SPECIAL NOTICE
B -- RECOVERY - Managerial and Oversight Support for State Revolving Fund Programs (CONTRACT EP-C-08-015, Modification 67)
- Notice Date
- 9/16/2011
- 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_Modification67
- Archive Date
- 10/3/2011
- 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 purpose of this Modification 67 is to obligate $267,452.00 in new funding for Option Period 3 in support of several Work Assignments issued to support the Office of Water's efforts related to the American Recovery and Reinvestment Act. These work assignments are as follows: Work Assignment 3-103 which has an anticipated period of performance of January 1, 2011 through December 31, 2011. This work assignment is currently funded to the amount of $1,689,374.80. Work Assignment 3-105 which has an anticipated period of performance of April 1, 2011 through December 31, 2011. This work assignment is currently funded to the amount of $170,000. Work Assignment 3-108 which has an anticipated period of performance of April 12, 2011 through December 31, 2011. This work assignment is currently funded to the amount of $104,230. Under WA 3-103, the contractor will continue to 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. Under WA 3-105, the contractor will provide needed technical and engineering support to EPA Region III in its oversight of DC in order to ensure successful implementation of the ARRA requirements for ARRA-funded DDOE CW projects. Under WA 3-108, the contractor will study how SRF ARRA funds were spent with regards to disadvantaged communities. The study will examine the extent to which subsidy was preferentially awarded with regards to socioeconomic indicators, both in terms of the use of preferential interest rates and ‘additional subsidization' in the form of grants or grant like instruments. Comparable analyses will be conducted for both the DWSRF and CWSRFs and, to the extent possible, will provide a basis of comparison with a previous study on historical use of subsidy by the CWSRF. The study will provide a basis for understanding how subsidy is used under provisions such as those included in ARRA so as to inform future policy. 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_Modification67/listing.html)
- Record
- SN02579999-W 20110918/110916235658-7e16f595298ccfc6e283d891d46a0286 (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 |