 738-7551,
FAX (302) 454-5988, E-mail: Tby2@aol.com
David R. Senderiing, Mail Code 3PM10, Phone (215) 566-5309,
FAX (215) 566-5211, E-mail: senderiing.david@epamail.epa.gov
James McKenzie, Mail Code 3HW42, Phone (215) 566-3338,
FAX (215) 566-3001, E-mail: mcKenzie.james@epamaU.epa.gov

CDM Federal Programs Corporation, 993 Old Eagle School Road,
 Suite 408, Wayne, PA 19087
68-S7-3003
9/30/1997-9/29/2007
Mark DiFeliciantonio, P.E., Program Manager, Phone (610) 293-0450,
FAX (610) 293-1920, E-mail: difeliccdm@earthlink.net
Al Pinero, Mail Code 3PM10, Phone (215) 566-5306,
FAX (215) 566-5211, E-mail: pinero.alphonse@epamail.epa.gov
Martin Kotsch, Mail Code 3HW42, Phone (215) 566-3335,
FAX (215) 566-3001, E-mail: kotsch.martin@epamail.epa.gov

-------
 Region 4 (AL. FL. GA. KY. MS. NC. SC. TN) (US EPA Region 4, 61 Forsyth St., Atlanta, GA 30303)

 The RACs procurement for this Region is in the planning process. Please contact: David Boyd,
 (202) 564-4472,. FAX (202) 565-2557, E-mail:  boyd.david@epamail.epa.gov.
Region S (IL. IN. Ml. MM. OH. Wll (US EPA Region 5, 77 W. Jackson Boulevard, Chicago, IL 60604)
Contractor:

Contract Number:
Period of Performance:
Contractor's Point of Contact:

EPA's Contracting Officer:

EPA's Project Officer:


Contractor:

Contract Number:
Period of Performance:
Contractor's Point of Contact:

EPA's Contracting Officer:

EPA's Project Officer:


Contractor

Contract Number:
Period of Performance:
Contractor's Point of Contact:

EPA's Contracting Officer:

EPA's Project Officer:
CH2MHILL, 411 E. Wisconsin Ave., Suite 1600, P.O. Box 2090,
 Milwaukee, Wl 53201-4421
68-W6-0025
9/30/1996-9/29/2006
Al Sloane, Program Manager, Phone (414) 272-1052 x.365,
Fax (414) 272-4408, E-mail:  asloan@glo.ms.ch2m.com)
Peggy Hendrixson, Mail Code PMD, Phone (312) 886-5864,
FAX (312) 353-1879, E-mail: hendrixson.peggy@epamail.epa.gov
Steve Nathan, Mail Code SM-5J, Phone (312) 886-5496,
FAX (312) 886-7190, E-mail: nathan.steve@epamail.epa.gov

Tetra Tech Environmental Management, Inc., 200 E. Randolph Drive,
 Suite 4700, Chicago, IL 60601
68-W7-0003
3/13/1997-3/12/2007
Majid Chaudry, Program Manager, (312) 856-8700,
Fax (847) 918-4055, E-mail:  chaudhm@ttemi.com
Peggy Hendrixson, Mail Code PMD, Phone (312) 886-5864,
FAX (312) 353-1879, E-mail: hendrixson.peggy@epamail.epa.gov
Diane Spencer, Mail Code SM-5J, Phone (312) 886-5867,
FAX (312) 886-7190, E-mail: spencer.diane@epamail.epa.gov

Roy F. Weston, Inc., 3 Hawthorne Parkway, Suite 400, Vernon Hills,
 Illinois  60061
68-W7-0026
5/1/1997-4/30/2007
Dean Geers, Project Manager, Phone (847) 918-4013,
FAX (847) 918-4055, E-Mail: GEERSD@vhipost.rfweston.com
Peggy Hendrixson, Mail Code PMD, Phone (312) 886-5864,
FAX (312) 353-1879, E-mail: hendrixson.peggy@epamail.epa.gov
Pat Vogtman, Mail Code SM-5J, Phone (312) 886-9553,
FAX (312) 886-7190, E-mail: vbgtman.pat@epamail.epa.gov
Region 6 (AR. LA NM. OK. TX) (US EPA Region 6,1445 Rose Avenue, Suite 1200, Dallas, TX 75202)
Contractor-
Contract Number:
Period of Performance:
Contractor's Point of Contact:

EPA's Contract Officer:

EPA's Project Officer:
CH2MHILL, 5339 Alpha Road, Suite 300, Dallas, TX 75240-7352
68-W6-0036
7/8/1996-7/7/2006
Al Sloan, Program Manager, Phone (972) 980-2170,
FAX (972) 385-0846, E-mail: asloan@ch2m.com
Deborah Ponder, Mail Code 6M-FP, Phone (214) 665-7461,
FAX (214) 665-7284, E-mail: ponder.deborah@epamail.epa.gov
Tom Reilly, Mail Code 6SF-PC, Phone (214) 665-8307,
FAX (214) 665-6660, E-mail: reilly.tomc@epamail.epa.gov

-------
 Contractor:
  *

 Contract Number:
 Period of Performance:
 Contractor's Point of Contact:

 EPA's Contract Officer:

 EPA's Project Officer:
Tetra Tech Environmental Management, Inc., 1 Dallas Center, 350 N. St.
 Paul St, Suite 2600, Dallas, TX 75201              '
68-W6-0037
9/13/1996-9/12/2006
Lou Barinka, Program Manager, (214) 740-2014,
FAX (214) 922-0715, E-mail: barinkl@tt8mi.com
Deborah Ponder. Mail Code 6M-FP, Phone (214) 665-7461,
FAX (214) 665-7284, E-mail: ponder.deborah@epamail.epa.gov
Linda Carter, Mail Code 6SF-PC, Phone (214) 665-6665,
FAX (214) 665-6660, E-mail: cartBr.linda@epamail.epa.gov
Beaton 7 tUL KS. MO. NE1 (US EPA Region 7,726 Minnesota Avenue, Kansas City, KS 66101)
Contractor

Contract Number
Period of Perfqrmance:
Contractor's Point of Contact

EPA's Contracting Officer:

EPA's Project Officer


Contractor
Contract Number:
Period of Performance:
Contractor's Point of Contact:

EPA's Contracting Officer

EPA's Project Officer
Black & Veatch, 4717 Grand Avenue, Suite 500, P.O. Box 30240,
  Kansas City, MO 64112
68-W5-0004
6/15/1995-6/14/2005
Ray Herzog, Program Manager, (913) 458-6600, FAX (913) 458-9391,
E-Mail: Herzogrh@bv.oom
Lowell W. Toole, EPA Mail Code PLMG, Phone (913) 551-7639,
FAX (913) 551 -7579, E-mail: toole.lowell@epamaH.epa.gov
Debi Morey, EPA Mail Code SUPR, Phone (913) 551-7593,
FAX (913) 551-7063, E-mail: morey.debi@epamail.epa.gov

Sverdrup, 13723 Riverport Drive, Maryland Heights, MO 63043
68-W5-0014
6/30/1995-6/29/2005
Art Artman, Program Manager, Phone (913) 663-2100,
FAX (913) 663-1668, E-maV: altmartaa@sverdrup.com
Lowell W. Toole, EPA Mail Code PLMG, Phone (913) 551-7639,
FAX (913) 551-7579, E-mail: toole.lowell@epamail.epa.gov
Debi Morey, EPA Mail Code SUPR, Phone (913) 551-7593,
FAX (913) 551-7063, E-mail: morey.debi@epamail.epa.gov
Region 8 (CO. MT. ND. 3D. UT. WY1 (US EPA Region 8,999 18th Street Denver, CO 80202-2466)
Contractor:
Contract Number:
Period of Performance:
Contractor's Point of Contact:

EPA's Contracting Officer:

EPA's Project Officer:
CDM Federal Programs, 1626 Cole Blvd., Suite 100, Golden, CO 80401
68-W5-0022
9/29/1995-9/28/2005
Michael Malloy, Program Manager, Phone (303) 232-0131,
FAX (303) 232-0904, E-mail: malloymc@cdm.com
MarkCaban, Mail Code 8TMS-G, Phone (303) 312-6737,
FAX (303) 312-6685, E-mail: caban.mark@epamail.epa.gov
Tracy Eagle, Mail Code 8EPR-SR, Phone (303) 312-6715,
FAX (303) 312-6897, E-mail: eagle.tracy@epamail.epa.gov

-------
Contractor:

Contract Number:
Period of Performance:
Contractor's Point of Contact:

EPA's Contracting Officer:

EPA's Project Officer:
Morrison Knudsen, 7'iOO E. Belleview Avenue, Suite 300,
  Englewood, CO 80111
68-W 7-0039
7/31/1997-7/30/2007
Ed Baker, Program Manager, Phone (303) 739-5000,
FAX (303) 290-0238, E-mail: ed_baker@mk.com
Mark Caban, Mail Code 8TMS-G, Phone (303) 312-6737,
FAX (303) 312-6685, E-mail: caban.mark@epamail.epa.gov
Jeff Mashburn, Mail Code 8EPR-SR, Phone (303) 312-6714,
FAX (303) 312-6897, E-mail: mashburn.jeff@epamail.epa.gov
Region 9 (AZ. CA. HI. NV. American Samoa. Guam) (US EPA Region 9, 75 Hawthorne Street,
                            San Francisco, CA 94105)

The RACs procurement for this Region is in the planning process.  Please contact: David Boyd,
(202) 564-4472, FAX (202) 565-2557, E-mail; boyd.david@epamail.epa.gov.
Region 10 
-------
                                  SUPPORT SERVICES
                               Contract Laboratory Program

       The Contract Laboratory Program (CLP) provides a range of state-of-the-art chemical analytical
services of known and documented quality on a high volume, cost-effective basis to support ongoing
Agency enforcement, emergency response and remedial actions, site investigations, and state-lead
assessments. The CLP supports the Environmental Protection Agency's Superfund effort.  The CLP
provides analytical services to support Superfund field activities from a  preliminary site inspection to more
complex large scale remedial, monitoring and enforcement actions.  On the average, the CLP provides
over 3,000 sample analyses per month through its routine analytical programs. Each sample processed by
the CLP must be properly documented to ensure timely, correct, and complete analysis for all parameters
requested. The CLP documentation system provides the means to monitor each sample from the point of
collection through final data reporting.

For more information, contact:
   Headquarters:

US EPA Headquarters
401 M Street, SW,
Washington, D. C. 20460
National Program Coordinator (Mail Code 5204G)
Howard Fribush
Phone (703) 603-8831, FAX (703) 603-9112,.
E-mail: fribush.howard@epamail.epa.gov
                            Contracting Officer (Mail Code 3805R)
                                                 Phone (202) 564-4507, FAX (202) 565-2557,
                                                 E-mail: pollard.hildy@epamail.epa.gov
Hildy Pollard


Administrative Project Officers (all have Mail Code 5204G)
For:  Regions 1 & 10

     Region 2

     Regions 3 & 8

     Regions 4 & 7

     Regions 4, 6 & 9

     Regions


   Regional
Claudia Walters

Ed Brosnan

Patty Smith

Ed Messer

James Avery

Michael Wilson
Phone (703) 603-8847, FAX (703) 603-9112
E-mail: walters.claudia@epamail.epa.gov
Phone (703) 603-8866, FAX (703) 603-9112
E-mail: brosnan.edward@epamail.epa.gov
Phone (703) 603-9019, FAX (703) f 03-9112
E-mail: smith.patty@epamail.epa.gov
Phone (703). 603-9047, FAX (703) 603-9112
E-mail: messer.edward@epamail.epa.gov
Phone (703) 603-9022, FAX (703) 603-9112
E-mail: avery.james@epamail.epa.gov
Phone (703) 603-9029, FAX (703) 603-9112
E-mail: wilson.michael@epamail.epa.gov
Technical Project Officers
US EPA Region 1             Jennie Han-Liu
60 Westview Street (DEME/EQA)
Lexington, MA 02173
US EPA Region 2
2890 Woodbridge Ave.
Bldg. 209
Edison, NJ 08837
Pat Sheridan
                     Phone (617) 860-4379, FAX (617)860-4397
                     E-mail: han.jennie@epamail.epa.gov
Phone (732) 321-6730, FAX (732) 321-6622
E-mail: sheridan.patricia@epamail.epa.gov

-------
US EPA Region 3
201 Defense Highway
Suite 200 Annapolis, MD 21401

US EPA Region 4
College Station Road
Athens, GA 30613

US EPA Region 5
77 W. Jackson Blvd. (ESD)
Chicago, IL 60604

US EPA Region 6
10625 Fa llstone Road
Houston, TX 77099

US EPA Region 7
25 Funston Rd.
Kansas City: KS 66115

US EPA Region 8
99918th St. Suite 300
Denver, CO 80202

US EPA Region 9
75 Hawthorne St.
San Francisco, CA 94105

US EPA Region 10
1200 Sixth Ave.
Seattle, WA 98101
Stevie Wilding
Gary Bennett
Cecilia Moore
Ray Rores
Larry Marchin
Steve Callio
Steve Remaley
Bruce Woods
Phone (401) 573-2733, FAX (410) 573-2771
E-mail: wilding.stevie@epamail.epa.gov
Phone (706) 355-8551, FAX (706) 355-8803
E-mail: bennett.gary@epamail.epa.gov
Phone (312) 886-1488, FAX (312) 886-0753
E-mail: moore.cecilia@epamail.epa.gov
Phone (281) 983-2139, FAX (281) 983-2248
E-mail: flores.raymond@epamail.epa.gov
Phone (913) 551-5170, FAX (913) 551-5218
E-mail: marchin.lawrence@epamail.epa.gov-
Phone (303) 312-7290, FAX (303) 312-6897
E-mail: callio.steven@epamaii.epa.gov
Phone (415) 744-1496, FAX (415) 774-1476
E-mail: remaley.steve@epamail.epa.gov
Phone (206) 553-1193, FAX 553-8210
E-mail: woods.bruce@epamail.epa.gov

-------
                                    SUPPORT SERVICES
                    Environmental Response Training Program Contract    ,

       EPA provides response, health and safety, and technical training to federal, state, and local
government groups.  This training is accomplished through the Environmental Response Training Program
(ERTP) contract.  ERTP is a dedicated resource and provides ERT with the ability to bring a wide range of
training to over five thousand students each year at over 200 presentations of the 18 ERT courses. Many of
these courses are given throughout the country, and their curriculum is adapted to the specific needs of
their trainees.
For more information, contact:

Contractor:
Contract Number:
Contractor's Point of Contact

Period of Performance:
EPA's Contracting Officer:
EPA's Project Officer:
Tetra Tech NUS, Inc., 1930 Radcliff Drive, Cincinnati, OH 45204
68-C7-0033
Michael Gibbons, Program Manager, Phone (513) 251-2730,
FAX (513) 251-0200, E-mail:  gibbons.mike@epamail.epa.gov
8/31/1997-8/30/2002
Lisa Stultz, US EPA, 26 W. Martin Luther King Drive (Mail Code
CMD-NWD), Cincinnati, OH 45268, Phone (513) 366-2041,
FAX (513) 366-2004, E-mail:  stultz.lisa@epamail.epa.gov
Bruce Potoka, US EPA, 26 W. Martin Luther King Drive (Mail Code B3),
Cincinnati, OH 45268, Phone (513) 569-7537, FAX (513) 569.7546,  .-
E-Mail: potoka.bruce@epamail.epa.gov

-------
                                    SUPPORT SERVICES

                   Environmental Services Assistance Team (ESAT) and  ,
           Regional Environmental Services Assistance Team (RESAT) Contracts

       The Environmental Services Assistance Team (ESAT) contract structure was developed to expand
 EPA's existing capabilities for providing hazardous waste sample analysis and related support to Superfund
 sites. Although primarily a Superfund vehicle, ESAT also supports the Agency's RCRA program  and other
 non-Superfund analytical efforts. These contractors provide multidisciplinary technical teams to each
 Region within their respective areas. The teams perform chemical and biological analysis,' Field Analytical
 Screen Project activities, .specialized analytical services support and data validation/data review support,
 review of site-specific quality assurance, site investigation and sampling plans support for the development
 of new analytical methods, and logistical and administrative functions.

       The four ESAT contracts provide analytical support within a designated zone or Region. The
 Eastern and Western Zone contracts are referred to as ESAT contracts while contracts managed by the
 Regions and Headquarters are called Regional Environmental Services Assistance Team (RESAT)
 Contract

       The Contracting Officer and the Project Officers for the above Zone Contracts are located in EPA
 Headquarters: Address is:

                       U.S. Environmental Protection Agency Headquarters
                                      401 M Street SW
                                   Washington, O.C. 20460

 For more information contact:

                                     ESAT CONTRACTS

 Zone 1 (Regions 1,2,3 and 5) (Eastern Zone)

 Contractor:                  Lockheed Environmental Systems and Technology Company,
                           .   1901 N. Fort Myer Drive, Suite 305, Arlington, VA 22209
 Contract Number:             68-06-0005
 Period of Performance:        2/1/1996-1/31/2001
 Contractor's Point of Contact   WHIiam 0. Munslow, Ph.D., Phone (703) 812-3901,
                            FAX (703) 516-9050, E-mail: wmunslow@cris.com
 EPA's Contracting Officer:      Kathleen Engel, Mail Code 3805F, Phone (202) 564-1226
                            FAX (202) 565-2557, E-mail: engel.kathleen@epamail.epa.gov
 EPA's Project Officer:          Monica McEaddy, Mail Code 5203G, Phone (703) 603-8709,
                            FAX (703) 603-9116, E-mail: mceaddy.monica@epamail.epa.gov

Zone 2 (Regions 6,8,9 and 10) (Western Zone)

 Contractor:                  Lockheed Environmental Systems and Technology Company,
                              1901 N. Fort Myer Drive, Suite 305, Arlington, VA 22209
Contract Number:             68-D6-0002
 Period of Performance:        3/26/1996-3/26/2001
 Contractor's Point of Contact:   William D. Munslow, Ph.D., Phone (703) 812-3901,
                            FAX (703) 516-9050, E-mail: wmunslow@cris.com
 EPA's Contracting Officer:      Kathleen Engel, Mail Code 3805R, Phone (202) 564-1226
                            FAX (202) 565-2557, E-mail: engel.kathleen@epamail.epa.gov
EPA's Project Officer:          Colleen Walling, Mail Code 5203G, Phone (703) 603-8814,
                            FAX (703) 603-9116, E-mail: walling.colleen@epamail.epa.gov

-------
                                    RESAT CONTRACTS
Region 4

Contractor:

Contract Number:
Period of Performance:
Contractor's Point of Contact:
EPA's Contracting Officer:


EPA's Project Officer:




Region 7

Contractor:

Contract Number:
Period of Performance:
Contractor's Point of Contact:

EPA's Contracting Officer:


EPA's Project Officer:
RAO Enterprises, Inc. D.B.A., Integrated Laboratory Systems,
  P.O. Box 13501, Research Triangle Park, NC 27709
68-D6-0004
2/1/1996 to 1/31/2001
T. Kameswar Rao, Phone (919) 544-5857,
 FAX (919) 544-5091, E-mail: tkrao@ils-inc.com
- or-
Doug Winters, Program Manager Onsrte ILS, 565 Research Drive,
Suite D, Athens, GA 30605, Phone (706) 546-7611,
FAX (706) 546-6589, E-mail: dwinters@negia.net
Jeff Napier, US EPA Region 4,61 Forysth Street, 14th Floor,
Atlanta, GA 30303, Phone (404) 562-8389, FAX (404) 562-8413,
E-mail: napier.jeff@epamail.epa.gov
Mike Birch, US EPA Region 4, Science & Ecosystem Support Division,
980 College Station Road, Athens GA 30605-2020,
Phone (706) 355-8552, FAX (706) 355-8803
E-mail: birch.mike@epamail.epa.gov
Mantech Environmental Technology, P.O. Box 12313, 2 Triangle Drive,
 Research Triangle Park, NC 27709
68-D6-0003
2/1/1996 to 1/31/2001
Tara Anderson, Phone (919) 406-2136,
Fax (919) 549-4665, E-mail: tanderson@man-env.com
Kathleen Engel, US EPA Hdqtrs, Mail Code 3805F, 401 M St. SW,
Washington, D.C. 20460, Phone (202) 564-1226,
FAX (202) 565-2557, E-mail:  engel.kathleen@epamail.epa.gov
Harold Brown, US EPA Region 7, ENSV, 25 Funston Road, Kansas
City, KA  66115, Phone (913) 551-5127, FAX (913) 551-5218,
E-mail: brown.harold@epamail.epa.gov

-------
                                     SUPPORT SERVICES

                            Quality Assurance Technical Support

       This contract provides quality assurance technical support to the Analytical Operations Branch
(AOB)/Superfund, specifically by providing quality assurance reference and performance materials, and
evaluation and improvement of quality assurance/quality control and analytical data. The contract has
seven task areas:

           Development testing, and production of Performance Evaluation Materials, Reference
           Materials and Standards.
           Evaluation, improvement creation, and standardization of existing and yet-to- be written
           Analytical and quality, assurance/quality control methods and equipment including
           equivalency testing.
           Assistance in technical assessment of laboratory performance.
           Creation, development and review of quality assurance and method guidelines, plans, and
           documents.
           Statistical evaluation of data and development of models of analytical performance.
       -   'Tape and Data Package Review, for contract compliance and technical acceptability
           Other quality assurance task-related activities.

For more information, contact

Contractor                    ICF Kaiser, Inc., 2700 C.iandler Avenue, Las Vegas, NV 89120
Contract Number:              68-05-0002
Period of Performance:         11/15/1994 -11/14/1999
Contractor's Point of Contact    Judith Gebhart, Project Manager, Phone (702) 795-0015,
                             FAX (702) 795-8210. E-mail: JGehart@icfkaiser.com
EPA's Contracting Officer       Bemice Bealle, US EPA Headquarters, Mail Code 3805F, 401 M St SW,
                             Washington, D.C. 20460, Phone (202) 260-9788, FAX (202) 260-1880,
                             E-mail: bealle.bemice@epamail.epa.com
EPA's Project  Officer:           Patty Smith, US EPA Headquarters, Mail Code 5204G, 401 M St SW,
                             Washington, D.C. 20460, Phone (202) 603-9019, FAX (703) 603-9112,
                             E-mail: smith.patty@epamail.epa.gov

-------
                                  SUPPORT SERVICES
                           Remote Sensing and Mapping Support

       The EPA's Office of Research and Development has established a nationwide contract program to
use remote sensing and mapping technology in support of EPA Regional and Program offices.  The
program provides operational support to on-going activities of the Agency as well as support to R&D efforts
occurring at various EPA laboratories. The contract is overseen by remote sensing scientists and offers
remote sensing data acquisition, processing, and analysis support for site-specific regional assessments.
EPA offices requiring remote sensing or mapping support fund the activity on a reimbursable basis. The
contract offers aerial photo and satellite imagery analysis; thematic mapping and GIS support;
photogrammetry (the technique for making highly accurate measurements on aerial  photos); emergency
response; and enforcement support.
For more information, contact

Contractor:

Contract Number:
Period of Performance:
Contractor's Point of Contact
EPA's Contracting Officer:
EPA's Project Officer:
Lockheed Environmental Systems and Technology, 1200 Smith Street,
 Suite 800, Houston, TX 77002
68-C5-0065
9/12/1995-9/11/2000
Dr. William Hodson, Program Manager, 980 Kelly Johnson Drive,
Las Vegas, NV 89119, Phone (702) 897-3247,                     :
FAX (702) 897-3285,  E-mail:  whodson@lmepo.com
Christopher Baker, US EPA, ORD Service Center, Contracts Management
Division, 79 T.W. Alexander Drive, Research Triangle Park, NC 27709,
Phone (919) 541-4364, FAX (919) 541-0611,
E-mail: baker.christopher@epamail.epa.gov
Susan Jackson, US EPA, Environmental Sciences, 944 E. Harmon Ave.,
Las Vegas, NV 89119, Phone (702) 798-2244,
FAX (702) 798-2692,  E-mail:  jackson.susan@epamail.epa.gov

-------
                                  SUPPORT SERVICES

                      Response Engineering and Analytical Contract

       The Response Engineering and Analytical Contract (REAC) is designed to support activities
performed by the EPA's Environmental Response Team (ERT) under the authority of CERCLA/SARA, the
Resource Conservation and Recovery Act (RCRA), the Toxic Substances Control Act (TSCA), the Clean
Water Act (CWA), and other acts.

       REAC's function is to provide the most effective use of techniques and technologies for the
remediation of hazardous waste sites and spills.  Response to releases of hazardous materials at spills
and abandoned waste sites is REAC's major function. Response activities include, but are not limited to,
field investigations and report writing for the following types of studies: multimedia extent of contamination,
bioassessment traatebiUty, contaminant transport, engineering/feasibility, and risk assessment  These
studies are conducted to assist the ERT Hi providing support to EPA regional On-Scene Coordinators
(OSCs) and Remedial Project Managers (RPMs) for removal and remedial actions, respectively.

       The REAC contractor also performs evaluation and/or engineering design studies of innovative
commercially available technologies. The objective is to confirm and document the performance of these
technologies. The contractor performs these studies for regional OSCs and RPMs for removal or
remedial actions. The actions of REAC allow the OSCs and RPMs to proceed with chosen treatment  -~
options for contaminated wastes.

       To support the field and engineering studies, the REAC contractor provides analytical services.
This includes on-ste and mobile laboratory capability. The REAC contractor conducts rapid analyses of
complex waste mixtures and environmental samples and develops analytical methodologies for on-site and
field laboratory equipment

       The contract has a base period from June 1,1994 through May 31,1996 and three one year
options. The option periods are from June 1,1996 through May 31,1997, June 1,1997 through May 31,
1998 and June 1,1998 through May 31,1999.

For more information contact

Contractor                   Roy F. Weston/REAC, GSA Railtan Depot 2890 Woodbridge Avenue,
                            Edison, NJ 08837
Contract Number:             68-C4-0022
Contractor's Point of Contact    Dr. Edward GHardi, Project Manager, Phone (732) 321-4216,
                            FAX (732) 321-4228; E-mail: gilardi.edward@epamail.epa.gov
EPA Contracting Officer       Lynn Lewis, Contract Management Division, US EPA, 4411 Montgomery
                            Road, Cincinnatti, OH 45212; Phone (513)355-2007;
                            FAX (513) 366-2107; E-mail:  lewis.lynn@epagov.epa.mail
EPA Project Officer           Raj Singhvi, USEPA/ERTC. 2890 Woodbridge Avenue, MS101,
                            Edison, NJ 08837, Phone (732) 321-6761, FAX (732) 321-6724;
                            E-mail: singhvi.raj@epamail.epa.gov

-------
ENFORCEMENT SUPPORT SERVICES
          to be added

-------
       POLICY, PROGRAM MANAGEMENT AND ADMINISTRATIVE SERVICES

                      Management and Analytical Support Contracts

       The Superfund Management and Analytical Support contracts support EPA in the planning,
management, implementation, and evaluation of the Superfund and Oil programs.  The scope of work
covers a range of technical, economic, regulatory development, and implementation support activities.
Specifically the contract Statement of Work encompasses the following areas:

       ~ Strategic Planning
       - Interface with ADP Computer Systems
       - Superfund Comprehensive Accomplishments Plan (SCAP)
       - Budget /Workload Model
       - Superfund Response Workload Model
       - Comprehensive Environmental Response, Compensation, and Liability Information System
          (CERCLIS)
       - Oil and Hazardous Material Technical Assistance Data (OMHTAOS)
       - Communications Outreach
       - Data information Collection/Analysis/Survey
       - Guidance Support
       - Training
       - Program Planning
       - Seminars/Conference Support
       - Regulation/Legislative Analysis
       - Graphics Support
For more information contact

Contractor:
Contract Number:
Period of Performance:
Contractor's Point of Contact:

EPA Contracting Officer:
EPA Project Officer:
Contractor:

Contract Number:
Period of Performance:
Contractor's Point of Contact:

EPA Contracting Officer:
EPA Project Officer:
ISSI, Incorporated, 8455 Colesville Rd, Suite 1050, Silver Spring, MD 20910
68-W6-0038
7/11/1996-7/10/2001
Steve Smagin, Program Manager, Phone (301) 755-0509 or 0578,
FAX (301)755-0519, E-mail: ssmagin@issiinc.com
Debra A. Miller, US EPA Headquarters, Mail Code 3805R, 401 M St., SW,
Washington, D.C. 20460, Phone (202) 564-1041,
FAX (202) 565-2557, E-mail: miller.debbie@epamail.epa.gov
Hubert A. Watters, US EPA Headquarters, Mail Code 5203G, 401 M St., SW,
Washington, D.C.  20460, Phone (703) 603-8739,
FAX (703) 603-9116, E-mail: watters.hubert@epamail.epa.gov

The Marasco Newton Group, Ltd., 1600 Wilson Blvd., Suite 1200,
 Arlington, VA 22209
68-W6-0044
7/19/1996-7/18/2001
Jay Maben, Director Contracts, Phone (703) 516-9100,
FAX (703) 516-9109, E-mail: jmaben@marasconewton.com
Debra A. Miller, US EPA Headquarters, Mail Code 3805R, 401 M St., SW,
Washington, D.C. 20460, Phone (202) 564-1041,
FAX (202) 565-2557, E-mail: miller.debbie@epamail.epa.gov
Hubert A. Watters, US EPA Headquarters, Mail Code 5203G, 401 M St., SW,
Washington, D.C.  20460, Phone (703) 603-8739,
FAX (703) 603-9116, E-mail: watters.hubert@epamail.epa.gov

-------
       POLICY, PROGRAM MANAGEMENT AND ADMINISTRATIVE SERVICES
                        Technical and Analytical Support Contracts

       The Technical and Analytical Support Contracts provide support in engineering analyses, data
retrieval, compilation, and evaluation; cost engineering, economic benefit and impact evaluation; and
statistical, scientific, statutory and regulatory analyses in support of planning, management implementation
and evaluation of the programs needs. Capabilities include:

       - Research and 'analysis of technical data, and report preparation on issues such as cost pricing,
human health, risk, and ecological evaluations, resource utilization remedial engineering and coordination
with State and Tribal programs.

       - Evaluation of existing policies and procedures in the context of function, effectiveness, and
options for improvement; review of guidance documents, user guides and manuals to conduct comparative
analyses, integrate and enhance text, and to support the development of new guidance documents.
          •
       - Development of technical reports on hazardous substance and oil investigation, assessment
remediation, disposal and process activities, problems and trends.
For more information contact

Contractor

Contract Number:
Period of Performance:
Contractor's Point of Contact

EPA Contracting Officer
EPA Project Officer:
Contractor:

Contract Number:
Period of Performance:
Contractor's Point of Contact

EPA Contracting Officer:
EPA Project Officer
Environmental Management Support, Inc., 8601 Georgia Avenue.
 Suite 500, Silver Spring, MD 20910
68-W6-0046
7/23/1996-7/22/2001
Jay Bassin, President Phone: (301) 589-5318,
FAX (301)589-8487, E-mail: jbassin@emsus.com
Debra A. Miller, US EPA Headquarters. Mail Code 3805R, 401 M St., SW,
Washington, D.C. 20460, Phone (202) 564-1041,
FAX (202) 565-2557. E-mail: miller.debbie@epamaH.epa.gov
Hubert A. Walters, US EPA Headquarters, MaH Code 5203G, 401 M St,
SW, Washington, D.C. 20460, Phone (703) 603-8739,
FAX (703) 603-9116, E-mail: watters.hubert@epamaU.epa.gov

DynCorp Information & Engineering Technology, 300 North Lee Street,
 Alexandria, VA 22314
68-W7-0051
9/15/1997-9/14/2002
Donald P. Trees, Program Manager, Phone (703) 519-1390,
FAX (703) 684-0610. E-maH: dtrees@dynietcom
Debra A. Miller, US EPA Headquarters, Mail Code 3805R, 401 M St., SW,
Washington, D.C. 20460, Phone (202) 564-1041,
FAX (202) 565-2557, E-mail: miller.debbie@epamail.epa.gov
Hubert A. Waiters, US EPA Headquarters, Mail Code 5203G, 401 M St.,
SW, Washington, D.C. 20460, Phone (703) 603-8739,
FAX (703) 603-9116, E-mail: watters.hubert@epamail.epa.gov

-------
       POLICY, PROGRAM MANAGEMENT AND ADMINISTRATIVE SERVICES

              OSWER Training And Technology Information Transfer Contract

       This contract is to provides support services to facilitate the government's conduct of national and
international technology information transfer activities. Such activities are the issuance of analytical reports
pertaining to technologies and technology based information related to hazardous waste response or clean-
up actions;  design, development and delivery of technical and programmatic training; facilitation of
technology demonstrations; and the conduct/delivery of other technology transfer activities, including
seminars, formal meetings, electronic bulletin boards, information bulletins, and the OSWER Exhibits
program.                         .                             .
For more information contact

Contractor:

Contract Number:
Period of Performance:
Contractor's Point of Contact:

EPA Contracting Officer:
EPA's Project Officer:
Tetra Tech Environmental Management, Inc., 1593 Spring Hill Road, Suite
  300, Vienna, VA  22182
68-W5-0055
12/15/94-12/14/98
Mark Johnson, Phone (703) 287-8884, FAX (703) 287-8910,
E-mail: johnsorn@ttemi.com
Jewel Carter, US EPA Headquarters, Mail Code 3805R, 401 M St., SW,.
Washington, D.C. 20460. Phone (202) 564-1048,
FAX (202) 565-2557/8, E-mail: carter.jewel@epamail.epa.gov
Thomas R. DeKay, US EPA Headquarters, Mail Code 5102G, 401 M St.,
SW, Washington, D.C. 20460, Phone (703) 603-7193,
FAX (703) 603-9135, E-mail: dekay.thomas@epamail.epa.gov
                              OSWER Mission Support Contract

       This contract obtains the analytical, technical, and management support services of a contractor to
provide technical assistance to various programs of the Environmental Protection Agency's Office of Solid
Waste and Emergency Response (OSWER). The contract provides support in the preparing and
conducting analytical studies of OSWER program strategies and regulatory initiatives. The overall goal of
this effort provides OSWER with the support required to analyze programmatic options and design
appropriate systems and potential procedures to improve OSWER programs. This contract also provides
for the conduct/delivery of other technology transfer activities, including seminars, formal meetings,
electronic bulletin boards, information bulletins, and the OSWER Exhibits program.
For more information contact:

Contractor:

Contract Number:
Period of Performance:
Contractor's Point of Contact:

EPA Contracting Officer:
EPA's Project Officer:
Environmental Management Support, Inc., 8601 Georgia Avenue, Suite 500,
  Silver Spring, MD  20910
68-W6-0014
2/1/96 -1/31/2000
Jan Bassin, President, Phone (301)589-5318, FAX (301) 589-8487,
E-mail: jbassin@emsus.com
Eben Greybourne, US EPA Headquarters, Mail Code 3805R, 401 M St.,
SW, Washington, D.C. 20460, Phone (703) 603-0601,
FAX (703) 603-0106, E-mail: greybourne.eben@epamail.epa.gov
Thomas R. DeKay, US EPA Headquarters, Mail Code 5102G,401 M St.,
SW, Washington, D.C. 20460, Phone (703) 603-7193,
FAX (703) 603-9135, E-mail: dekay.thomas@epamail.epa.gov

-------
       POLICY, PROGRAM MANAGEMENT AND ADMINISTRATIVE SERVICES

                      RCRA/Superfund Industrial Assistance Hotline

       This contract provides a hotline that quickly responds to questions related to the RCRA and
CERCLA programs.  The hotline is the mechanism for EPA's response to inquiries from the public and
regulated community. The contractor is responsible for implementing, updating, and maintaining an
automated document list that contains current RCRA and CERCLA documents, and incorporating the EPA
library publications in order to accurately accommodate telephone and written document requests.

       Some of the specific tasks conducted under the Hotline contract include the following:

           Preparation of the caller-trend analysis.
           Maintenance of logbooks that record information on the calls received.
           Development and preparation of form letters for dissemination in response to written
           questions for documents by the public and industry.

For further information, contact

Contractor:                  Booz-Allen & Hamilton, Inc., 1725 Jefferson Davis Highway, Crystal
                             Square 2, Arlington, VA 22207
Contract Number:             68-W6-0016
Period of Performance:        4/1/1997 thru 3/15/2001                                       :
Contractor's Point of Contact   Amy Norgren-Salfi, Program Manager, Phone  (703) 412-3367,
                           FAX (703) 412-3333, E-mail: Norgren_Salfi_Amy@bah.com
EPA Contracting Officer:       Eben Greyboume, US EPA Headquarters,  Mail Code 3805R, 401 M St,
                           SW, Washington, D.C. 20460, Phone (703) 603-0601,
                           FAX (703) 603-0106, E-mail: greyboume.eben@epamail.epa.gov
EPA's Project Officer         Judi Kane, US EPA Headquarters, Mail Code 5305W, 401 M St, SW,
                           Washington, D.C. 20460, Phone (703) 308-7893,
                           FAX (703) 308-7904, E-mail: kane.judith@epamail.epa.gov

-------
                              OTHER CONTRACT VENUES

                                 EPA's OIL SPILL PROGRAM

       The Environmental Protection Agency has the Federal Government's authority to prevent, prepare
for, and respond to oil spills for the inland areas (fresh water) of the United States. EPA maintains the last
line of oil spill response capability when the abilities of the State and local governments are overwhelmed.
EPA must also be prepared to act in the event of a disastrous oil spill which may impact public health and
safety.  The Office of Emergency and Remedial Response's Oil Spit! Prevention Program has three areas
of responsibility: Prevention, Preparedness; and Response.

       PREVENTION:  EPA's Oil Spill Prevention Program is also known as the Spill Prevention, Control
and Counter measures (SPCC) program. The Clean Water Act (as amended by the Oil Pollution Act of
1990 (OPA)),  gives EPA the jurisdiction over non-transportation  related facilities to prepare and implement
SPCC plans which discuss steps taken to prevent and contain oil spills before they enter waters of the
United States.  Most facilities are located in environmentally sensitive areas or areas where spills could
impact U.S. waters, public health and the environment

       PREPAREDNESS: EPA's Oil Spill Prevention Program was significantly strengthened  by OPA
which was enacted in the wake of the infamous Exxon Valdez oil spill in Alaska. OPA requires certain
improvements to the National Response System to ensure more effective oil spill response. A
comprehensive oil spill planning and  response system was established under OPA. On a National lever,
the Federal Government is required to direct all public and private response efforts for large spills.  State
and local governments, responding to spills in specific geographical areas, participate with federal agencies
in Area Committees which are required to develop "Area Contingency Plans". For individual oil storage
facilities, OPA requires certain higher risk facilities to develop their own "Facility Response Plans."

       RESPONSE:  In the aftermath of an oil spill, responders have only hours to consider and
determine appropriate cleanup actions. The importance of quick and accurate decisions and actions
places a critical reliance on the integrated approach of preventing and preparing for oil spills to  improve the
effectiveness of oil spill response. The national response system, a cooperative effort involving a broad
spectrum of government and private parties, coordinates all such actions.  EPA and Coast Guard share
Federal response jurisdiction, with EPA handling spills in the inland zone and Coast Guard handling the
coastal zone.

For further information contact:

                                     David Lopez, Director
                                     Phone (703) 603-8707
                              E-mail: lopez.david@epamail.epa.gov

                                            ~OR-

                                         Dana Stalcup
                                     Phone (703) 603-8735
                              E-mail:  stalcup.dana@epamail.epa.gov

                                   Oil Program Center (52035)
                        U.S. Environmental Protection Agency Headquarters
                                       401 M Street, SW
                                    Washington, D.C. 20460
                                       FAX (703) 603-9116

-------
                             OTHER CONTRACT VENUES

                           State/EPA Cooperative Agreements

       Procurement opportunities may be available in States choosing to assume the lead in planning and
carrying out the cleanup of a site under a Cooperative Agreement with EPA. The State can perform the
work with its own resources, or it can contract for the needed goods and services with private firms. The
opportunities are assisted by (FAR) 6.501 and 6.502, Competition Advocates and Duties and
Responsibilities.

       The types of contracts awarded vary by State.  The major business opportunities are in these
phases of remedial response:  remedial investigation, feasibility study, remedial design, and remedial
action.

       For information as to potential contracting opportunities in State cleanup activities, contact State
Environmental Protection agencies through:


                                        Ken Fisher
                                     Mail Code 5204G
                                   Phone (703) 603-8764
                                    FAX (703) 603-9104
                           E-mail:  fisher.kenneth@epamail.epa.gov

                                          -OR-

                                        Kirby Biggs
                                     Mail Code 5204W
                                   Phone (703) 308-8506
                                    FAX (703) 308-8433
                             E-mail: biggs.kirby@epamail.epa.gov


                           State, Tribal and Site Identification Center
                          Office of Emergency and Remedial Response
                        Office of Solid Waste and Emergency Response
                       U.S. Environmental Protection Agency Headquarters
                                     401 M Street SW
                                  Washington, D.C. 20460

-------