STATEMENT OF WORK
Replace Uninterruptible Power Supply (UPS) Batteries
1.SCOPE: Contractor shall provide all labor, tools, material, and parts, described in this Statement of Work (SOW) to replace the batteries on the UPS located in Patton Hall Building 1947, United States Army Central Command (ARCENT) Shaw Air Force Base, South Carolina.
1.1. BACKGROUND: This SOW applies to replacing the batteries in the UPS.
1.2. CONTRACTOR: Shall direct all questions or concerns to the ARCENT Facility Managers.
Monday through Friday. No work will be performed on Federal holidays or weekends.
3. GOVERNMENT REQUIREMENTS:
3.1. Provide storage for the UPS batteries.
3.2. Escort contractor on Shaw Air Force Base (if required)
4. CONTRACTOR REQUIREMENTS:
4.1. The Contractor shall perform all work on-site at building 1947, located at 1 Gabreski Drive, Shaw AFB, South Carolina 29152.
4.2. The Contractor shall furnish all labor, supervision, tools, equipment, material and parts, unless otherwise stated, to perform the requirements contained in this work statement.
4.3. The Contractor must properly dispose of all waste material.
4.4 The Contractor will replace the batteries on one unit at a time to ensure some backup power is available.
4.5. The Contractor shall be responsible for any malfunctions resulting from failure to follow manufacture instructions which results in violation of the manufacturer warranty regarding installation of all components.
4.6. The Contractor is responsible for protection of existing facilities equipment from damage during installation and testing operations.
4.7. The Contractor shall out-brief the Facility Manager on the status of the project daily.
4.8. Within 10 days after the contract award, the Contractor shall furnish to the Contracting Officer a personnel list containing the full name, address, date of birth, position classification, duty phone and date of employment for all employees working under this contract. The Contractor will update this list within one week after any personnel changes and submit the changes to the Contracting Officer and ARCENT Facility Manager (if required).
4.9. The Contractor shall identify and provide a Project Manager and Alternate project Manager Designation letter to the Contracting Officer or Facility Manager within 10 days after contract award (if required).
4.10. The Contractor shall submit to the Contracting Officer or Facility Manager a full report of any damages to Government property and/or equipment by the Contractor Employees. All damage reports shall be submitted within 24 hours after the occurrence. If any damages or loss of Government furnished property being worked on in accordance with this statement is caused by fault or neglect of the Contractor, the Contractor shall be responsible for the repair or replacement of the item(s), as directed by the Contracting Officer. Any such repair, replacement, or payment of cost under this paragraph shall be at the Contractor’s expense.
4.11. The Contractor may be required to re-prioritize workload based on Government mission requirements. These re-prioritizations will be identified in writing by the ARCENT Facility Manager.
4.12. In the event that the Contractor cannot complete an inspection as required, the Contractor shall submit a written report to the Contracting Officer or Facility Manager as to the reason the work could not be completed. The Contractor shall return the UPS back to the same operational capacity it was before the work began or provide a detailed outline of the work performed.
4.13. Occupational Safety and Health: The Contractor shall comply with the Occupational Safety and Health Act (OSHA). The Contractor shall be responsible for ensuring adherence to all applicable installation, state of South Carolina, and federal rules and regulations. The Contractor shall maintain an accurate record of and shall report to the Contracting Officer at (803)751-6713, Installation Safety Office (803) 895-1985, and Security Police (803) 895-3669, by telephone or in writing within two hours of occurrence, all accidents resulting in death, traumatic injury, occupational disease, or damage to property, materials, supplies, and equipment incident to work performed under this contract.
4.14. Contractors and employees entering Shaw AFB are required to have a background check. If the Contractor or employees require a background check, notify the Facility Manager at 803-885-8588 after being awarded this contract. Contractor and employees will still be required to provide a valid driver license, vehicle registration and proof of insurance at the Commercial or Main Entrance gate.
4.15. No weapons or ammunition are allowed on Shaw AFB. No hand held cell phones will be used while operating a vehicle on Shaw AFB, unless the phone is used with a Bluetooth or other type of ear piece.
5. ANTITERRORISM/OPERATION SECURITY REVIEW:
5.1. AT Level I Training: All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level 1 awareness training within 30 calendar days after the contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and sub contractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 30 calendar days after completion of training by all employees and subcontractor personnel. AT Level 1 awareness training is available at the following website: https://atlevel1.dtic.mil/at.
5.2. Access and General Protection /Security Policy and Procedures. Contractors and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policy and procedures (provided by government representatives). The Contractor will also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshall Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.
5.2. AT Awareness Training for Contractor Personnel Traveling Overseas. This standard language text required US based contractor employees and associated sub-contractor employees to make available and to receive government provided area of responsibility (AOR) specific AT awareness training as directed by AR 525-13. Specific AOR training content is directed by the combatant commander with the unit ATO being the local point of contact.
6. CONTRACTING MANAGEMENT REPORTING (CMR):
The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract Task Management Tool and Customer relationship Management via a secure data site. The Contractor is required to completely fill in all required data fields using the following web address:
http://www.ecmra.mil/. The required information includes:
7. WARRANTY:
7.1. Contractor shall provide the manufacture warranty for all new parts installed and one year warranty on labor. Warranty work request shall include the contractor’s travel to Shaw AFB.
8. COMPLETION:
This project will be complete after the final inspection by the ARCENT Facility Manager.