Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

C -- Regional A/E Indefinite Quantity Contract For Environmental Site Response Activities For Various National Forests In California

Notice Date
9/9/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Pacific Southwest Region, 1323 Club Drive, Acquisition Management, Vallejo, California, 94592
 
ZIP Code
94592
 
Solicitation Number
AG-91S8-S-10-0060
 
Archive Date
11/30/2010
 
Point of Contact
Dan Mayer, Phone: (503)630-8709, Cookie Washington, Phone: 707-562-8789
 
E-Mail Address
danmayer@fs.fed.us, cwashington@fs.fed.us
(danmayer@fs.fed.us, cwashington@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
REGIONAL A/E INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL SITE RESPONSE ACTIVITIES FOR VARIOUS NATIONAL FORESTS IN CALIFORNIA ________________________________________ ________________________________________ General Information Document Type: Synopsis/ SF 330 request Solicitation Number: AG-91S8-S-10-0060 Posted Date: 09/10/2010 Response Date: 10/29/2010 Archive Date: Classification Code: C -- Architect and engineering services Set Aside: none Full and Open Competition NAICS Code: 541330 -- Engineering Services Contracting Office Address USDA Forest Service Acquisition Management 1323 Club Drive Vallejo, CA 94592 DESCRIPTION: There is no solicitation to download. Architect/Engineer (A/E) services are required for a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for environmental site response activities. The work for this contract shall occur throughout California. I. INTRODUCTION The intent of this contract is to secure the professional services of one or more Contractors to provide technical services for environmental site response activities. This includes conducting various evaluations, studies, and reports as specified in the National Contingency Plan (NCP) found in 40 CFR 300 or as required by the Resource Conservation and Recovery Act (RCRA) or other federal or state hazardous waste cleanup regulations. The Contractor may be requested to complete the following studies; Preliminary Assessment (PA), Site Inspection (SI), combined PA/SI, Risk Assessment, an Engineering Evaluation/Cost Analysis (EE/CA), a Remedial Investigation/Feasibility Study (RI/FS), or other documents required for CERCLA response actions, including enforcement support. The Contractor may also be requested to implement the CERCLA site remedy in accordance with the NCP with approved work plans and decision documents. Work under this contract is broken into the following Work activities/areas Activity I : Site Assessment/Charaterization Activity II : Removal Action Support Activity III : Removal Action Implementation Activity IV : Remedial Action Support Activity V : Remedial Action Implementation Activity VI : Enforcement Support Activity VII : Other Technical Support and Assistance It is envisioned that a majority of the projects in all of the activity areas will involve abandoned/inactive mine sites, dumps, landfills, etc. Some of the products in each Activity may be reviewed by entities outside of the Forest Service (for example, the Environmental Protection Agency (EPA), the State, the Public). The Contractor shall prepare responses for the government to any comments generated by these reviews, provide any additional information requested, and modify the final product(s) as necessary. Depending on the complexity of a project, intermediate reviews may be required by the government. Projects may be located anywhere throughout Region 5 of the Forest Service. Region 5 includes 18 National Forests located primarily in California with some small acreage along the California/Nevada Border and the California/Oregon border. Some of the work may encompass private land adjacent to National Forest lands and National Forest lands with mining claims on them. The majority of the projects will be for the Forest Service in Region 5. This contract may also be used to perform work for other government entities in Region 5. Additionally, the Contractor may be offered the opportunity to perform work for the Forest Service and other government entities outside Region 5. Any work outside Region 5 or for other government agencies aside from the Forest Service is at the option of the Contractor. If the Contractor chooses to perform work under this contract for other government entities or outside Region 5, the Contractor must ensure that its capabilities to bid on and perform work for this Region are not adversely effected. All work shall be accomplished as a turnkey operation. That is, the Contractor will provide all appropriate labor, equipment, materials, supervision, and transportation needed to investigate, assess or classify the site, and prepare the requested documents required by the specific project delivery order. II. GENERAL CONTRACT DISCRIPTION A) Compliance with Regulations i) The Contractor shall comply with all applicable Federal, State, interstate and local laws, environmental regulations, and requirements. This includes compliance with the National Contingency Plan (NCP), the Resource Conservation and Recovery Act (RCRA), and the California Health and Safety Code; California Code of Regulations, Title 22, Division 4.5. The duty of the Contractor to comply with all current applicable laws, regulations and requirements takes precedence over any other duty or task described herein. Therefore, in the event that subsequent legislation or regulations conflict with prescribed procedures contained in this contract, said changes shall take precedence. Where changes to law, regulation or requirement necessitate a change to the contract, the parties agree to negotiate an equitable adjustment for it upon written notice from the Contractor. Unless said notice is received within 60 days of the effective date of the amendment to the statute or regulation, said regulation shall be deemed to be a no-cost change. ii) All work submitted and performed by the Contractor may be subject to the review and approval of EPA and/or the appropriate State regulatory agency. Therefore, it is the responsibility of the Contractor to contact the appropriate regulatory agency(s) to determine their requirements for each individual project. The government will be responsible for submitting reports to regulatory agencies unless other arrangements are approved by the Contracting Officer's Representative (COR). It is the Contractor's responsibility to find out from the regulatory agency(s) which guidance materials are current and applicable. iii) The Contractor shall, without additional expense to the Forest Service, be responsible for obtaining any necessary licenses and permits, and for complying with any applicable Federal, State and local laws, codes, and regulations in connection with the execution of the work. This includes ensuring project related hazardous or toxic wastes are sent to licensed, permitted, and approved disposal sites. The Forest Service will obtain, as necessary, the required temporary EPA Identification Number for site cleanup activities. B) Health and Safety Requirements i) The Contractor shall perform all operations in a prudent, conscientious, safe and professional manner. The Contractor shall ensure that its agents, employees and subcontractors perform in a safe manner. The Contractor shall ensure that all personnel involved in site characterization and remediation activities are trained in the level of expertise required for the proper performance of the work activities. The Contractor shall also provide notification to the Forest Service of all hazardous materials, which may be brought onto the National Forest as part of accomplishing the tasks under this contract. The Contractor agrees that his personnel and equipment are subject to safety inspections by Government personnel while on Federal property. While on federal lands, the Contractor is also still subject to all applicable State Occupational Safety and Health laws and regulations. Nothing in this section shall be construed to reduce or modify the duties and responsibilities of the Contractor toward its employees. ii) The Contractor shall take such additional immediate precautions as the Contracting Officer or designated representative may reasonably require for safety and mishap prevention purposes. C) Laboratory Qualifications and Requirements i) The Contractor(s) may be required to use laboratory facilities for analysis of unknown chemicals/materials and potentially contaminated soil, groundwater, or surface water. The analytical laboratory chosen by the Contractor(s) to perform analysis shall be a State of California Certified Laboratory; and certified to perform the required analytical method at the time the tests are conducted. For any optional work performed outside of Region 5 and the State of California, analytical services shall be performed in accordance with the State specific requirements in which the project is located. D) Contractor Caused Spills and Releases i) The Contractor is solely responsible for any and all spills or leaks and subsequent clean ups that may be required during the performance of this contract which occur as a result of or are contributed to by the actions of its agents, employees, or subcontractors. The Contractor agrees to clean up such spills or leaks to the satisfaction of the Forest Service and in a manner that complies with applicable Federal, state, and local laws and regulations. The clean up shall be at no cost to the Forest Service. ii) The Contractor shall report all such spills or leaks, regardless of their quantity, to the Forest Service immediately upon discovery. A written follow-up report shall be submitted to the Forest Service no later than 24 hours after the initial telephonic report. The written report shall be in narrative form and as a minimum include the following: a) Description of the item spilled (including identity, quantity, manifest no., etc). b) Whether amount spilled is EPA/state reportable, and if so whether it was reported, and to whom. c) Exact time and location of spill including a description of the area involved. d) Containment procedures initiated. e) Summary of any communications contractor has with press, Federal, state and local regulatory agencies and officials, or Forest Service officials. iii) Upon completion of the clean-up activities for contractor caused spills and releases, the Contractor shall submit a final clean-up certification report to the Forest Service. The report shall include a description of clean-up procedures employed at the site, the final disposition and disposal location of spill residue. Include also copies of all spill related cleanup and closure documentation and correspondence from the regulatory agencies. E) Hazardous Material/Waste Management i) Material/Waste Analysis and Identification: If the Contractor must perform analysis of hazardous materials/wastes, contaminated media, and investigation derived wastes for disposal, any analysis shall comply with all federal, state, and local requirements for waste analysis and classification. ii) Material/Waste Segregation: The Contractor is responsible for ensuring that all hazardous and non-hazardous materials and wastes generated during activities undertaken pursuant to this contract are segregated so as to minimize the volume of hazardous wastes. Containers must be marked so that they are readily identified. iii) Packaging and Container Marking: The contractor shall package, mark, label and load all items in such a manner that all applicable Federal, state and local EPA and DOT regulations are met. All hazardous waste containers shall be labeled in accordance with the requirements of 40 CFR Part 262, Subpart C, Part 264, Subpart I and Part 265, Subpart I and California CCR, Title 22, Division 4.5. The Contractor is also responsible for ensuring that the containers they provide for the management of wastes comply with the requirements of 40 and 49 CFR and applicable state and local regulations. iv) Material/Waste Management on National Forest Lands: The Contractor(s) is responsible for seeing that all materials and wastes generated during the activities of this contract are managed in compliance with Federal, state and local environmental laws and regulations. v) Transporters: Only experienced, licensed, transporters shall be used to haul hazardous wastes under this contract. The Contractor shall ensure that all EPA, DOT and State transporter requirements are met. vi) Off-Site Recycling and Treatment/Storage/Disposal Facilities: The Contractor shall identify each recycling and/or TSD facility, which may receive hazardous materials/wastes generated under this contract. ALL wastes and contaminated media managed under this contract shall be sent to only those treatment/ storage/disposal facilities that are in compliance with EPA's "Off-Site Rule" (40 CFR 300.400) and are on the U.S. Environmental Protection Agency's "Off-Site Rule" list. The Contractor shall provide confirmation that the proposed off-site facility is Off-Site Rule compliant prior to the initiation of any shipment. F) Contractor Qualifications/Staffing/Key Personnel i) All work on this contract must be accomplished under the direct on-site supervision of a project manager with training and experience in the task to be performed. The Contractor(s) shall provide documentation on the Contractor's educational and work experience and training program sufficient to demonstrate compliance with OSHA, CERCLA, RCRA, TSCA, DOT and state requirements relative to site investigation and remediation work as well as hazardous or toxic material handling. The Contractor shall provide proof that initial and refresher training is being accomplished for key individuals, including those persons who will be performing the on-site fieldwork. ii) The Contractor shall designate a site/project lead and one alternate who are expressly familiar with the requirements of the assignment. A staffing plan may be required for an individual task order. iii) In performing any task in the Part III of Section C, the Contractor shall not substitute site lead or site lead alternate personnel working on any site or assignment without the advance approval from the USDA Forest Service designated site On-Scene Coordinator, Remedial Project Manager and/or Project Officer. It is the responsibility of the Contractor to provide the substituted personnel with all of the site information necessary to complete the work without delays. It is expected that the Contractor will provide at least 2 weeks' notice to USDA Forest Service to transition new, qualified personnel to an existing assignment and that any transition will be done at the Contractor's expense. iv) If there is a change in key personnel during the life of the project, the contractor shall insure the continuity of the project, including schedules and deadlines. The Contractor shall notify the Forest Service in writing for any change in personnel at least 15 calendar days prior to making any permanent substitutions. The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes must have comparable qualifications to those of the persons being replaced. The Contracting Officer will notify the Contractor within 15 calendar days after receipt of all required information of the decision on substitutions. G) Confidentiality Of Information i) Any data that is generated or obtained during contract performance shall be considered confidential and shall not be disclosed to anyone other than employees of USDA Forest Service, USDA Office of the General Counsel or to the Department of Justice without the prior written approval of the Contracting Officer. Nor shall any such data be used for any other purpose except in connection with this contract. Any data generated or obtained during contract performance shall be delivered to the Government at the request of the Contracting Officer. ii) The Contractor recognizes that Contractor employees in performing this contract may have access to data, either provided by the Government or first generated during contract performance, of a sensitive nature which should not be released to the public without USDA Forest Service approval. Therefore, the Contractor agrees to ensure that its employees working on requirements under this contract adhere to confidentiality requirements. iii) If a Contractor, through an employee or otherwise, is subpoenaed to testify or produce documents, which could result in such disclosure, the Contractor must provide immediate advance notification to the USDA Forest Service so that the USDA Forest Service can authorize such disclosure or have the opportunity to take action to prevent such disclosure. iv) The USDA Forest Service may terminate this contract or a task order issued under this contract for convenience, in whole or in part, if it deems such termination necessary to prevent the unauthorized disclosure of information to outside entities. If such a disclosure occurs without the written permission of the USDA Forest Service Contracting Officer, the Government may terminate the contract, for default or convenience, or pursue other remedies as may be permitted by law or this contract. I) Treatment Of Confidential Business Information i) The Contracting Officer, after a written determination by the appropriate program office, may disclose confidential business information (CBI) to the Contractor necessary to carry out the work required under this contract. The Contractor agrees to use the CBI only under the following conditions: a) The Contractor and Contractor's employees shall: i) use the CBI only for the purposes of carrying out the work required by the contract; ii) not disclose the information to anyone other than properly cleared USDA employees without the prior written approval of the Contract Officer; and iii) return to the Contracting Officer all copies of the information, and any abstracts or excerpts there from, upon request by the Contracting Officer, whenever the information is no longer required by the Contractor for the performance of the work required by the contract, or upon completion of the contract. b) The Contractor shall obtain a written agreement to honor the above limitations from each of the Contractor's employees who will have access to the information before the employee is allowed access. c) The Contractor agrees that these contract conditions concerning the use and disclosure of CBI are included for the benefit of, and shall be enforceable by, both USDA Forest Service and any affected businesses having a proprietary interest in the information. d) The Contractor shall not use any CBI supplied by USDA Forest Service or obtained during performance hereunder to compete with any business to which the CBI relates. ii) The Contractor agrees to obtain the written consent of the CO, after a written determination by the appropriate program office, prior to entering into any subcontract that will involve the disclosure of CBI by the Contractor to the subcontractor. The Contractor agrees to include this clause, including this paragraph (ii), in all subcontracts awarded pursuant to this contract that require the furnishing of CBI to the subcontractor. J) Technical Direction i) The site On-Scene Coordinator/Remedial Project Manager, and/or Project Officer is the primary representative of the Contracting Officer authorized to provide technical direction on contract performance. ii) Individuals other than the site On-Scene Coordinator/Remedial Project Manager, and/or Project Officer may be authorized to provide technical direction. If individuals other than the site On-Scene Coordinator/Remedial Project Manager, and/or Project Officer are authorized to provide technical direction, their names will be specified in the contract, task order or technical direction document as appropriate. iii) The site On-Scene Coordinator/Remedial Project Manager, and/or Task Order Project Officer or Task Manager is authorized to provide technical direction, subject to the limitations set forth below, only on his/her Task Order. iv) Technical direction includes, but is not limited to : a) Direction to the contractor which assists the contractor in accomplishing the Statement of Work and/or Task Order. b) Comments on and approval of reports or other deliverables. c) Requests for the Contractor to submit a revised work plan and cost proposal. v) Technical direction must be within the contract and the Task Order or technical direction document statement of work. The Project Officer or any other technical representative of the Contracting Officer does not have the authority to issue technical direction which (1) institutes additional work outside the scope of the contract and/or Task Order; (2) constitutes a change as defined in the "Changes" clause; (3) causes an increase or decrease in the estimated cost of the contract and/or Task Order; (4) alters the period of performance; or (5) changes any of the other express terms or conditions of the contract, Task Order or technical direction document. vi) Technical direction will be issued in writing or confirmed in writing within five (5) calendar days after verbal issuance. One copy of the Technical Direction Memorandum will be forwarded to the Contracting Officer and the Project Officer. K) Authority to Take Direction i) The contractor agrees to make whatever arrangements are necessary to ensure that there is someone on-scene at all times with the authority to take technical direction from the Forest Service On-Scene Coordinator, Remedial Project Management or Project Coordinator and to manage the activities being performed. If work is being performed solely by Team Subcontractor personnel and there is no on-scene presence of a representative from the prime contractor's firm, the contractor agrees to provide such subcontractor(s) with the authority to take direction as its agent and to make decisions on behalf of the contractor. L) Individual Project Ordering i) Request/Description of Work: The Government will notify the Contractor in writing of each project falling under the appropriate activity area. This notification will include an outline of the scope of the project, the project location, the expected results of the completed project, reports or products to be provided, and as much additional pertinent information as possible, including but not limited to a statement of any Government-furnished property, maps, aerial photos, and project files when available and applicable. Projects in some activity areas may be accomplished in one or more phases. ii) Work Plan: The Contractor shall provide the Government with a work plan and cost estimate for the project. Three (3) copies of each work plan will be submitted. This work plan shall include, but is not limited to, the following: a) A description of how the work shall be performed. b) Specific exclusions/assumptions regarding the specific work to be performed. c) A listing of all personnel assigned to the project and qualifications of each, if not previously provided (including any subcontractors). d) A list of equipment to be available. e) A list of supplies to be provided. f) A work schedule. g) A detailed cost estimate for the work to be performed. h) Appropriate safety plan (where applicable) i) Detailed sampling plan (where applicable) j) Quality assurance plan (where applicable) Additional specific details for work plan submittals for individual assignments may be issued under each Task Order. For phased projects, additional work plans and/or estimates will be required prior to the start of the next phase. All work plans must be approved in writing by the Government prior to commencement of that phase of the work. ALL PROJECT WORK PLANS MUST BE APPROVED BY THE CONTRACTING OFFICER, IN WRITING, PRIOR TO COMMENCEMENT OF WORK. FOR PHASED PROJECTS, ADDITIONAL WORK PLANS AND/OR ESTIMATES WILL BE REQUIRED PRIOR TO THE START OF THE NEXT PHASE AND MUST BE APPROVED BY THE CONTRACTING OFFICER PRIOR TO COMMENCEMENT OF WORK. ANY WORK PERFORMED PRIOR TO THE CONTRACTOR'S RECEIPT OF A WRITTEN "NOTIFICATION TO PROCEED" SHALL BE AT THE CONTRACTOR'S OWN RISK AND EXPENSE. iii) Task Order: All Task Orders issued under this contract will be placed by the Authorized Procurement Officials, listed separately. The Contractor shall keep a log of all time and materials expended on each project, for each personnel position, equipment used, etc. All items billed by the Contractor will be in accordance to those items listed in the Schedule of Items, Section B, and will be identified by project. The categories of work listed in the Schedule of Items are not all inclusive. If additional pay items (including labor categories, personnel, equipment, supplies, etc.) are needed for an individual task order, the CO will negotiate those items and pay rates prior to issuing a task order and the contract will be modified accordingly. iv) Deliverables: All technical reports, studies, work plans, etc. submitted under this contract shall be signed and stamped by a registered professional in accordance with the requirements of the California Business and Professions Code. All technical reports, studies, work plans, etc. submitted under this contract are Forest Service records. M) Conflict Of Interest Certification i) The Contractor shall provide the contracting officer a conflict of interest certification within twenty (20) calendar days of the award of work under this contract via a TO. Where TO's are issued for work on or directly related to a site, the contractor is only required to provide a conflict of interest certification for the first TO issued for that site. For all subsequent work on that site, the Contractor has a continued obligation to search and report any actual or potential conflicts of interest, but no additional conflict of interest certifications are required. In the certification the Contractor must certify, to the best of the Contractor's knowledge and belief, all actual or potential organizational conflicts of interest have been reported to the Contracting Officer or that, to the best of the Contractor's knowledge and belief, no actual or potential organizational conflicts of interest exist. In addition, the Contractor must certify that its personnel who perform work under this TO or relating to this TO, have been informed of their obligation to report personal and organizational conflicts of interest to the Contractor. The certification shall also include a statement that the Contractor recognizes its continuing obligation to identify and report any actual or potential conflicts of interest arising during performance of this TO or other work relating to this site. III) WORK ASSIGNMENT WORK ACTIVITIES/AREAS The following specifications outline work as currently proposed in each of the Activity areas. However, the Government reserves the right to modify specific project activities based on new statutes or regulations, changed conditions or standards, the advice of involved Contractor, or other circumstances as may be indicated. The Contractor shall avoid duplication of prior efforts in gathering and assimilating site information and recommend opportunities for early actions in order to reduce site risks as quickly as possible. The Contractor shall utilize the most applicable and current regulations and guidance documents when conducting work. The Contractor shall continually look for and implement ways to streamline activities and minimize costs without compromising quality and shall use existing data to the maximum extent practicable. The Contractor shall assign work to personnel at the appropriate professional and/or technical levels and with the appropriate skills to most efficiently perform tasks. Activity I Site Assessment/Characterization Task 1: Preliminary Assessment (PA) Task 2: Site Inspection (SI) Task 3: Combined Preliminary Assessment/ Site Inspection (PA/SI) Task 4: Removal Site Assessment (RA) Task 5: Integrated Removal/Remedial Site Assessment (IA) Task 1: Preliminary Assessment (PA) The Contractor shall furnish personnel, services, materials and equipment to support/conduct CERCLA Preliminary Assessment activities. The Contractor shall conduct all preliminary assessments in accordance with "Guidance for Performing Preliminary Assessments under CERCLA," OSWER Directive 9345.0-01A, September 1991, or latest revision. Work activities under this task include, but are not limited to: • Prepare project work plan. • Initiate and document a file search which may include: - Regulatory program files (e.g., Federal, State, County, etc.). - Site history and industrial processes (substances used at the site, past releases (substances, locations, and impacts)). - Latitude and longitude. - Topographic maps. • If the Forest Service determines limited PA sampling necessary, prepare a Field Sampling Plan (FSP) that describes the number, type, and location of samples and type of analyses. The Contractor shall maximize the use of field characterization technologies such as field-portable x-ray fluorescence equipment. • If sampling is required, prepare a Quality Assurance Project Plan (QAPP) in accordance with current EPA guidance. The quality assurance/quality control procedures shall meet or exceed those specified in the "Quality Assurance/Quality Control Guidance for Removal Activities: Sampling QA/QC Plan and Data Validation Procedures", OSWER Directive 9360.4-01 and "EPA Requirements for Quality Assurance Project Plans, EPA QA/R-5", EPA/240/b-01/003 (or latest revisions). Other EPA guidance shall be used as appropriate. • Prepare a site specific Health and Safety Plan (HSP). • If sampling is required, collect the following data elements in addition to environmental sampling data: - Current human exposure identification. - Source identification including locations, sizes and volumes. - Information on hazardous substances, which are present (labels on drums and/or containers, evidence of releases, etc.). - Location of wells on-site and within 4 miles of the site. - Surface water channels or pathways (include location of site or sources relative to surface water sources and pathways). - Nearby land uses. - Distance measurements or estimates for wells, land uses, surface water and wetlands.- Documentation of public visitation to the site (evidence of public visitation, ease of public access, etc.). - Blowing and/or eroding soils and air contaminants (include evidence of off-site migration of the potential for off-site migration to nearby receptors). - Photo-documentation of site conditions. Include photo log and site map identifying the location photo was taken and the direction of view. - Site sketches and maps. - Pathway analysis. - Sensitive environments/species determination. - Key sampling and data collection elements for abandoned mine sites include:  Waste Rock/Tailings piles: total metals, total metals in the respirable fraction, leaching potential (not TCLP)  Surface water; total and dissolved metals. • Prepare preliminary PA Score for the site. • Prepare draft and final PA report. Task 2: Site Inspection (SI) The Contractor shall furnish personnel, services, materials and equipment to support/conduct CERCLA Site Inspection activities at sites identified by the Forest Service. All Site Inspections shall be performed in accordance with "Guidance for Performing Site Inspections under CERCLA," OSWER Directive 9345.1-05, September 1992, Interim Final, or latest revision. Note, that the focus of the investigation is not to collect data for the generation of a HRS score, but to document releases and human health and environmental receptors and exposure. For remote sites such as abandoned mine lands HRS scoring is not completely applicable. Work activities under this task include, but are not limited to: • Prepare site-specific work plan. • Prepare a site specific Health and Safety Plan (HSP). • Prepare a Field Sampling Plan (FSP). The Contractor shall maximize the use of field characterization technologies such as field-portable x-ray fluorescence equipment. The FSP needs to focus on the collection of the following: - Background samples. - Environmental samples (soil, sediment, water, and air if directed). Key sampling and data collection elements for abandoned mine sites include:  Waste Rock/Tailings piles: total metals, total metals in the respirable fraction, leaching potential (not TCLP)  Surface water; total and dissolved metals. - As directed, full screening organic and inorganic analyses. - Documentation including targets and receptors. - Documentation of hazardous substance releases. - Sampling from containers. - Physical characteristics of wastes. - Treatability and other engineering concerns. - Goal of characterizing site (e.g., defining extent of contamination) • Prepare a Quality Assurance Project Plan (QAPP) in accordance with current EPA guidance. The quality assurance/quality control procedures shall meet or exceed those specified in the "Quality Assurance/Quality Control Guidance for Removal Activities: Sampling QA/QC Plan and Data Validation Procedures", OSWER Directive 9360.4-01 and "EPA Requirements for Quality Assurance Project Plans, EPA QA/R-5", EPA/240/b-01/003 (or latest revisions). Other EPA guidance shall be used as appropriate. • Perform a site visit which includes, as a minimum, the collection of the following data elements in addition to environmental sampling data: - Current human exposure identification. - Source identification including locations, sizes and volumes. - Information on hazardous substances, which are present (labels on drums and/or containers, evidence of releases, etc.). - Location of wells on-site and within 4 miles of the site. - Surface water channels or pathways (include location of site or sources relative to surface water sources and pathways). - Nearby land uses. - Distance measurements or estimates for wells, land uses, surface water and wetlands. - Documentation of public visitation to the site (evidence of public visitation, ease of public access, etc.). - Blowing and/or eroding soils and air contaminants (include evidence of off-site migration of the potential for off-site migration to nearby receptors). - Photo-documentation of site conditions. Include photo log and site map identifying the location photo was taken and the direction of view. - Site sketches and maps. - Pathway analysis. - Sensitive environments/species determination. • Validate and analyze site sampling data. • Perform comparison of site characterization data to appropriate human health and ecological screening benchmarks which are relative to site exposure scenarios and pathways. • Dispose of Investigation Derived Wastes. • If directed by the Forest Service, conduct a screening level SI (see section 2.1 of Guidance for Performing Site Inspection Under CERCLA, OSWER Directive 9345.1-05, September 1992.) • Prepare preliminary HRS Score for the site. • Prepare draft and final SI report. Task 3: Combined Preliminary Assessment/Site Inspection (PA/SI) The Contractor shall furnish personnel, services, materials, and equipment required to support/conduct combined PA/SI assessment activities. Activities performed pursuant to this requirement shall be consistent with the NCP and EPA OSWER 9375.2-10FS, "Improving Site Assessment: Combined PA/SI Assessments", October 1999 (or latest revision). Note, that the focus of the investigation is not to collect data for the generation of a HRS score, but to document releases and human health and environmental receptors and exposure. For remote sites such as abandoned mine lands HRS scoring is not completely applicable. Work activities under this task include, but are not limited to: • Prepare site-specific work plan. • Prepare a site specific Health and Safety Plan (HSP). • Prepare a Field Sampling Plan (FSP) in accordance with current EPA guidance and the criteria listed in Activity I-Task 2. • Prepare a Quality Assurance Project Plan (QAPP) in accordance with current EPA guidance and the criteria listed in Activity I-Task 1. • Collect any additional information needed to complete a Preliminary Assessment that was not part of the initial file search or site visit. The Contractor shall conduct the preliminary assessment component of this task in accordance with Activity I-Task 2. • If directed by the Forest Service, conduct a screening level SI (see section 2.1 of Guidance for Performing Site Inspection Under CERCLA, OSWER Directive 9345.1-05, September 1992.) • Perform a site visit which includes, as a minimum, the collection of the following data elements in addition to environmental sampling data: - Current human exposure identification (option - determine the presence of multiple sources of risk and cumulative risk associated with the site and nearby sites). - Source identification including locations, sizes and volumes. - Information on hazardous substances, which are present (labels on drums and/or containers, evidence of releases, etc.). - Location of wells on-site and within 4 miles of the site. - Runoff channels or pathways (include location of site or sources relative to surface water sources and pathways). - Nearby land uses. - Distance measurements or estimates for wells, land uses, surface water and wetlands. - Documentation of public visitation to the site (evidence of public visitation, ease of public access, etc.). - Blowing and/or eroding soils and air contaminants (include evidence of off-site migration). - Photo-documentation of site conditions. Include photo log and site map identifying the location photo was taken and the direction of view. - Site maps and sketches. - Pathway analysis. - Sensitive environments/species determination. • Provide a sampling report, which includes a description of the analytical data quality procedures utilized. • Perform comparison of site characterization data to appropriate human health and ecological screening benchmarks which are relative to site exposure scenarios and pathways. • If requested, complete the HRS screening process using PREScore (if not already done as part of previous site evaluation) and report the draft score to the Forest Service. • Prepare draft and final PA/SI report. Task 4: Removal Assessment (RA) The Contractor shall furnish personnel, services, materials, and equipment required to support/conduct removal assessment activities in accordance with EPA OSWER Directive 9360.3-08, "Superfund Removal Procedures/The Removal Response Decision: Site Discovery to Response Decision" dated September 1994 (or latest revision). The objectives are to collect, evaluate, and document information to: i) confirm whether a release of a hazardous substance has occurred or if the threat of a release exists, ii) identify potential constituents of concern, iii) identify potential targets that may be impacted by the site and the pathways by which they may be impacted, and iv) identify the need for removal actions. Work activities under this task include, but are not limited to: • Prepare site-specific work plan. • Prepare a Field Sampling Plan (FSP) in accordance with current EPA guidance and the criteria listed in Activity I-Task 2. • Prepare a Quality Assurance Project Plan (QAPP) in accordance with current EPA guidance and the criteria listed in Activity I-Task 2. • Prepare a site specific Health and Safety Plan (HSP). • Perform a site visit which includes, as a minimum, the collection of the following data elements in addition to environmental sampling data: - Current human exposure identification (option - determine the presence of multiple sources of risk and cumulative risk associated with the site and nearby sites). - Source identification including locations, sizes and volumes. - Information on hazardous substances, which are present (labels on drums and/or containers, evidence of releases, etc.). - Location of wells on-site and within 4 miles of the site. - Runoff channels or pathways (include location of site or sources relative to surface water sources and pathways). - Nearby land uses. - Distance measurements or estimates for wells, land uses, surface water and wetlands. - Documentation of public visitation to the site (evidence of public visitation, ease of public access, etc.). - Blowing and/or eroding soils and air contaminants (include evidence of off-site migration). - Photo-documentation of site conditions. Include photo log and site map identifying the location photo was taken and the direction of view. - Site maps and sketches. - Pathway analysis. - Sensitive environments/species determination. • Perform comparison of site characterization data to appropriate human health and ecological screening benchmarks which are relative to site exposure scenarios and pathways. • Prepare draft and final report. Task 5: Integrated Removal/Remedial Site Assessment (IA) The Contractor shall furnish personnel, services, materials, and equipment required to support/conduct Integrated Removal/Remedial Site Assessment activities in accordance with EPA OSWER 9360.0-39FS, "Improving Site Assessment: Integrating Removal and Remedial Site Evaluations" dated April 2000 (or latest revision), and Removal Site Assessment and Site Inspection tasks referenced in Activity I Tasks 4 and 2. Activity II Removal Action Support The Contractor shall furnish personnel, services, materials and equipment required to support and/or perform Non-Time Critical Removal Actions in accordance with "Guidance On Conducting Non-Time Critical Removal Actions Under CERCLA", OSWER 9360.0-32 and "Outline of EE/CA Guidance", EPA, March 30, 1988 (or latest revisions). Task 1: Community Relations Task 2: Engineering Evaluation/Cost Analysis (EE/CA) Task 3: Administrative Record Task 1: Community Relations This task includes work efforts related to the preparation and/or implementation of the Community Relations Plan (CRP) for the site. When attending public meetings, open houses, community interviews, all Contractor employees must identify themselves as employees of a Forest Service contractor. Work activities under this task include, but are not limited to: • Conduct community interviews. Forest Service personnel shall be present at interviews. • Prepare Community Relations Plan (CRP) in accordance with "Superfund Community Involvement Handbook", EPA, April 2002 (or current version). • Provide public meeting, public hearing, and/or open house support. • Prepare fact sheets and presentation materials. • Publish Public Notices in local newspapers serving the site community. • Maintenance of public information repositories. • Develop and update site mailing list. Task 2: Engineering Evaluation/Cost Analysis (EE/CA) This task includes work efforts associated with the preparation of the Engineering Evaluation/Cost Analysis (EE/CA) in accordance with "Guidance On Conducting Non-Time Critical Removal Actions Under CERCLA", OSWER 9360.0-32 (or latest revision). a) EE/CA Work Plan Development: This task includes work efforts related to project initiation. Work activities under this task include, but are not limited to: • Attend scoping meeting and conduct site visit/s. • For the development of the EE/CA work plan the Contractor shall perform, but is not limited to the following background analyses: - Evaluate existing data, including useability, and prepare existing data summary. - Identify significant data gaps that may limit ability to identify and evaluate removal alternatives. - Develop a conceptual understanding of the site based on the evaluation of existing data (submit Technical Memorandum). - Identify likely response scenarios and potentially applicable technologies and operable units that may address site problems (submit Technical Memorandum). - Initiate identification of Applicable or Relevant and Appropriate Requirements (ARARs) that may affect selection of removal action. (Forest Service shall initiate contact with appropriate regulatory agencies). - Prepare conceptual exposure pathway analysis in accordance with current Regional EPA and State guidelines. • Prepare EE/CA work plan. The work plan must, as a minimum, include a discussion of the site, existing data and data usability, data gaps and needs, the Contractor's conceptual understanding of the site, conceptual exposure pathway, likely response scenarios, and potential ARARs. The EE/CA work plan must also include: - A site specific Health and Safety Plan (HSP). - A Field Sampling Plan (FSP) that describes the number, type, and location of samples and type of analyses. The FSP shall address any data gaps from previous investigation efforts including, but not limited to:  Background samples.  Environmental samples (soil, sediment, and air as directed). Key sampling and data collection elements for abandoned mine sites include:  Waste Rock/Tailings piles: total metals, total metals in the respirable fraction, leaching potential (not TCLP)  Surface water; total and dissolved metals.  As directed, full screening organic and inorganic analyses.  Sampling from abandoned containers. - A Quality Assurance Project Plan (QAPP) in accordance with current EPA guidance. The quality assurance/quality control procedures shall meet or exceed those specified in the "Quality Assurance/Quality Control Guidance for Removal Activities: Sampling QA/QC Plan and Data Validation Procedures", OSWER Directive 9360.4-01 and "EPA Requirements for Quality Assurance Project Plans, EPA QA/R-5", EPA/240/b-01/003 (or latest revisions). Other EPA guidance shall be used as appropriate which includes; "EPA Guidance for Quality Assurance Project Plans", QA/G-5, February 1998 (or latest revision). b) Field Investigation Work: This task includes work efforts to collect and analyze data in support of the Engineering Evaluation/Cost Analysis (EE/CA). Contractor shall conduct field investigation work activities in accordance with the approved EE/CA work plan. Data collected during the site characterization activities includes, but is not limited to the following: • Field Investigation and Site Reconnaissance. - Ecological resources reconnaissance. - Establishment of sampling points. - Surface geophysical survey. - On-Site and residential well sampling. • Hydrogeological Assessment. - Test boring and monitoring well installation and development. - Downhole geophysics. - Groundwater and surface water elevation measurements. - Hydraulic testing. • Environmental Sampling and Analysis. • Ecological Characterization. • Geotechnical Survey. c) Analytical Support, Data Validation, and Data Evaluation: This task includes scheduling, coordination, tracking, and oversight of sample analyses and validation of analytical data produced. Work activities under this task include, but are not limited to: • Collect, prepare, and ship environmental samples in accordance with the Field Sampling Plan (FSP). • Develop Data Quality Objectives (DQO) for each sampling event; these DQOs shall be the determinative factor for assessing the success or failure of the sampling. DQOs shall be prepared in accordance with the EPA guidance documents entitled "Guidance for the Data Quality Objective Process, QA/G-4", August 2000, and "Data Quality Objectives Process for Hazardous Waste Site Investigations (QA/G-4HW)", January 2000 (or current revisions). • Provide sample management including chain-of custody procedures, information management, sample retention, and data storage. • Perform data validation, the process by which the quality of the data, the defensibility of the data, and the chain of custody are verified. The Contractor shall perform data validation in accordance with EPA Regional guidelines. • Review data for usability for its intended purpose. • Provide reports on data validation and usability. • Environmental Fate and Transport Modeling/Evaluation. • Data trend evaluation and/or modeling and submission of Technical Memorandum. d) Assessment of Risk: This task includes work efforts to conduct both Limited Risk Evaluations (LRE) for time-critical removal actions and Streamlined Risk Evaluations (SREs) for non-time critical removal actions. The objective of these assessments is to characterize and quantify where appropriate, the current and potential human health and environmental risks that would prevail if no further removal action is taken. i) As directed, the Contractor shall conduct Limited Risk Evaluations for those sites, which may warrant time-critical removal action. The LRE shall focus on identifying immediate threats to human health and the environment and is envisioned to be primarily qualitative in scope. ii) Streamlined Risk Evaluations shall be conducted for all non-time critical removal actions. The scope of the SRE is between that of the Limited Risk Evaluation conducted for time-critical removals and that of the Detailed Risk Evaluation or Baseline Risk Assessment, which is conducted for remedial actions. A streamlined risk assessment is to focus on the specific problem the removal action is intended to address (e.g., contaminants from a source, mine waste, groundwater plume). The streamlined risk assessment must, at a minimum, identify contaminants of concern in the affected media, contaminant concentrations, and toxicity associated with the contaminant and should be of sufficient detail to justify the cleanup action. In addition, identify exposure pathways that indicate an obvious threat to human health or the environment through comparison with potential chemical-specific ARARs (e.g., maximum contaminant levels, maximum contaminant level goals, established preliminary remediation goals, ambient water quality criteria, ECOTOX thresholds). iii) In some situations, a Detailed Risk Evaluation (DRE) may be required based on site-specific factors. If site conditions warrant, The Contractor shall perform a Detailed Risk Evaluation (DRE) and prepare a Baseline Risk Assessment in accordance with the current EPA and State guidance, procedures, assumptions, methods and formats for conducting Baseline Risk Assessments for CERCLA. The Baseline Risk Assessment shall be separated into two components: • The Human Health Risk Assessment, which addresses the following: i) hazard identification, ii) dose-response assessment, iii) exposure assessment, iv) risk characterization, and v) site conceptual model. • The Ecological Risk Assessment, which addresses the following: i) characterization of site and potential receptors, ii) selection of chemicals, indicator species, and end points for risk evaluation, iii) exposure assessment, iv) toxicity assessment/ecological effects assessment, v) risk characterization, and vi) site conceptual model. e) Identification, Screening, and Analysis Of Removal Alternatives: This task includes work efforts to identify and screen removal alternatives appropriate to the purpose and scope of the Non-Time Critical Removal Action, that comply with ARARs to the maximum extent practicable. It includes efforts associated with the assessment of individual removal alternatives against the criteria of effectiveness, implementability and cost, in addition to a comparative analysis of the options. The EE/CA cost estimate prepared for screening the removal alternatives shall be prepared in accordance with the procedures outlined in the EPA guidance document entitled "A Guide to Developing and Documenting Cost Estimates During the Feasibility Study", QSWER 9355.0-75 (or latest revision). Where appropriate The Contractor shall utilize established presumptive remedies to increase the efficiency of identifying removal alternatives. The Forest Service shall make the final determination on the selected removal alternative. f) Engineering Evaluation/Cost Analysis (EE/CA) Report: This task includes work efforts related to the preparation of findings once data has been evaluated. The task includes all draft and final reports. The EE/CA Report shall include, as a minimum, a discussion of the following: • Site Characterization. -Site description. -Site background. -Analytical data. -Site conditions that justify a removal action. • Risk Evaluation. -Human health risks. -Ecological risks. -Proposed cleanup levels. • Identification of Removal Action Objectives. -Statutory limits on removal actions. -Removal action scope. -Removal action schedule. -Applicable or Relevant and Appropriate Requirements. • Identification of Removal Action Alternatives. • Analysis of Removal Alternatives. (Effectiveness, Implementability, Cost) • Comparative Analysis. • EE/CA cost estimate shall be prepared to the level of detail and in accordance with the procedures outlined in the EPA guidance document entitled "A Guide to Developing and Documenting Cost Estimates During the Feasibility Study", QSWER 9355.0-75 (or latest revision). • Proposed Removal Action (to be drafted by Forest Service). • Evaluation of Post-Removal Site control activities necessary to sustain the integrity of the Removal Action. Task 3: Administrative Record This task includes work efforts related to the production of the Administrative Record. Work activities under this task include but are not limited to: • Attend meeting with project manager, Site Attorney, and Administrative Record Coordinator. • Provide assistance in compiling documents comprising of the Administrative Record File in accordance with Forest Service guidance. • Prepare Draft Administrative Record Index in accordance with Forest Service Guidance. • Prepare Administrative Record Index. • Coordinate duplication of Administrative Record. • Assemble Administrative Record and Index. Activity III Removal Action Implementation The Contractor shall furnish personnel, services, materials and equipment required to perform removal action activities consistent with the NCP and in accordance with the objectives of the Removal Action Memorandum. This Activity includes both Time-Critical and Non-Time-Critical removal action implementation. Work activities under this task include, but are not limited to: Task 1: Community Relations Task 2: Removal Action Design Task 3: Removal Action Implementation Task 5: Post Construction Removal Action Support Task 1: Community Relations This task includes work efforts related to the update and/or implementation of the Community Relations Plan (CRP) for the site. When attending public meetings and open houses, contractor employees must identify themselves as employees of a Forest Service contractor. Work activities under this task include but are not limited to: • As directed, update and/or implement the Community Relations Plan in accordance "Superfund Community Involvement Handbook", EPA April 2002 (or latest revision). • Other Community Relations Activities. Maintain and update site information repositories; maintain Forest Service information contacts to monitor and respond to citizen concerns; attend and participate in citizens advisory or work groups in existence at the site as directed by the Forest Service; develop and distribute fact sheets and information updates; provide periodic news releases for local newspapers and other news media; conduct, attend, and provide support to public meetings and/or open houses as needed; maintain and update site public information mailing list. Task 2: Removal Action Design This task includes work efforts related to the preparation of the Removal Action design and construction plans, drawings and specifications to support the implementation of the non-time critical removal action. Work activities under this task include, but are not limited to: • Prepare project work plan which includes, but is not limited to: - A construction schedule, including project phasing. - Preparation of project work plans (HSP, FSP, QAPP, etc) in accordance with applicable CERCLA guidance as specified in Activity II of this contract. - Identification of design data needs • Data Acquisition (additional field investigation as required for design development). • Treatability Study/Pilot Testing, includes conducting of laboratory screening, bench-scale and pilot-scale treatability studies to determine the suitability of appropriate technologies for the removal action. The Contractor may be requested to: - Provide necessary test facility and equipment. - Test and operate equipment, including confirmation sampling. - Prepare Treatability Study/Pilot Test Report in accordance with applicable EPA guidance. The report shall include, but is not limited to the following:  Site description, waste stream description, technology description, description of previous treatability studies at the site.  Conclusions and Recommendations.  Treatability Study Approach, Test objectives and rationale, Experimental design and procedures, Equipment and materials, Sampling and analysis. -Data management, Deviations from the Work Plan.  Results, Data analysis and interpretation, Quality assurance/quality control.  Summary and Conclusions. • Characterization and disposal of residuals • Preparation of design and construction specifications and drawings. • Preliminary Design Preparation (35%). - Prepare preliminary construction schedule, including project phasing. - Prepare preliminary specifications, preliminary drawings, and basis of design report. - Preliminary cost estimate (+50 percent and -30 percent accuracy) - A detailed statement of how all Applicable or Relevant and Appropriate Requirements (ARARs), Federal and State public health and safety environmental requirements and standards will be met. - Initiate Value Engineering (VE) study if VE screening identified potential project savings. • Pre-Final/Final Design Preparation - Pre-final (95%) design specifications and drawings. - Basis of design report/design analysis. - Revised cost estimate (+15 percent and -10 percent accuracy). - A pre-final/final design review/briefing for the Forest Service. • The 100% design submittal shall include the final plans and specifications in reproducible format, final cost estimate and a schedule of the overall Remedial Action. • The 100 Percent "Resubmittal" (When Required). Task 3: Removal Action Implementation This task includes work efforts related to the construction of the removal action remedy by the Contractor(s) at the site in accordance with the approved Removal Design and construction documents (drawings, specifications and plans). Implementation of the design remedy involves the procurement of a construction contractor(s) and construction management activities, in addition to technical engineering services. Includes quality assurance monitoring and documentation that the work being done at the site is in accordance with the design and all subcontract(s) documents (drawings, specifications and plans) and to assure the implementation of the removal action at the site is protective of human health and the environment. Work activities under this task include, but are not limited to: • Development and Update of Site Specific Plans - Update of construction management plan. - Sampling and analysis plan preparation for construction confirmation and QA/QC. - QAPP, HSP, and FSP in accordance with applicable CERCLA guidance as referenced in Activity II of this contract. - Prepare Site Management Plan (SMP) that provides the Forest Service with a written understanding of how access, security,contingency procedures, management responsibilities and field generated waste disposal are to be handled. • Site-specific removal action. - Secure site and establish operations area, including laying out of clean zone, waste/stage handling areas and decon areas. - Implementation of the remedy in accordance with the design plans and specifications. - Maintain field logs and daily diaries. - Monitor, update, and report construction progress. • Oversight of subcontractors performing site work. - Conduct/attend progress meetings. - Check construction drawings submitted by construction subcontractors for compliance with design and construction plans and specifications. - Perform field testing, recommend action on health and safety considerations (e.g., site safety plan), monitor quality control procedures • Quality Assurance Monitoring • Preparation of construction certification report. • Preparation of the After Action Report in accordance with NCP. Task 4: Post Construction Removal Action Support This task includes post construction work efforts for the operation, maintenance and monitoring of the site remedy. The purpose of which is to assess the effectiveness of the site remedy in terms of meeting and maintaining the removal action objectives. Work activities under this task include, but are not limited to: • Preparation of long-term monitoring plan for the site. • Environmental sampling, (location, frequency, type, procedures, etc.) • Preparation of long-term maintenance plan for the site. • Preparation of operations plan for treatment facilities. Activity IV Remedial Action Support The Contractor shall furnish personnel, services, materials and equipment required to perform RI/FS activities in accordance with all applicable regulations and guidance including but not limited to OSWER Directive 9355.3-01, 10-88, "Guidance for Conducting Remedial Investigations and Feasibility Studies under CERCLA" (or latest revision). Work activities under this task include but are not limited to: Task 1: Community Relations Task 2: Project Work Plan Task 3: Field Investigation Work Task 4: Analytical Support, Data Validation, and Data Evaluation Task 5: Remedial Investigation (RI) Task 6: Feasibility Study (FS) Task 7: Post RI/FS Support Task 8: Administrative Record Task 1: Community Relations This task includes work efforts related to the preparation and/or implementation of the Community Relations Plan (CRP) for the site. When attending public meetings, interview, and open houses, contractor employees must identify themselves as employees of a Forest Service contractor. Work activities under this task include, but are not limited to: • Conduct community interviews. Forest Service personnel shall be present at interviews. • Provide public meeting, public hearing, and/or open house support. • Prepare fact sheets and presentation materials. • Prepare Community Relations Plan (CRP) in accordance with "Superfund Community Involvement Handbook", EPA April 2002 (or current version). • Publish Public Notices in local newspapers serving the site community. • Maintenance of public information repositories. • Develop and update site mailing list. • Provide administrative and technical support for Responsiveness Summary Task 2: Project Work Plan This task includes work efforts related to project initiation and support and the preparation of the RI and FS work plans. The work plans shall be prepared in accordance with OSWER Directive 9355.3-01, 10-88, "Guidance for Conducting Remedial Investigations and Feasibility Studies under CERCLA" (or latest revision). Work activities under this task include, but are not limited to: • Attend scoping meeting and conduct site visit prior to preparation of the RI and/or FS work plans. • For the development of the project work plan the Contractor shall perform, but is not limited to, the following background analysis: - Evaluate existing data, including usability, and prepare existing data summary. - Identify data gaps in site characterization that may limit ability to identify and evaluate human health and ecological hazards and remedial alternatives. - Develop a conceptual understanding of the site based on the evaluation of existing data (submit Technical Memorandum). - Identify likely response scenarios and potentially applicable technologies and operable units that may address site problems (submit Technical Memorandum). - Initiate identification of Applicable or Relevant and Appropriate Requirements (ARARs) that may affect selection of removal action. (Forest Service shall initiate contact with appropriate regulatory agencies). - Prepare conceptual exposure pathway analysis in accordance with current Regional EPA and State guidelines. This includes, EPA guidance manual entitled "Risk Assessment Guidance for Superfund (RAGS): Volume I - Human Health Evaluation Manual Parts A-F", and OSWER Directive 9285.7-25, "Ecological Risk Assessment Guidance for Superfund: Process for Designing and Conducting Ecological Risk Assessments", July 1997 (or current versions). • Prepare project work plan. The work plan must, as a minimum, include a discussion of the site, existing data and data usability, data gaps and needs, the Contractor' conceptual understanding of the site, conceptual exposure pathway, likely response scenarios, and potential ARARs. The work plan must also include: - A site-specific Health and Safety Plan (HSP) that specifies employee training, protective equipment, medical surveillance requirements, standard operating procedures and a contingency plan in accordance with 29 CFR 1910.120 (l)(l) and (l)(2). - A Field Sampling Plan (FSP) that describes the number, type, and location of samples and type of analyses. - A Quality Assurance Project Plan (QAPP) in accordance with current EPA guidance. The quality assurance/quality control procedures shall meet or exceed those specified in the "EPA Requirements for Quality Assurance Project Plans, EPA QA/R-5", EPA/240/b-01/003(or latest revision). Other EPA guidance shall be used as appropriate. - The plans for any Treatability Study/Pilot Testing, which may be required to assess potential site remedies. - The RI work plan shall include the protocol and procedures for preparing the Baseline Risk Assessment in accordance with EPA CERCLA guidance. - The FS work plan shall include the protocol and procedures for preparing and conducting the Remedial Alternatives Screening and Evaluation. Task 3: Field Investigation This task includes work efforts to perform the field investigation work and the collection of environmental data in support of the Remedial Investigation and Feasibility Study. The field investigation activities shall be conducted in accordance with the approved RI and FS work plans for the site (see Task 2 of Activity IV). Work activities under this task include, but are not limited to: • Site Reconnaissance/Characterization (ecological resources reconnaissance, well inventory, establishment of sampling points, surface geophysical survey). • Environmental Sampling. • Hydrogeological Assessment (test boring, monitoring well installation and development, downhole geophysics, groundwater and surface water elevation measurements). • Ecological Characterization. • Geotechnical Survey. • Performance of Treatability Study/Pilot Testing, which includes conducting of laboratory screening, bench-scale and in-field pilot-scale treatability studies to determine the suitability of remedial technologies or alternatives to site conditions and problems. This may include but is not limited to: - Provide necessary test facility and equipment. - Test and operate equipment, including confirmation sampling. - Prepare Treatability Study/Pilot Test Report in accordance with applicable EPA guidance and the NCP. The report shall include, but is not limited to the following:  Site description, waste stream description, technology description, description of previous treatability studies at the site.  Conclusions and Recommendations.  Treatability Study Approach, Test objectives and rationale, Experimental design and procedures, Equipment and materials, Sampling and analysis. -Data management, Deviations from the Work Plan.  Results, Data analysis and interpretation, Quality assurance/quality control.  Summary and Conclusions. • Field generated waste characterization and disposal in accordance with Local, State and Federal Regulations. Task 4: Analytical Support, Data Validation, and Data Evaluation This task includes work efforts involved in scheduling, coordination, tracking, and oversight of sample analyses and validation of analytical data produced efforts related to the compilation of RI and FS analytical and field data. Work activities under this task include, but are not limited to: • Collect, prepare, and ship environmental samples in accordance with the Field Sampling Plan (FSP) (developed under Activity IV - Task 2). • Develop Data Quality Objectives (DQO) for each sampling event; these DQOs shall be the determinative factor for assessing the success or failure of the sampling. DQOs shall be prepared in accordance with the EPA guidance documents entitled "Guidance for the Data Quality Objective Process, QA/G-4", August 2000, and "Data Quality Objectives Process for Hazardous Waste Site Investigations (QA/G-4HW)", January 2000 (or current revisions). • Implement an EPA compliant laboratory quality assurance program, which provides oversight of in-house and subcontracted laboratories through periodic performance evaluation sample analyses and/or on-site audits of operations and has a system of corrective actions. • Provide sample management including chain-of custody procedures, information management, sample retention, and 10-year data storage. • Perform data validation, the process by which the quality of the data, the defensibility of the data, and the chain of custody are verified. The Contractor shall perform data validation in accordance with EPA Regional guidelines. • Review data for usability for its intended purpose. • Provide reports on data validation and usability. • Environmental Fate and Transport Modeling/Evaluation and submission of Technical Memorandum. • Data trend evaluation and/or modeling and submission of Technical Memorandum. Task 5: Remedial Investigation (RI) This task includes work efforts related to the assessment of findings once field investigation data has been collected and evaluated for the preparation Remedial Investigation Report. This includes the preparation of the Baseline Risk Assessment. The RI shall provide information to assess risks to human health and the environment and to support the development, evaluation and selection of appropriate response alternatives. Work activities under this task include, but are not limited to: a) Assessment of Risk: This task includes work efforts to perform a Detailed Risk Evaluation and prepare a Baseline Risk Assessment and the necessary Risk Assessment documents for the RI. The objective of this assessment is to characterize and quantify where appropriate, the current and potential human health and environmental risks that would prevail if no further remedial action is taken. The Risk Assessment shall be done in accordance with the current EPA and State guidance, procedures, assumptions, methods and formats for conducting risk assessments for remedial actions. The Baseline Risk Assessment report shall be separated into two components: • The Human Health Risk Assessment, which addresses the following: i) hazard identification, ii) dose-response assessment, iii) exposure assessment, iv) risk characterization, and v) site conceptual model. • The Ecological Risk Assessment, which addresses the following: i) characterization of site and potential receptors, ii) selection of chemicals, indicator species, and end points for risk evaluation, iii) exposure assessment, iv) toxicity assessment/ecological effects assessment, v) risk characterization, and vi) site conceptual model. b) Remedial Investigation Report: The task includes the preparation of the draft and final Remedial Investigation reports. The RI report shall be written in accordance with "Guidance for Conducting Remedial Investigations/ Feasibility Studies under CERCLA," OSWER Directive 9355.3-01, October 1988, Interim Final (or latest revision) and "Guidance for Data Usability in Risk Assessment," (EPA/540/G-90/008), September 1990 (or latest revisions). The draft and final RI reports shall include, but is not limited to the following: • Site Background. • Site Investigation (field Investigation, technical approach, chemical analyses, analytical methods, field methodologies (biological, surface water, sediment, soil boring, soil sampling, monitoring well installation, groundwater sampling, hydrogeological assessment)). • Site Characteristics (geology, hydrogeology, meteorology, demographics and land use, ecological assessment). • Baseline Risk Assessment and Ecological Risk Assessment. • Nature and Extent of Contamination (contaminant sources, contaminant distribution and trends). • Fate and Transport (contaminant characteristics, transport processes, contaminant migration trends). • Summary and conclusions. Task 6: Feasibility Study (FS) This task includes work efforts related to the assessment of findings once field investigation data has been collected and evaluated and for the preparation of the Feasibility Study Report. This includes the performing the Remedial Alternatives Screening and Evaluation in accordance with CERCLA guidance and the preparation of the draft and final Feasibility Study reports. Work activities under this task include, but are not limited to: a) Remedial Alternatives Screening: The Contractor shall develop appropriate remedial alternatives to undergo full evaluation during the Feasibility Study. The alternatives are to encompass a range including innovative treatment technologies consistent with the regulations outlined in the National Contingency Plan (NCP), 40 CFR Part 300 and the "Guidance for Conducting Remedial Investigations and Feasibility Studies Under CERCLA" (OSWER Directive 9355.3-01 (or latest revision) and other pertinent OSWER guidance. Where appropriate the Contractor shall utilize established presumptive remedies to increase the efficiency of identifying remedial alternatives. Work under this task includes, but is not limited to: • Establish remedial action objectives. • Establish general response actions. • Identify and screen applicable remedial technologies. • Develop remedial alternatives in accordance with Section 300.430(e) of the NCP (1990). • Screen remedial alternatives for effectiveness, implementability and cost. • Prepare Technical Memorandum. b) Remedial Alternatives Evaluation: This task includes efforts associated with the assessment of individual alternatives against each of the nine evaluation criteria and a comparative analysis of all options against the evaluation criteria. The analysis shall be consistent with the National Contingency Plan (NCP), 40 CFR Part 300 and shall consider the "Guidance for Conducting Remedial Investigation and Feasibility Studies Under CERCLA" (OSWER Directive 9355.3-01) (or latest revision) and other pertinent OSWER guidance. The nine criteria the Contractor shall employ in evaluation of remedial alternatives are: • Overall protection of human health and the environment. • Compliance with ARARs. • Long-term effectiveness and permanence. • Reduction in toxicity, mobility or volume through treatment. • Short-term effectiveness. • Implementability - technical and administrative. • Cost. • State acceptance. • Community acceptance. The FS cost estimate used for screening the remedy alternatives shall be prepared in accordance with the procedures outlined in the EPA guidance document entitled "A Guide to Developing and Documenting Cost Estimates During the Feasibility Study", QSWER 9355.0-75 (or latest revision).The Forest Service shall determine the selected removal alternative. c) Feasibility Study Report: This task includes work efforts related to the preparation of findings once remedial alternatives have been screened and evaluated and the preparation of the draft and final Feasibility Study reports. The Feasibility Study Report shall include a discussion of the following: • Feasibility Study Objectives. • Remedial Objectives. • General Response Actions. • Identification and screening of Remedial Technologies. • Remedial Alternatives Description. • Detailed Analysis of Remedial Alternatives (individual and comparative). • FS Cost Estimate that is prepared in accordance with the procedures outlined in the EPA guidance document entitled "A Guide to Developing and Documenting Cost Estimates During the Feasibility Study"; QSWER 9355.0-75 (or latest revision).The Forest Service shall determine the selected remedial alternative. • Summary and Conclusions. Task 7: Post RI/FS Support This task includes efforts to support the Agency's Record of Decision (ROD). The final recommendation contained in the ROD shall represent the opinion and recommendation of the Forest Service not that of the Contractor. Work activities under this task include, but are not limited to: • Attend public meetings, briefings, public hearings, and technical meetings with PRPs. • Prepare presentation materials. • Provide technical assistance in the preparation of the Responsiveness Summary. • Prepare Response to Comments to Proposed Plan. • Provide technical assistance in the preparation of the Proposed Plan and Record of Decision (ROD). • Prepare Feasibility Study Addendum. Task 8: Administrative Record This task includes work efforts related to the production of the Administrative Record. Work activities under this task include, but are not limited to: • Attend meeting with Forest Service project manager, Site Attorney, and Administrative Record Coordinator. • Provide assistance in compiling documents comprising of the Administrative Record File in accordance with Regional guidance or other procedures as specified. • Prepare Draft Administrative Record Index in accordance with Regional guidance or other procedures as specified. • Coordinate duplication of Administrative Record. • Assemble Administrative Record. Activity V Remedial Action Implementation The Contractor shall furnish personnel, services, materials and equipment required to prepare detailed plans, drawings and specifications for Remedial Actions. The Contractor shall also furnish personnel, services, materials and equipment required to perform Remedial Action Activities in accordance with the objectives of the Record of Decision. All activities shall be in conformance with the remedy selected and set forth in the Record of Decision (ROD), the Remedial Design, or otherwise directed by the Forest Service. Work activities under this task include, but are not limited to: Task 1: Community Relations Task 2: Remedial Design Task 3: Remedial Action Implementation Task 4: Post Construction Remedial Action Support Task 1: Community Relations This task includes work efforts related to the update and implementation of the Community Relations Plan (CRP) for the site. When attending public meetings and open houses, contractor employees must identify themselves as employees of a Forest Service contractor. Work activities under this task include, but are not limited to: • As directed, update and/or implement the Community Relations Plan in accordance "Superfund Community Involvement Handbook", EPA April 2002 (or current version). • Other Community Relations Activities. Maintain and update site information repositories; maintain Forest Service information contacts to monitor and respond to citizen concerns; attend and participate in citizens advisory or work groups in existence at the site as directed by the Forest Service; develop and distribute fact sheets and information updates; provide periodic news releases for local newspapers and other news media; conduct, attend, and provide support to public meetings and/or open houses as needed; maintain and update site public information mailing list Task 2: Remedial Design The Contractor shall furnish personnel, services, materials and equipment required to prepare detailed plans, drawings and specifications for Remedial Actions. Work activities under this task include, but are not limited to: • Evaluate existing data and documents as directed by the Forest Service. • Prepare the Remedial Design Work Plan: - Field Sampling Plan (FSP) that describes the number, type, and location of samples and type of analyses. Reference the RI/FS FSPs as much as practicable. - Quality Assurance Project Plan (QAPP) in accordance with current EPA guidance. The quality assurance/quality control procedures shall meet or exceed those specified in the "EPA Requirements for Quality Assurance Project Plans, EPA QA/R-5", EPA/240/b-01/003 (or latest revision). Other EPA guidance shall be used as appropriate. - Site specific Health and Safety Plan (HSP). • Data Acquisition (additional field investigation as required for design development). • Treatability Study/Pilot Testing • Preliminary Design Preparation (35%). - Prepare preliminary construction schedule, including project phasing. - Prepare preliminary specifications, preliminary drawings, and basis of design report. - Preliminary cost estimate (+50 percent and -30 percent accuracy) - A detailed statement of how all Applicable or Relevant and Appropriate Requirements (ARARs), Federal and State public health and safety environmental requirements and standards will be met. - Initiate Value Engineering (VE) study if VE screening identified potential project savings. • Pre-Final/Final Design Preparation - Pre-final (95%) design specifications and drawings. - Basis of design report/design analysis. - Revised cost estimate (+15 percent and -10 percent accuracy). - A pre-final/final design review/briefing for the Forest Service. • The 100% design submittal shall include the final plans and specifications in reproducible format, final cost estimate and a schedule of the overall Remedial Action. • The 100 Percent "Resubmittal" (when required): If the Government finds that the 95 percent review comments have not been incorporated, The Contractor will be required to make corrections within 48 hours from the time of being notified. Task 3: Remedial Action Implementation This task includes work efforts related to the construction and implementation of the remedial action remedy by the Contractor(s) at the site in accordance with the approved Remedial Design and construction documents (drawings, specifications and plans). Implementation of the design remedy involves the procurement of a construction contractor(s) and construction management activities, in addition to technical engineering services. Includes quality assurance monitoring and documentation that the work being done at the site is in accordance with the design and all subcontract(s) documents (drawings, specifications and plans) and to assure the implementation of the removal action at the site is protective of human health and the environment. Work activities under this task include, but are not limited to: • Prepare Remedial Action Work Plan - Prepare Site Management Plan (SMP) that provides the Forest Service with a written understanding of how access, security, contingency procedures, management responsibilities and field generated waste disposal are to be handled. - Update of construction management plan. - Sampling and analysis plan preparation for construction confirmation and QA/QC. - FSP, QAPP and HSP in accordance with applicable CERCLA guidance as referenced previously in Activity IV and V of this contract • Site-specific remedial action. - Secure site and establish operations areas. - Implementation of the remedy in accordance with the ROD, Remedial Design and Specifications. - Maintain field logs and daily diaries. - Monitor, update, and report construction progress. • Oversight of subcontractors performing site work. - Conduct/attend progress meetings. - Check construction drawings submitted by construction subcontractors for compliance with design and construction plans and specifications. - Perform field testing, recommend action on health and safety considerations (e.g., site safety plan), monitor quality control procedures • Quality Assurance Monitoring • Preparation of construction certification report. • (For the one year period and/or a long term response action) Operate and provide appropriate upkeep and maintenance of installed response action construction items including the facilities, equipment, and appropriate institutional controls such as fencing for the site in accordance with the Operation and Maintenance (O&M) Manual and Sampling and Analysis Plan (SAP) for a time period as specified in the work assignment. • Prepare Remedial Action Report. Prepare report in accordance with "Remedial Action Report Fact Sheet", OSWER Publication 9335.0-39FS (or latest revision). Task 4: Post Construction Remedial Action Support This task includes post construction work efforts for the operation, maintenance and monitoring of the site remedy. The purpose of which is to assess and maintain the effectiveness of the site remedy in terms of the remedial action objectives. Work activities under this task include, but are not limited to: • Preparation of long-term monitoring plan for the site. • Environmental sampling, (location, frequency, type, procedures, etc.) • Preparation of long-term operations & maintenance plan for the site. • Conducting site operations and maintenance in accordance with approved plans. Activity VI Enforcement Support The Contractor may be required to provide enforcement support to the Forest Service under four work areas/tasks: Task 1: Potentially Responsible Party (PRP) Investigation Task 2: Oversight of PRP Site Response Activities Task 3: Negotiation Support Task 4: Litigation Support Task 1: Potentially Responsible Party (PRP) Investigation The Contractor shall furnish personnel, services, materials and equipment required to perform investigations necessary to identify site Potentially Responsible Parties (PRPs) as defined in Section 107(a) of CERCLA. The Contractor shall keep the Forest Service informed of its findings throughout the course of the PRP investigation work, as the Forest Service may specify additional depth and direction of the research as information becomes available. Before gathering in-depth information on a PRP, The Contractor shall consult with the Forest Service to determine which identified PRPs to research. a) PRP Search: The Contractor shall furnish personnel, services, materials and equipment required to perform investigations necessary to identify site Potentially Responsible Parties (PRPs) as defined in Section 107(a) of CERCLA. The PRP search shall be conducted in conformance with the EPA "2003 Potentially Responsible Party Search Manual", August 20, 2003 and the USDA guidance document entitled "CERCLA Potentially Response Party Search Guide", July 2001 (or current version). Work activities under this task include, but are not limited to: • Agency Record Collection and File Review: Locate and obtain copies of all governmental records pertinent to the site and relevant to the PRP search. Relevant records include, but are not limited to; correspondence, technical data and reports, claim records, permits, complaints, investigations, site owner records, and bankruptcy files. • Conduct Interviews: Develop information on site operations, site history, and PRPs, and to identify involved government agencies or private parties that may possess relevant documents or information. • Perform Title Search: Identify past and present site owners. Specific results of the title search include, but are not limited to; summaries of transactions involving the site property, identities of PRPs, identify past and present owners of the property, lease agreements with site operators, and copies of title documents. • Conduct Financial Research: Determine a company's or individual's ability to pay for remedial or natural resource actions. The Forest Service and the Contractor shall identify the PRPs to investigate. • PRP Status/PRP History: Develop background information on companies or individuals identified as PRPs, thus enabling the Forest Service to identify successor or parent company PRPs, correspond with PRPs, and conduct financial assessments of PRPs. Corporate information includes, but is not limited to, the date of incorporation, whether or not corporate PRPs currently exist, fate of inactive companies, current mailing addresses, and parent or successor companies. Information obtained for individuals and unincorporated companies are to include their current location, their association with other PRPs, and their involvement with a site. Note, if possible, the PRP Search Report shall identify where on the Site the PRP caused the release of hazardous substances. • PRP Name and Address Updates: Obtain current PRP names and addresses, thus enabling the Forest Service to contact the PRP. Other information, including current corporate address, registered agent, mergers, name changes, and dissolutions, is to be collected to ensure that all PRPs are contacted. • History of Operations at the Site: Obtain information concerning activities at the site that may have resulted in the release of hazardous substances. It will include information concerning waste generation, waste disposal methods, and a history of environmental enforcement action at the site. This shall include, if possible, a site map identifying the locations of hazardous substance releases. • Compile Waste-In Information: Develop waste-in information for waste-in lists and volumetric rankings of PRPs wherever practicable. • Records Compilation: Organize documents according to a system that will allow the user to easily access and review information in the documents, as well as maintain accurate documentation of all findings. b) PRP Search Report Preparation: The Contractor shall present the PRP information in a comprehensive written summary that discusses research performed, research results, and recommendations for additional research. The report shall be fully documented, attributing all information presented to specific sources. The report shall be prepared as follows: • Site Chronology And Property History: - Introduction  Project background -- a brief "snapshot" of the site.  Project approach, who performed the research and under whose direction.  List of contacts -- public agencies that were contacted to collect information.  Overview of report -- presents the basic layout of the report. • Discussion Of The Site: - Site History:  Site location and size, including national forest and county, geographical location.  Adjoining properties (if Site is mixed ownership, identification of which lands/claims are on public lands and which are on private).  Description of site history, including: site owners/operators; when operations began; type of operations; types of substances manufactured, treated, stored, or disposed of; whether the substances found on-site are in drums, containers, etc; permits applied for or granted; warnings or notices of violations issued by regulatory agencies. Includes chronology of who or what entities operated at the Site, legal relationship to the Site, type of operations conducted at Site, site activities, relationship of operation of the Site to release of hazardous substances.  Identify known releases of hazardous substances: identify hazardous substances; levels found and contrast with regulatory limits; describe location of sources of release on the Site (e.g., adits, waste rock, tailings, groundwater), and potential or known date of initial release. - Property History:  Summarize the review of all title documents.  Document ownership of the property for the period of time relevant to the site. Include in both narrative and table format. For mining sites include; mining claim history, parties in chain of title, dates of ownership.  Present a title tree or chain of title (including corporate name changes of property owners, conveyances, quitclaims, deeds, and liens).  Provide corresponding references to the relevant documentation.  Provide a brief summary of the environmental threats posed by site activities and the potential cleanup activities. - Figures: Provide at minimum the following figures:  Figure 1 - USFS topographic map that delineates land status boundaries. On this map delineate Site and Site features based on site investigation reports PA/SI.  Figure 2 - identify parcel boundaries and plots as needed (include Site boundaries and key features from Figure 1).  Figure 3 - identify land/ parcel ownership information and include identification of the locations of hazardous substance releases  For mining sites provide a combined figure with overlays that delineates the information from Figures 1,2 and 3 with the mining claims.  Provide a summary table for land/figure legend summarizing land ownership in the figures. - Special Site Information:  Highlight any unique or complex features associated with sites such as municipal landfills, area-wide groundwater or stream contamination sites, sites where the source of contamination is not clear, and sites from which wastes were sent to satellite facilities. • PRP Synopsis: - Introduction. - Discussion of the Site - Refer the reader to the first section of the report. - Cite statutory provisions and relevant policy/guidance as basis for inclusion as PRPs. - PRPs -- Owners/Operators  PRP name.  Status (current owner, successor, etc.).  Current address.  Headquarters address, if applicable.  Registered agent.  President.  Current status.  Corporate information; state and date of incorporation, corporate status, name changes and mergers (include dates), status of business entity (e.g., in good standing, bankrupt, dissolved).  Narrative description of basis for inclusion. If possible, include whether release of hazardous substance occurred during ownership and why/how the release occurred, owners of mining claims.  For parties who operated at the Site without necessarily owning it or the claim, identify the type of legal instrument allowing operations to occur. Identify how and when did the party have control over the source of contamination.  References.  Nature and volume of hazardous substances associated with PRP Include whether release of hazardous substance occurred during ownership and why/how the release occurred,  Owners of mining claims.  Reference to appendices or attachments for additional information, rankings, or groupings.  Financial information, ability to pay issues. Include credit information, current assets/liabilities, Dun & Bradstreet results, subsidiaries.  In the case of CERCLA sites involving mining and/or milling operations, in addition to the other information requirements, the reports should include the following information with the respective dates: o Identification of mining claims and claimants o Proofs of labor and description of the labor performed o Plans of operations and description of operations planned o Mine operators, activities, and current status - PRPs -- Generators (same information as for owner/operators) Provide information in both a PRP summary and a volumetric ranking list format, to the extent this information is available. Depending on the complexity of the site, the region may develop a list by PRP of information that describes the chemical nature of the substances and links shipment/ volumetric conclusions to particular transporters and documents. In these instances, there should also be an assessment of whether the wastes were RCRA hazardous wastes for ARAR purposes. - PRPs -- Transporters (same information as for owner/operators) Provide information in both a PRP summary and a volumetric format similar to the generator lists as described above. - Special PRP Information Include any special information that may have a bearing on whether a party is ultimately designated by the Forest Service as a PRP. Examples include entities that have been or are in bankruptcy; individuals who are deceased and a description of the status of their estates; successor corporations; parent-subsidiary relationships; PRPs with potential defenses to or exemptions from liability (see sections 1.2.5 and 1.2.6); and defunct/insolvent PRPs. The report shall include a table summarizing the PRP findings, which includes the following headings: PRP/category, Activities associated with the site, Dates of those activities, whether or not the PRP has Assets, Indexed Reference Numbers (the reference number shall be placed at the top of each source/document) of reference sources or supporting documents. Following is an example of the format required. PRP/category Dates Activities Activity Reference # Assets (Y/N) Ref. # J.R. Person/ owner,operator 4/92-6/94 annual assessment work, road building, hand samples ### (N) ## P.K Human/ operator 10/95-8/96 annual assessment work, exploratory drill holes and bulk sampling ###, ### (Y) ##, ## M. Gossan/ owner 1/97-present inactive ### (Y) ## • Other Parties Associated with the Site - Identify parties who may possess additional information on the site (e.g., witnesses, previous employees not yet located) and parties about whom information is currently not available to characterize them as a PRP. Present all relevant information here, such as names, addresses, phone numbers, basis for inclusion of this party in this subsection, and references. • Conclusions and Recommendations - Summarize the identified PRPs and parties associated with the site. - Include recommendations for additional actions and an estimate of the time and resources needed to perform those actions. - Recommended 104(e) recipients and questions. - Appendices Include interview summaries, evidence sheets, potential questions for additional information request letters, and other documents referenced throughout the report. • Bibliography: - The report shall also include a bibliography of all literature consulted and identification (using an index) of specific literature references to PRPs. - The index shall contain all supporting documents, using reference numbers. The reference numbers shall also be used in the table, which references the activities and assets of the individual PRPs. • Appendix: supporting documentation includes, but is not limited to: - Title Search - Copies of Historical Records - Manifests, contracts and invoices - Corporate/business information - Mining Claim Location Notices and Assessment Work - Plans of Operation or Permits - Leases, Deeds Number each page of the Appendix sequentially (e.g., A1, A2, A3). Refer to this page number when stating a fact in the PRP Report - e.g., In January, 1933, John Smith filed a location notice for the Strike It Rich Mine (A22). John Smith died in 1955 (A55). Task 2: Oversight of PRP Site Response Activities The Contractor shall furnish personnel, services, materials and equipment required to perform oversight of Potentially Responsible Party (PRP) remedial action and removal action activities. The Contractor shall provide technical support to assist the Forest Service in verifying that the PRP work is conducted in accordance with the Settlement Agreement (administrative order on consent, unilateral administrative order, or a judicial consent decree) statement of work and approved work plans. Work under this task includes, but is not limited to the following: • Review PRP work plan(s) and submit written comments to Forest Service. • Review background site documents. • Conduct site visit, attend technical meetings, and attend public meetings. • Develop work plans as required: - Field sampling plan, - Quality Assurance Project Plan - Site specific health and safety plan • Provide community relations support • Field Investigation - Oversight and documentation of PRP field activities as directed by Forest Service. - Collection and analysis of split samples. - Perform sampling/screening/assessment as directed. - Preparation of Technical Oversight Reports. • Analytical support, data validation, and data evaluation. • Oversight of PRP Treatability Study/Pilot Testing. • Review and provide written comments on PRP Remedial Investigation (RI), Feasibility Study (FS), and Engineering Evaluation/Cost Analysis reports and other site investigation reports and report addendums. • Technical assistance in preparation of Record of Decision or Action Memorandum (It is the Forest Service's responsibility to prepare the actual document). • Administrative Record support. Task 3: Negotiation Support The Contractor shall furnish personnel, services, materials and equipment to support Forest Service negotiations with PRPs. Work under this task includes, but is not limited to the following: • Attend negotiation sessions and meetings if requested by the Forest Service. • Provide technical assistance. • Develop or review scopes of work for enforcement documents. • Review of PRP work plans and submittals. • Provide assistance in the preparation of site cost documentation packages for cost recovery efforts. Task 4: Litigation Support The Contractor shall furnish personnel, services, materials and equipment required to provide litigation support. Work under this task includes, but is not limited to the following: • Provide assistance in the preparation of site cost documentation packages for cost recovery efforts. • Expert witness support related to the preparation for and provision of expert testimony during litigation. The individual(s) selected to testify shall be fully knowledgeable of the details of the site under litigation, shall be credible, and be an expert in their field. • Technical assistance during litigation, which includes but is not limited to: - Review of documents. - Assist in preparation of affidavits. - Preparation and attendance at meetings. - Technical support at meetings with PRPs. Activity VII Other Technical Support and Assistance The Contractor may be required to provide specific technical support on a case-by-case basis. The intention of this section is to allow the issuance of specific work assignments for work tasks/areas listed below on an individual basis. These work tasks/areas may or may not be site- specific. Note that certain of these work tasks/areas are described in more detail under the site-specific activities listed above. Task 1: Pre-design Investigation Task 2: Design Assistance Task 3: Five-Year Remedy Review Task 4: Real Property Acquisition and Conveyance Support Task 5: Special Studies or Miscellaneous Tasks Not all standard Tasks or all activities described under each task will apply for every assignment. The Contractor shall avoid duplication of prior efforts in gathering and assimilating site information and when applicable recommend opportunities for early actions in order to reduce site risks as quickly as possible. The Contractor shall utilize the most applicable and current regulations and guidance documents when conducting work. The Contractor shall continually look for and implement ways to streamline activities and minimize costs without compromising quality. The Contractor shall assign work to personnel at the appropriate professional and/or technical levels and with the appropriate skills to most efficiently perform tasks. Task 1: Pre-Design Investigation The Contractor shall furnish personnel, services, materials and equipment required to perform pre-design investigations. Work activities under this task include, but are not limited to: • Preparation of project work plans (HSP, FSP, QAPP, etc.) in accordance with applicable regulations and guidance. • Treatability Study/Pilot Testing related to the conduct of laboratory screening, bench-scale and pilot-scale Treatability studies of the potential and/or selected remedy. This includes but are not limited to: - Provide test facility and equipment. - Test and operate equipment. - Data analysis and interpretation. - Prepare Treatability Study/Pilot Test Report. The report shall include a discussion of the following:  Site description, waste stream description, technology description, description of previous treatability studies at the site.  Conclusions and Recommendations.  Treatability Study Approach, Test objectives and rationale, Experimental design and procedures, Equipment and materials, Sampling and analysis. -Data management, Deviations from the Work Plan.  Results, Data analysis and interpretation, Quality assurance/quality control.  Summary and Conclusions. - Characterization and disposal of residuals. • Field investigation work (hydrogeological assessment, test boring and monitoring well installation and development, environmental sampling and analysis, etc.). • Analytical support, data validation, and data evaluation • Preparation of the Pre-Design Engineering Report Task 2: Design Assistance The Contractor shall furnish personnel, services, materials and equipment required to perform technical design assistance activities. Work activities under this task include, but are not limited to: • Conduct site visit. • Evaluate existing data as directed. • Attend technical meetings, briefings at direction of the Forest Service. • Provide assistance in the development and/or review of design packages. • Conduct and/or assist in Value Engineering (VE) screening. • Conduct and/or assist in VE study if VE screening identified potential project savings. • Report results of VE study. • Conduct and/or assist in the technical analysis of Value Engineering change proposals (VECPs). • Provide technical assistance in the development of the bid package. • Provide written reports in the form of technical memorandums. Task 3: Five-Year Remedy Review The Contractor shall furnish personnel, services, materials and equipment to assist Forest Service in performing five-year reviews in accordance with OSWER Directive 9355.7-02, "Structure and Components of Five-Year Reviews" (or latest revision). The Contractor shall consider all current and past activities at the site. Work activities under this task include, but are not limited to: • Evaluate existing data as directed by the Forest Service. • Preparation of project work plans (HSP, FSP, QAPP, etc.) • Document review: The Contractor may be tasked to review include but are not limited to the following: i) Record of Decision (ROD), ii) Action Memorandum, iii) Consent Decrees, iv) O&M plans and reports, v) monitoring plans and reports, and vi) the Administrative Record. • Standards (ARARs) review. Includes a review of ARARs in the ROD(s), the ROD Summary(s), Removal Action Memorandum and a review of Federal, State or Local regulations related to public health or the environment, promulgated subsequent to the ROD, for changes in standards. • Site visit/interviews. Interview, where appropriate, previous site staff/management, nearest residents to the site, Potentially Responsible Parties (PRPs), State and Local Government personnel, facility operating staff, O&M contractors, or other personnel associated with the selection and implementation of the Response Action. • Site inspection/technology review. Conduct a management system review and technical compliance evaluation of specific elements of the Response Action required for protection of human health and the environment. The scope of the site inspection shall include all components of the source control and remediation elements to determine whether each element of the ROD(s) or Action Memorandum has been implemented and whether each component of the remedy is operating in accordance with its intended function. • Preparation of the Five-Year Review Report Task 4: Real Property Acquisition and Conveyance Support The Contractor shall furnish personnel, services, materials and equipment required to provide support to the USDA Forest Service in the environmental evaluation of lands for property acquisition and/or conveyance activities. a) Real Property Acquisition Support: Work under this task consists of conducting an "expanded" Phase I Site Assessment in accordance with ASTM Standard E1527 "Practice for Environmental Site Assessments: Phase I" (most current version) and in compliance with EPA's All Appropriate Inquiry Rule. On a case by case basis the Contractor may be directed to perform the assessment in accordance with ASTM E2247 "Standard Practice for Environmental Site Assessments: Phase I Environmental Site Assessment Process for Forestland and Rural Property" (most current version). The overall purpose of the "expanded" Phase I Site Assessment is that the Agency needs to know the full range of "environmental issues and liabilities" associated with the parcel/s being reviewed for acquisition. By "expanded" Phase I Site Assessment, it is the need of the Forest Service to have all of the environmental conditions identified with the parcel beyond those associated with Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) liabilities and petroleum products. This includes, but is not limited to, environmental issues and conditions under the Resource Conservation and Recovery Act (RCRA), the Safe Drinking Water Act (SDWA), the Clean Air Act (CAA), the Clean Water Act (CWA), the Toxic Substance Control Act (TSCA), etc. These environmental issues and conditions are typically considered as "Non-Scope Consideration" issues under the ASTM Standard. "Non-Scope Consideration" issues include, but are not limited to, asbestos containing material, radon, lead-based paint, non-hazardous solid waste disposal areas, waste water disposal systems, drinking water systems, drinking water and/or other wells, etc. In conducting the "expanded" Phase I Site Assessment, the Contractor shall keep close attention to the proposed future land use of the parcel/s in question. Some "Non-Scope Consideration" issues/conditions, which typically may be "de minimis" under the ASTM Standard, are not "de minimis" when the Forest Service's planned future land use (example open forest preserve) is taken into account. As part of this task, the Contractor shall also complete the following Land Acquisition Screening Process Worksheets from the February 2009 "Pre-Acquisition Environmental Assessment Guidance for Federal Land Transactions." (copies of the worksheets shall be provided to the Contractor with each specific task order): • Worksheet 1: Records Search. • Worksheet 2: Questionnaire for Interview. • Worksheet 3: Site Visit Survey. b) Real Property Conveyance Support: Work under this task consists of conducting an "expanded" Phase I Site Assessment in accordance with ASTM Standard 1527 "Practice for Environmental Site Assessments: Phase I" (most current version) and in compliance with EPA's All Appropriate Inquiry Rule. On a case by case basis the Contractor may be directed to perform the assessment in accordance with ASTM E2247 "Standard Practice for Environmental Site Assessments: Phase I Environmental Site Assessment Process for Forestland and Rural Property" (most current version). The overall purpose of the "expanded" Phase I Site Assessment is that the Agency needs to know the full range of "environmental issues and liabilities" associated with the parcel/s it is proposing to convey out of Federal ownership. Of particular concern is the identification of environmental issues which may continue to present a long-term environmental liability for the agency after the property conveyance. These environmental issues and conditions are typically considered as "Non-Scope Consideration" issues under the ASTM Standard. "Non-Scope Consideration" issues include, but are not limited to, asbestos containing material, radon, lead-based paint, non-hazardous solid waste disposal areas, waste water disposal systems, drinking water systems, drinking water and/or other wells, etc. The "expanded" Phase I Site Assessment is also intended to fulfill the Agency's obligations under Section 120(h) of the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), for real property conveyances that involve the Termination of Federal Government Operations (TFGO). This includes, but is not limited to the following: • The identification of areas of the property where any hazardous substance was stored for one year or more (CERCLA 120(h)(3)). • The identification of areas of the property where hazardous substances are known to have been released, or disposed of (CERCLA 120(h)(3)). • The identification of uncontaminated portions of the property (CERCLA 120(h)(4)). As part of this task, the Contractor shall also complete the following Land Acquisition Screening Process Worksheets from the February 2009 "Pre-Acquisition Environmental Assessment Guidance for Federal Land Transactions" (copies of the worksheets shall be provided to the Contractor with each specific task order): • Worksheet 1: Records Search. • Worksheet 2: Questionnaire for Interview. • Worksheet 3: Site Visit Survey. c) Phase II Environmental Site Assessment: Work under this task consists of conducting Phase II Environmental Site Assessments in accordance with ASTM Standard E1903 (most current version) "Standard Guide for Environmental Site Assessments: Phase II Environmental Site Assessment Process". Task 5: Special Studies or Miscellaneous Tasks Occasionally various studies, environmental assessments, or tasks may be requested which do not fall under one of the other tasks. Some of these studies/tasks may result from changes in statutes, regulations, guidance, or policy. Also, requests from regulatory agencies or USDA Forest Service management for information may require work not covered under the other specific Activities and Tasks outlined in this SOW. The Contractor may be requested to complete various types of studies; reports, presentations and/or field work at and related to "hazardous waste management" issues and/or sites. Other tasks may include reviewing the work of other agencies or private companies. The details of such studies or tasks would be contained in the statement of work provided by the Government in a request for proposals. IV. DELIVERABLES A) Deliverables Unless otherwise specified by the USDA Forest Service, the Contractor shall provide the Forest Service with 3 hard copies of all deliverables required under this contract. This includes all draft and final work plans, reports, technical memorandums, etc. The following is a breakdown of some the deliverables required under the various activities and tasks of this Statement of Work. This list is not all inclusive given the broad nature of the tasks in this contract. DELIVERABLE NUMBER OF COPIES Project Work Plan 3 Community Relations Plan 5 Draft/Final PA, SI, PA/SI Reports 5 Construction Work Plan 5 Action Memorandum 3 Written response to comments 3 Draft/Final EE/CA, RI, FS, RI/FS Reports 5 Draft/Final Remedial/Removal Design Packages 5 Fact Sheets 3 Construction Certification Report 5 Draft/Final PRP Report 3 The Forest Service and possibly EPA and/or the State will be given the opportunity to review and comment on all deliverables before the final is submitted. The Contractor will prepare responses to all review comments for the Government by either incorporating them into the final product or by explaining why the comment was not followed. All reports become the sole property of the Government, and may be used in part or in their entirety, at the Government's discretion. All reports will be submitted to the Government on a project specific basis, in 8-1/2 X 11 inch format of reproducible quality, and will contain all appropriate information, data, and recommendations in a format approved by the Government. For final reports, one of the required copies will be provided unbound to facilitate reproduction of additional copies. IV) MINIMUM AND MAXIMUM CONTRACT AMOUNTS The maximum contract value may not exceed $5,000,000 aggregate total per award. The minimum guarantee for the contract shall be $5,000 per award over life of contract. The value of the individual task orders executed under this contract may range from $5,000 to $1,500,000. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Contract term is for three years, or until the maximum dollar limit is reached, whichever occurs first. Estimated start date for this contract is January 2011. Federal Acquisition Regulations (FAR) Part 36.6 (Brooks Act) selection procedures apply. This procurement is full and open competition no set-aside. The NAICS Code for this procurement is 541330 and the annual small business size standard is $4.5 Million. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. V) SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS SF 330s will be evaluated to determine the most highly qualified firm based on criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF 330 (Architect-Engineer Qualifications) must be completed by the office/branch/ individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. A) SUBMISSION REQUIREMENTS: SF 330, Part I, is limited to 30, 8.5"x11" pages. Minimum font size is 10. Submit the following: 1) One (1) original and two (2) copies of SF 330 for the prime offeror (which also includes a completed Part II for the firm and key subconsultants) addressing following selection criteria information; and 2) One electronic copy, in Adobe Acrobat PDF format, of the complete SF330 being submitted by the firm. B) SF330, Part I, Section B, Contract Information: In Block 5, list firm's Dunn and Bradstreet and Taxpayer Identification Number in addition to the name of the firm. C) SF330, Section D, Organization Chart: In addition to the Instructions provided for the SF 330, identify the overall relationship and lines of authority of the proposed team, including key subconsultants. (Note: All individuals listed on the organization chart are not required to have a resume in Section E, such as administrative or lower level engineering positions.). D) CRITERIA 1: SF 330, Section E, Professional Qualifications: Professional qualifications of or the Project Manager and key personnel anticipated for this contract. Project Manager refers to supervisory personnel who are the on-site representatives for the contractor. This individual must be named for each Activity offered. Submission Requirements: Provide resumes for the Project Manager and key personnel anticipated for this contract. Resumes shall contain experience and qualifications, and shall not exceed 3 typed pages per individual. Unless otherwise noted in Parts II and III of this synopsis, professional registration of key personnel is desirable but not required. However, the Contractor shall ensure compliance where applicable laws and regulations require work to be carried out under the direction of a California-registered geologist or engineer. The signature and stamp of that registered professional shall appear on the title page of the final report. E) CRITERIA 2: 1) SF330, Section F, Specialized Firm/Team Experience: Specialized experience and technical competence of the proposed team members assigned to this contract as it relates to the work activities outlined in Part III above. Submission Requirements: For each firm, provide a maximum of ten (10) specific completed projects that best illustrate overall team experience relevant to the work activities outlined in this contract. Include within block 24 of SF330, Section F, additional sheets may be used, if required: • A Brief narrative of the project. • Dates of performance • Indicate whether you were the prime or a subcontractor. • Award amount of contract. • Project name, firm name, point of contact name, address and phone number. • Place an asterisk "*" by any job which is similar to the requirements of this solicitation. 2) SF330, Section G, Key Personnel Participation in Example Projects: Submit in accordance with the SF 330 Instructions. From the total projects listed in SF330 Section F, provide a maximum of ten (10) projects. F) CRITERIA 3-5: SF330, Section H, Additional Information requested by Agency. Address the remaining Criteria 3 through 5; additional sheets may be used, if required. Clearly identify the Criteria number and title. 1) CRITERIA 3: Capacity to accomplish the work in the required time. Submission Requirement: Describe firm's capacity to accomplish projects within required time frames and to accomplish multiple delivery orders within short delivery periods. Indicate the firm's present workload and the anticipated availability of the project team (including consultants) for the specified contract performance period. Indicate any specialized equipment availability. 2) CRITERIA 4: a. Past performance with Government agencies and private industry with respect to cost control, quality of work, and compliance with performance schedules. Points of contact provided in other criteria may be contacted. A proposal with no record of relevant past performance information shall be evaluated neither favorably nor unfavorably. Submission Requirements: For each project provided as experience under Criteria 2, list any applicable favorable awards and commendations. Other performance evaluation results and awards may also be listed separately. Reference agency/company issuing evaluation/award/commendation and respective date. If a federal contract, state evaluation type and rating. If not a federal contract, provide any applicable similar evaluation information. If no documentation exists, so state. Please address the following components of past performance for each project provided as experience under Criteria 2: • Original contract price and any modifications that increased cost and the reason for modification. • Original contract time and actual completion date (circumstances for contract extensions may be addressed). b. Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. Submission Requirement: Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team. Include firm names, key personnel and their discipline/specialty; b) describe the prime's QC program; who is primarily responsible for the QC program, how does the prime firm ensure quality consistently across the entire team. Illustrate success in implementing the program; and c) Address the team's QC processes for checking and verifying plans and specifications for errors, omissions and quality, documenting design decisions, and incorporating and tracking review comments. Of special interest are the QC processes in place that minimize the government's effort to QA the A/E's work product for errors, omissions, and quality. 3) CRITERIA 5: Location: Firm's location and demonstrated knowledge of the general geographical areas in which projects could be located. Projects will be located on the 18 National Forests throughout the State of California. Submission Requirements: Provide the location of main offices, branch offices, and sub-consultants offices. Describe and illustrate the team's knowledge and availability to work in the above-stated geographical area. G) ADDITIONAL INFORMATION: All information must be included in the SF 330 package, (cover letter, attachments and excess number of pages will be excluded from the evaluation process). Firms must be registered with Central Contractor Registration (CCR) prior to contract award. Registration information is available at the CCR website, http://www.ccr.gov. H) Those firms that meet the requirements in this announcement and wish to be considered must submit SF 330 packages per above listed Submission Requirements, to: USDA Forest Service Acquisition Management 1323 Club Drive Vallejo, CA 94592,no later than 4:00 p.m. local time, PST, on October 29, 2010. Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile and E-mail submittals will not be accepted. E-mail address for inquiries is: danmayer@fs.fed.us *** END OF ANNOUNCEMENT *** Point of Contact Dan R. Mayer, Contract Specialist, Phone 530-226-2351, Email danmayer@fs.fed.us
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/91S8/AG-91S8-S-10-0060/listing.html)
 
Place of Performance
Address: 1323 Club drive, Vallejo, California, 94592, United States
Zip Code: 94592
 
Record
SN02274263-W 20100911/100909235249-96e7ff880c4f06ebdabac9d0ae03ab28 (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  © 1994-2020, Loren Data Corp.