Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2010 FBO #3248
SPECIAL NOTICE

B -- RECOVERY - Managerial and Oversight Support for State Revolving Fund Programs (CONTRACT EP-C-08-015, Modification 40)

Notice Date
10/14/2010
 
Notice Type
Special Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, 26 West Martin Luther King Drive, Cincinnati, Ohio, 45268
 
ZIP Code
45268
 
Solicitation Number
ContractEP-C-08-015_Modification40
 
Archive Date
12/8/2010
 
Point of Contact
David A Plagge, Phone: (513) 487-2022
 
E-Mail Address
plagge.david@epa.gov
(plagge.david@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY NO SOLICITAION WILL BE ISSUED AGAINST THIS SYNOPSIS The first purpose of this Modification 40 is to obligate $135,000 in new funding to Option Period 2 in support of Work Assignment 2-101. The period of performance for Work Assignment 2-101 is from January 1, 2010 through December 31, 2010. Funding for WA 2-101 is $373,047.17. The second purpose of this Modification 40 is to obligate $257,094 in new funding to Option Period 2 in support of Work Assignment 2-103. The period of performance for Work Assignment 2-103 is from January 4, 2010 through December 31, 2010. Funding for WA 2-103 is $907,094. Under WA 2-101, requires support for technical and administrative tasks to inform and coordinate Regional and Headquarters policy development and decision-making on meeting the BA provisions of ARRA particularly in regard to requests for waivers from the requirements of section 1605. Efforts include: • Collect and log all requests for waivers from the requirements of the Buy American provisions of the ARRA. • Evaluate waiver requests related to the purchase and installation of construction material and equipment for water and wastewater facilities to ensure waivers comply with applicable justifications. • Evaluate construction cost estimates and develop detailed independent construction cost estimates as needed to evaluate waiver requests for the purchase and installation of construction material and equipment for water and wastewater treatment facilities, including estimated costs for iron, steel, and the relevant manufactured goods. Compare project costs using goods manufactured in the US compared to foreign manufactured goods. • Prepare a report on each waiver. • Develop a tracking spreadsheet database documenting each waiver request. Under WA 2-103, the contractor shall provide the expertise and support to assist EPA's effort to assure an effective, legal and appropriate expenditure of ARRA funds to achieve the objectives of the economic stimulus through significant program implementation and oversight. Support tasks include assisting in: tracking the program's implementation; reviewing EPA Regional ARRA implementation efforts; assisting and training EPA Regional Offices in the oversight of State ARRA programs; training and assisting States in implementing their ARRA program including tracking and providing technical assistance to applicants; developing information to assess the successful implementation of the program; and providing reports on achievements to senior EPA and Executive Branch officials, the U.S. Congress, the water industry and other stakeholders and the general public. The American Recovery and Reinvestment Act (ARRA) contains specific acquisition requirements that must be met when using appropriated funds from the Act, including the need for acquisitions to be in accordance with the FAR and, to the maximum extent practicable, awarded as fixed-price (FP) contracts using competitive procedures. However, the Office of Management and Budget's guidance allows for the use of other than FP contracts. Although the Agency's Office of Water (OW) contracts were not awarded as FP contracts, they were awarded competitively, and each contract structure was selected to provide the contractor with the greatest incentive for efficient and economical performance, given the types of services to be performed. The existing OW contracts have sufficient qualified acquisition personnel to provide appropriate contract administration and oversight to monitor contract performance to mitigate the Government's risk. In order to meet the requirements of the Act in the most prudent business manner within the time constraints imposed, existing OW contracts are the most appropriate contractual vehicles consistent with Agency plans that promote the goals of the ARRA.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/ContractEP-C-08-015_Modification40/listing.html)
 
Record
SN02311265-W 20101016/101014234130-94f0c8181020adec606c534eb245a734 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.