Statement of Work
733 FSS/FSV Food Services
Digital Marquee Installation
OVERVIEW: All work associated with this project is classified as minor construction/repair. The following is a list of principal work items. Additional work that is not listed but may be required to accomplish the desired results is inclusive in this project scope. The Contractor shall provide all labor, equipment, testing, transportation, supervision, perform field investigations, prepare design and construction documents according to the General Provisions, Clauses and SOW for the following project. All work will be coordinated with the Government. Field and track will NOT be occupied during construction.
WARRANTY: Warranty information: The vendor shall provide 5 Year manufacturer’s warranty and 1 year parts and labor warranty. Warranty starts when product is installed.
Delivery Address:
Resolute Dining Facility
695 Monroe Ave
Fort Eustis, VA 23604
- DESCRIPTION OF SERVICE: The purpose of this project is to demo and dispose of current stationary signage and replace it with a digital marquee for building 695 Resolute Dining Facility. This is a considered a routine facility maintenance repair that does not involve disturbing significant quantities of hazardous material such as asbestos and lead based paint.
- Equipment Procurement
- Procure one (1) digital LED marquee sign, meeting the following minimum specifications:
- Double sided 4X7 Display in a 6mm with a fabricated top illuminated ID cabinet 10”Hx7’3”W acrylic faces with reverse weeded applied black opec vinyl, illuminated with premium LEDs.
- Pixel Pitch: W6mm LED RGB
- Pixel Matrix: 192H X 336W
- Ventilation Style: Front Ventilation
- Cabinet Size: 4ft 5in H x 7ft 3in L x 5in D
- Viewing Area: 4ft H x 7ft L
- Cabinet Style: Double Face (Slim)
- Character Size: 20 lines / 67.2 Characters at a 2" type
- Approx. Weight: 727.00 Lbs.
- Warranty: Standard 5 Year warranty.
- Electrical Service: 120 VOLT 40.0 amps (20.00 per face) Single
- Brightness Daytime 7500 NITs Maximum; Nighttime 700 NITs Maximum
- Color LED RGB
- Color Capability Min. 1.2 Quintillion
- Includes Ignite Graphics Software
- Video up to 30 FPS
- Viewing Angles 150 Horizontal/95 Vertical
- Software Ignite OPx (cloud-based)
- Software Training Web Based Software Training
- Communications OPx - 4G Wireless with Watchfire Cellular
- Data Plan
- Wireless Data Plan Life-of-sign Data Plan
- Cabinet Separation Standard Up To 15 Feet
- SPECIAL REQUIREMENTS
- All demolition work shall comply with the provisions of Unified Facilities Criteria (UFC) 1-900-01 (Selection of Methods for the Reduction, Reuse and Recycling of Demolition Waste). And Environmental Management Procedure (EMP) 4.4.6.16 http://www.jble.af.mil/Units/Army/Eustis-Enviromental
- All work shall meet the requirements of the International Building Code (IBC), UFCs, AFI and any other applicable codes.
- If applicable, the Contractor shall provide the government with a complete inventory of Real Property installed Equipment (RPIE) including pictures for all new construction and renovation projects as require
- All construction shall meet or exceed all applicable International Building Codes (IBC), Unified Facilities Criteria (UFC) and Air Force Instructions (AFI). Where applicable, Contractor shall submit for approval, all required Fort Eustis, State and Federal environmental impact plans, soil erosion control plans, safety plans and digging permits.
- ARCHITECTURAL
Site Assessment and Planning
-
- Conduct a site visit to assess location suitability and mounting requirements.
- Coordinate with client representatives for access and installation scheduling.
- Verify structural support and electrical capacity.
DEMOLITION:
- Contractor shall demo existing sign and properly dispose of off post
- If present, demo any abandoned piping, steam, air and water lines to be identified
- If present, demo any hazardous material in accordance with special requirements above
NEW CONSTRUCTION:
- Prep site area
- Install new digital marquee
- HAZARDOUS CONDITIONS. During performance of work under this contract, should the contractor find conditions existing that prevent the performance of task specified; the Contracting Officer shall be immediately notified.
- GOVERNMENT FURNISHED PROPERTY AND SERVICES. The Government will provide reasonable utilities and workspace for the contractor to perform the requested duties. There are no covered or secure storage areas available. The contractor will provide all equipment and storage media necessary to perform tasks.
-
- TOILET FACILITIES: Use of existing toilet facilities in the immediate work area only will be permitted. Contractor personnel will ensure facility cleanliness is maintained at all times.
- SECURITY POLICE, FIRE PROTECTION AND FORCE PROTECTION: Forms of force protection may be required by the Base. The Contractor shall coordinate any placement of storage sheds (if required) with AT/FP criteria. The Contractor shall refer to UFC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings, for additional requirements.
- The government will provide general on-base security police and fire protection service.
- TELEPHONE: The government shall not provide telephone services. If available, contractor may use government phones in a case of emergencies or during field and site work. No long distance telephone calls will be authorized.
- HOURS OF OPERATION. Working hours for the contractor will normally be between the hours of 8:00 AM and 5:00 PM excluding Saturdays, Sundays, and Federal holidays. If the Contractor desires to work during periods other than above, additional government inspection forces may be required. The Contractor must make his/her request to the Contracting Officer five (5) calendar days in advance of his/her intention to work during other periods to allow assignment of additional inspection forces. If such force is reasonably available, the Contracting Officer may authorize the contractor to perform work during periods other than normal duty hours/days.
- OSHA REQUIREMENTS: All Contractor operations shall be conducted and performed in accordance with Department of Labor, OSHA requirements found in 29 CFR 1910 and 29 CFR 1926, project identified national standards, military manuals, instructions, pamphlets, standards and handbooks, and with the Corps of Engineers (COE) Safety Manual 385-1-1, dated 03 Sep 96.
- INSTALLATION AND REMOVAL SERVICES
-
- The contractor shall appoint an authorized representative who will be in the company’s senior representation on site for all customer communication and enforce compliance of all requirements for the project. This representative shall have a physical presence during any delivery and throughout assembly. Any deviation shall be agreed to by the authorized Government Representative or Contracting Officer.
- Contractor shall be liable for any damage to government property caused by the contractor, their employees, subcontractors, or their representatives.
- During delivery and assembly, the contractor shall protect all furniture and building materials, to include carpet, existing within the space with industry approved protective coverings inclusive of craft paper, moving blankets and such material. The contractor shall not use protective materials that will leave any type of residual print, outline or imaging on any furniture or building materials. Contractor shall not repair damage to finishes but will be responsible to pay for damages; the government will make repairs to furniture.
- The contractor shall uncrate/unpack all items and perform required assembly in accordance with the manufacturer instructions.
- Services shall include inspection of product for shipping damage. If damage is found it shall be the responsibility of the contractor to notify the authorized government representative and make all arrangements for replacement or repair of the item(s) damaged. Damaged items are not to be assembled unless otherwise directed by the authorized Government Representative.
- All work sites should be returned to pre-contract cleanliness conditions. Services shall include removal of packing materials from the installation. All trash removed from the worksite shall be disposed of in accordance with state laws, and packaging and other recyclable materials shall be recycled wherever possible.
- The contractor shall maintain environmental controls when working in any Air Force facility, to include but not limited to keeping doors shut and lights off when not in use an turning off vehicle engines when parked.
- Prior to acceptance, the contractor shall clean all equipment with the manufacturer’s recommended cleaning agents/products.
- The contractor shall provide all new components, completely assembled, and operational.
- The contractor shall inspect to ensure the equipment is free of surface dirt and defects and ready for use.
- INSPECTIONS/ACCEPTANCE CHECKLIST
-
- A post‐assembly assessment shall be coordinated with the contractor’s authorized representative and Government authorized Representative to ensure all items have been assembled satisfactorily and contract performance is completed IAW this SOW (to include any modifications).
- Upon completion of all contract requirements, the contractor will promptly submit the final invoice through WIDE AREA WORKFLOW to the government authorized representative.
- SECURITY REQUIREMENTS.
-
- LEVELS OF SECURITY. Fort Eustis security may be viewed as being one of three broad levels, the level in effect being dependent on the location or AREA of Fort Eustis in question.
- The lowest level of security exists in “GENERAL ACCESS” areas. These areas are all of Fort Eustis outside of the "USAF Controlled" and "USAF Restricted" areas.
- “USAF Controlled” access areas are the mid-level security areas. Presence within the CONTROLLED ACCESS AREA is by authorization; however, the movement of authorized personnel in and out of these AREAS is generally not impeded.
- The highest level of security on Fort Eustis is that within the “USAF RESTRICTED AREAS”. These areas are subdivided to be known as Protection Level 1, 2 or 3 AREAS. Work schedule requests or changes to existing schedules for work to be performed in a “USAF RESTRICTED AREA” shall be submitted at least 7 calendar days in advance for approval and coordination of Fort Eustis Security Forces.
-
-
- Closed Base. Fort Eustis is considered a closed base. All personnel entering must have specific permission of the installation commander for entry. This permission is granted when a Contractor employee is issued an identification card. The Contracting Officer will provide information necessary to obtain identification cards. The contractor shall be responsible to ensure that all of its employees obtain, and keep on their person at all times while working on the base, a USAF identification card. Upon completion of the work or termination of an employee, the contractor shall be responsible for turn in of identification cards to the Contracting Officer or to the Pass and Registration Office of the Security Forces.
NOTE: Failure to turn in badges will result in WITHHOLDING OF FINAL PAYMENT and revocation of any future badges issued b Pass and Registration Office to the employee and the contractor.
- IDENTIFICATION OF CONTRACTOR VEHICLES. Contractor vehicles must be marked on each side with company name with either permanent or semi-permanent/magnetic signage.
FAR 52.232-18 Availability of Funds.
Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
Quotes should be valid until 30-September 2025