MEMORANDUM FOR:
CHARLES N. JEFFRESS
Assistant Secretary for
Occupational Safety and Health
PATRICIA W. LATTIMORE
Assistant Secretary for
Administration and Management
/ s /
FROM:
JOHN J. GETEK
Assistant Inspector General
for Audit
SUBJECT:
Audit of OSHA Procurement Activities
Letter Report No. 17-98-005-10-001
This letter report is to provide you with the results of our audit of procurement activities by the Occupational Safety and Health Administration (OSHA) for the period FY 95 through FY 97. This audit was initiated by the Office of Audit (OA) for two primary reasons. The first reason was because the annual audit work associated with the Department of Labor (DOL) financial statements does not cover procurement in any significant depth. The second reason was that the OIG had received three anonymous complaints alleging fraud, waste, abuse and the illegal use of contractor funds at OSHA.
The audit sought to determine whether:
During the fieldwork, we did observe the following minor deficiencies in both OSHA and the Office of the Assistant Secretary for Administration and Management (OASAM):
We appreciate the assistance and cooperation of your staff in the conduct of this audit. In particular, we want to thank Messrs. Robert Poogach, Gregory Sentkoski, and Dennis Sprouse in OSHA, and Messrs. Daniel Murphy and Lawrence Kuss in OASAM's Procurement Services Center.
For additional information, please contact Mr. Robert Curtis or Mr.
John Dower of my staff at 219-6641.
Attachment
2
TO LETTER REPORT NO. 17-98-005-10-001
Our audit of OSHA's procurement activities during the period FY 1995 through FY 1997 found that, in general, OSHA and OASAM complied with applicable Federal and departmental requirements. However, we did observe and bring to management's attention several minor deficiencies in procurement activities, as summarized below.
The following observations are based on the review of the complete official
(OASAM) file, as well as OSHA's files, for all 29 OSHA contracts active
during the period FY 95 through FY 96, as well as a sample of FY 1997 task
orders issued using those contracts. Observations are also based on a review
of a statistical sample of OSHA and OASAM purchase order files for the
same period. Based on these reviews, and on interviews with a variety of
OSHA and OASAM staff involved with procurement actions, we brought the
following observations to the attention of management officials in OSHA
and OASAM.
From our review of purchase orders, we found that authorization to perform
and bill for work (i.e., an obligation of Federal funds) in the amount
of $19,100 was made to a vendor prior to the issuance of a purchase order
and without the approval of the Contracting Officer. (Vendor: Dun
and Bradstreet, Purchase Order #: B9F46258) From our review of task orders,
we found that work began on Task Order #: 3, Base Year, Contract # J-9-F-5-0079,
and on Task Order # 2, Base Year, Contract # J-9-F-5-0091, before these
task orders were signed by the Contracting Officer.
OSHA Response:
In the case of the purchase order, OSHA and its Division of Financial Control and Contract Coordination (DFCCC) concurred that the OSHA program office acted improperly and without legal authority by incurring an obligation of Federal funds prior to the issuance of a purchase order and without the approval of the Contracting Officer. According to DFCCC officials, this was not an isolated incident. DFCCC will emphasize to its program office managers that they are not authorized to obligate Federal funds without the approval of OSHA's DFCCC and of the DOL Contracting Officer.
OASAM Response:
OASAM also agreed with the observation.
Most deficiencies occurred in less than 1 percent of the sample and
we considered them to be de minimus. The most common deficiency
involved 64 purchase orders from the Chicago region that lacked a signature
on the purchase order form maintained in the Chicago regional OASAM office.
The purchase order form had no signature block for the purchasing order
agent. We found that this deficiency had been addressed during FY 1996
through the issuance of a new DOL purchase order form with a designated
signature block.
OSHA Response:
OSHA and its Division of Financial Control and Contract Coordination
(DFCCC) have recognized the remaining de minimis deficiencies and
have taken appropriate corrective action.
OASAM Response:
The Chicago OASAM office recognized the lack of a signature block on
the purchase order form and took appropriate corrective action.
OIG raised the issue of weak internal controls within DFCCC because OSHA purchase order files did not contain copies of all procurement-related documents.
OASAM's purchase order files needed to be used in lieu of OSHA's in
order to complete this review in a timely manner. OIG representatives brought
the above observation to the attention of the DFCCC director and advised
that a followup review of OSHA purchase order files would be made at a
later date.
OSHA Response:
DFCCC did not initially see this observation as a weakness in internal controls. DFCCC explained that they had focused on the requirements for official payment files which did not require that requisitions be in the purchase order folder.
However, DFCCC acknowledged that maintaining requisitions and invoices
in the purchase order file (rather than in separate locations) is a logical
and useful recommendation. DFCCC believes that maintaining all purchase
order-related documents in a single file will make it easier for anyone,
including auditors, to review all information related to that purchase.
DFCCC supports OIG's position and has altered its policy. DFCCC has
physically moved purchase order-related documents into a single file for
each purchase order. A followup review of DFCCC purchase order files confirmed
these corrective actions.
OASAM Response:
OASAM had no comment on this observation but concurred that logic would
call for all related documents to be together in one place.
OSHA and DFCCC indicated and we confirmed that OSHA contract files are
not being closed out in a timely manner by OASAM. This makes it extremely
difficult for DFCCC since it has to keep accounts open for these contracts
which have not had billings for long periods of time (years), but may eventually
have closeout costs.
DFCCC believes that OASAM needs to reopen and fully staff its Contract Closeout Office in order to provide adequate service to the Department in closing out OSHA and other agency contracts in a timely manner.
The Director and Deputy Director of the Procurement Services Center
(PSC) indicated that the responsibility for the close out of DOL and agency
contracts was assigned to OASAM's Financial Management Services Center
(FMSC). They indicated that efforts were being made by the FMSC to get
on top of the closeout backlog but did not have any additional information.
PSC officials suggested that this issue be brought to the attention of
the Assistant Secretary for investigation and appropriate action.
This observation occurred with regard to the following contractors and contract numbers: Meridian/ERG (Contract No. J-9-F-3-0043), MIS (Contract No. J-9-F-2-0066), and Cedar Cliff (Contract No. J-9-F-1-0063). This observation resulted from Procurement Services Center (PSC) errors in totaling (in each official contract file) Federal funds obligated in those contracts. These errors created:
OSHA believes that OASAM Office of Procurement Services (OPS) staff
needs to be more careful when totaling obligated dollars in a contract,
i.e., preparing the second page of a contract modification showing total
dollars obligated. Improved care by OASAM's OPS staff will (1) avoid the
risk of overobligations, and (2) reduce the difficulties in reconciling
total obligations shown in the contract official file and total obligations
shown in the DOLAR$.
The Director and Deputy Director of the Procurement Services Center
were concerned with this observation, agreed that inaccurate totals of
obligated Federal funds could cause problems, and indicated that they would
call this to the attention of their staff and provide any technical assistance
and training needed.
This observation occurred in reviewing modification number 2 to Task
Order #2, Option Year #1, Contract No. J-9-F-5-0091, where the statement
of work in the task order modification was not within the statement of
work in the original task order. However, it was within the statement of
work in the master contract. OIG determined that the appropriate practice
in this situation would be to issue a new task order.
OSHA Response:
DFCCC agreed that OSHA should have issued a new task order. DFCCC officials
are currently giving significantly greater scrutiny to statements of work
in task order modifications to ensure that they do not exceed the statement
of work in the original task order.
OASAM Response:
OASAM also agreed that issuing a new task order would have been the
appropriate course of action.
This observation occurred in Task Order #6, Option Year 2, Contract No. J-9-F-4-0008, and Task Order #9, Option Year 2, for the same contract. Contract No. J-9-F-4-0008 is a labor hours contract with maximums and minimums, which the Department (OSHA) entered for 1 year with 4 option years. Section C.2 of the contract lists two items under the scope of work.
The statement of work identifies seven specific activities the contractor will perform. The contractor will:
By contrast neither Task Order #6 nor Task Order #9 has a direct relationship to regulations, any phase of the regulatory process or any assessment or evaluation concerning regulations.
Task Order #6 for Option Year 2 and Modifications 2 and 3 for Option Year 3 require the contractor to create an "Up-to-date and user friendly database of OSHA 170 Forms." OSHA 170 Forms are completed by OSHA compliance officers and inspectors to report on fatalities and catastrophic injuries.
The first task order dated September 1996 required: the design of a database; review of the 170 form for each accident; entry of keywords; entry of date, time and SIC code; edit and entry of accident summary; and entry of occupational code. A backlog of 18,000 forms was identified. The task order stated that the database would be useful to facilitate use of the information in the development of construction safety and health standards, but did not describe how. (Task Order - Introduction) An initial $99,990 was authorized and no time frame was assigned.
The second modification, dated February 1997, noted a backlog of 16,000 forms and stated the purpose of the modification was to increase the funding by $200,000 and to adjust hourly billing. The scope of work was revised somewhat -- review and revise 15-16,000 forms, entry of keywords, and devise methods to improve the way compliance officers record the information. No time frame was established.
The third modification, dated July 1997, contained an expanded introduction and reported that under the first two instruments, the contractor reviewed and revised all records for which OSHA had an original hard copy, about 15-16,000 records. The modification reported that approximately 30,000 records remained and added $100,000 to review and revise these records, enter keywords, and devise methods to improve initial reporting on these forms. No work could be performed after December 31, 1997. In total, $399,990 was authorized for expenditure and $360,213.43 was invoiced.
These three task orders/modifications created an updated information system containing information from accidents involving fatalities and catastrophic injuries. While it appears that this information will be useful to OSHA and to the public (the task orders indicate it will be on the Internet), the master contract does not include development of a modern database as part of the statement of work. Therefore, we determined that this task order with modifications does not fall within the scope/statement of work described by the master contract.
Task Order #9 for Option Year 2 calls for the contractor to collect data and prepare a report to Congress concerning OSHA's "standard setting, enforcement activities, and on the present state of workplace safety and health." (Introduction)
The report is to include information for four fiscal years and to describe and characterize: injuries and illnesses, standard setting activities, enforcement (including inspections), OSHA cooperation with other agencies, issues of manpower requirements in the field of safety and health, toxic substances under consideration for regulation, and recommendations for legislation. Of the $31,578.00 budgeted for use under this task order, the contractor submitted invoices for only $17,1765 within the requisite time.
Two items for the report -- OSHA's activities with standard setting
activities and toxic substances being considered for regulation -- relate
peripherally to the regulatory process as covered by the master contract.
However, the deliverable, a report to Congress, will only describe OSHA's
activities. The product is not any type of evaluation or assessment for
the creation of regulations, as called for in the master contract. The
master contract does not include reports to Congress as part of its statement
of work and we determined that Task Order #9 is outside of the scope/statement
of work of the master contract.
OSHA Response:
DFCCC expressed the view that determinations regarding scopes/statements of work involve some judgment. DFCCC also stated that in the past, they had relied on OASAM to monitor task order scopes/statements of work to ensure that they fell within the scope/statement of work in the contract.
However, DFCCC stated that they now realize that this may have been an unrealistic and impractical policy because OASAM often receives high volumes of task orders that need to be processed quickly and may not have the time or staff to monitor scopes/statements of work in task orders. DFCCC concluded that it will need to take a closer look at task order statements of work to ensure that they fall within the scope/statement of work in the contract and may need to provide technical assistance/training to OSHA COTRs on this subject. DFCCC has begun to return task orders with work outside of the scope/statement of work in the contract to the program offices/COTRs responsible for their development citing the scope problems.
OASAM Response:
OASAM's initial response considered only the terms of the contract under
Section C.2 which is a general statement of the scope of work. In discussions
with OASAM representatives, we indicated the specific problems related
to the statement of work requirements of the contract included in Section
C.3. OASAM's subsequent response was that OSHA might want to consider using
a broader RFP with a broader statement of work to cover a wider variety
of consulting services.
[ Return
to OA Home Page ] [
Return
to OA Home Page (Text Only) ]