statement of work (sow) project: repair … · “the best hometown in the army‐home of...

16
1 | Page Fort Carson “The Best Hometown in the ArmyHome of America’s Best!” STATEMENT OF WORK (SOW) PROJECT: REPAIR HARDSTAND 3/4 BCT 2491 PROJECT NUMBER: DPW14-086 DIRECTORATE OF PUBLIC WORKS 25 FEBRUARY 2015 FORT CARSON, COLORADO SPRINGS, CO 80913

Upload: dangtuyen

Post on 28-Apr-2018

218 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: STATEMENT OF WORK (SOW) PROJECT: REPAIR … · “The Best Hometown in the Army‐Home of America’s Best!” STATEMENT OF WORK (SOW) PROJECT: ... CONSTRUCTION ACTIVITIES, ... PROJECT

1 | P a g e Fort Carson 

“The Best Hometown in the Army‐Home of America’s Best!” 

STATEMENT OF WORK (SOW)

PROJECT: REPAIR HARDSTAND 3/4 BCT 2491

PROJECT NUMBER: DPW14-086

DIRECTORATE OF PUBLIC WORKS

25 FEBRUARY 2015

FORT CARSON, COLORADO SPRINGS, CO 80913

Page 2: STATEMENT OF WORK (SOW) PROJECT: REPAIR … · “The Best Hometown in the Army‐Home of America’s Best!” STATEMENT OF WORK (SOW) PROJECT: ... CONSTRUCTION ACTIVITIES, ... PROJECT

2 | P a g e Fort Carson 

“The Best Hometown in the Army‐Home of America’s Best!” 

1. SUMMARY DESCRIPTION OF WORK:

1.1. THE CONTRACTOR SHALL FURNISH ALL LABOR, EQUIPMENT, SUPPLIES AND MATERIALS, AND PERFORM ALL OPERATIONS NECESSARY TO:

1.1.1. DEMOLISH AND REPLACE CONCRETE HARDSTAND AT BLDG 2491 AS OUTLINED IN THE DRAWINGS PROVIDED. CLIN 0001 IS THE BASE BID AND CLINS 0002 – 0004 ARE OPTION BID ITEMS. THE GOVERNMENT RETAINS THE RIGHT TO AWARD THE OPTION BID ITEMS WITHIN 90 DAYS OF AWARD. THE EQUIPMENT AND STORAGE CONTAINERS WILL BE ON LOCATION AT ALL TIMES AND THUS IF MORE THAN THE BASE BID IS AWARDED, THE CONTRACTOR SHALL ACCOUNT FOR PHASED CONSTRUCTION. THUS, IF ANY ONE OR A COMBINATION OF THE OPTION BID ITEMS ARE AWARDED, THE CONTRACTOR SHALL COMPLETE CLIN 0001 PRIOR TO MOVING ONTO ANY OF THE OPTION BID ITEMS. THIS ALLOWS ENOUGH SPACE FOR THE UNIT TO MOVE THEIR EQUIPMENT FROM THE OPTION BID AREAS TO THE CLIN 0001 AREA SO THAT THE CONTRACTOR CAN BEGIN WORKING ON THE OPTION BID ITEMS. HOWEVER, AT MOST THERE WILL BE ONLY TWO PHASES.

1.1.1.1. CLIN 0001 – CONTRACTOR SHALL DEMOLISH AND REPLACE 5,118 SY OF CONCRETE HARDSTAND AS INDICATED ON DRAWING SHEET C – 2.0. CONTRACTOR SHALL PROVIDE A DEFORMED BAR AND ADDITIONAL CONCRETE ALLOWANCE AS OUTLINED ON SHEET G-2.0. THE CONTRACTOR SHALL PROVIDE A BASE COURSE ALLOWANCE AS OUTLINED ON SHEET G-2.0.

1.1.1.2. CLIN 0002 – CONTRACTOR SHALL DEMOLISH AND REPLACE 900 SY OF CONCRETE HARDSTAND AS INDICATED ON DRAWING SHEET C – 2.0. CONTRACTOR SHALL PROVIDE A DEFORMED BAR AND ADDITIONAL CONCRETE ALLOWANCE AS OUTLINED ON SHEET G-2.0. THE CONTRACTOR SHALL PROVIDE A BASE COURSE ALLOWANCE AS OUTLINED ON SHEET G-2.0.

1.1.1.3. CLIN 0003 – CONTRACTOR SHALL DEMOLISH AND REPLACE 910 SY OF CONCRETE HARDSTAND AS INDICATED ON DRAWING SHEET C – 2.0. CONTRACTOR SHALL PROVIDE A DEFORMED BAR AND ADDITIONAL CONCRETE ALLOWANCE AS OUTLINED ON SHEET G-2.0. THE CONTRACTOR SHALL PROVIDE A BASE COURSE ALLOWANCE AS OUTLINED ON SHEET G-2.0.

1.1.1.4. CLIN 0004 – CONTRACTOR SHALL DEMOLISH AND REPLACE 2,679 SY OF CONCRETE HARDSTAND AS INDICATED ON DRAWING SHEET C – 2.0. CONTRACTOR SHALL PROVIDE A DEFORMED BAR AND ADDITIONAL CONCRETE ALLOWANCE AS OUTLINED ON SHEET G-2.0. THE CONTRACTOR SHALL PROVIDE A BASE COURSE ALLOWANCE AS OUTLINED ON SHEET G-2.0.

1.1.2. THE PERIOD OF PERFORMANCE FOR THIS WORK IS 30 DAYS FOR ADMINISTRATIVE AND PERMIT REQUIREMENTS, 90 DAYS OF ONSITE CONSTRUCTION OF THE BASE BID, AND 90 DAYS OF ONSITE CONSTRUCTION OF ALL OPTIONAL BID ITEMS COMBINED. IF ONLY THE BASE BID IS AWARDED, THE CONTRACTOR’S PERIOD OF PERFORMANCE WILL BE 150 DAYS. IF ANY COMBINATION OF THE OPTION BID ITEMS ARE AWARDED, THE CONTRACTOR’S PERIOD OF PERFORMANCE WILL BE 210 DAYS.

Page 3: STATEMENT OF WORK (SOW) PROJECT: REPAIR … · “The Best Hometown in the Army‐Home of America’s Best!” STATEMENT OF WORK (SOW) PROJECT: ... CONSTRUCTION ACTIVITIES, ... PROJECT

3 | P a g e Fort Carson 

“The Best Hometown in the Army‐Home of America’s Best!” 

1.2. THE CONTRACTOR SHALL COMPLY WITH THE NEPA REQUIREMENTS OUTLINED IN ENCLOSURE 6 WHICH OUTLINES PROVISIONS TO HELP ENSURE CONTRACTOR COMPLIANCE WITH ENVIRONMETAL LAW. INCLUDE A SPILL PREVENTION AND RESPONSE PLAN WITH EVERY PROJECT. WHERE CONFLICTS EXISTS, THE MORE STRINGENT STANDARD SHALL APPLY. IF THE CONTRACTOR REQUIRES DIRECTION ON WHICH STANDARD IS MORE STRINGENT, PLEASE PROVIDE YOUR COMMENTS TO THE GOVERNMENT PROJECT MANAGER VIA THE CONTRACTING OFFICER.

1.3. PRE-CONSTRUCTION SITE SURVEY: PRIOR TO THE START OF ANY ON-SITE CONSTRUCTION ACTIVITIES, THE CONTRATOR SHALL CONDUCT A CONDITION SURVEY WITH THE FORT CARSON CONSTRUCTION INSPETOR, AFTER WHICH THE CONTRACTOR SHALL NOTE THE CONDITION OF TREES, SHRUBS, GRASSED AREAS, CONCRETE, AND ANY STRUCTURAL DAMAGE THAT MAY EXIST IMMEDIATELY WITHIN OR ADJACNE TO THE WORK SITE.

1.4. SUBMITTAL REGISTER: A SUBMITTAL REGISTER IS PROVIDED FOR THIS PROJECT, AND IS A SUPPLEMENTAL DOCUMENT TO THE FRONT RANGE SABER SPECIFICATIONS. PROVIDE SUBMITTALS AND MAINTAIN THE SUBMITTAL REGISTER THROUGHTOUT THE PROJECT CONSTRUCTION PERIOD OF PERFORMANCE, AS REQUIRED BY THE FRONT RANGE SABER SPECIFICATIONS SECTION 01 33 00, SUBMITTAL PROCEDURES. THIS LIST OF SUBMITTALS IS NOT ALL-INCLUSIVE; OTHER SUBMITTALS AND FORMS MAY BE REQUIRED BY THE CURRENT FRONT RANGE SABER CONTRACT DOCUMENTS. CONTRACTOR SHALL SUBMIT THE MASTER SUBMITTAL REGISTER TO CONTRACTING WITHIN 14 DAYS AFTER THE NOTICE TO PROCEED (NTP).

1.5. THE FRONT RANGE SABER COEFFICIENT FOR THIS PROJECT IS STANDARD-NONSECURED GREATER THAN $750,000.

1.6. THE CONTRACTOR SHALL PREPARE AND SUBMIT A DRAFT DD FORM 1354, TRANSFER AND ACCEPTANCE OF MILITARY REAL PROPERTY, FOR ALL INSTALLED PROPERTY (BY BUILDING NUMBER IF MULTIPLE BUILDINGS ARE INVOLVED IN THE PROJECT/TASK ORDER) TO THE CONTRACTING OFFICER. THE DRAFT 1354 SHALL BE SUBMITTED NO LATER THAN 30 DAYS AFTER THE NOTICE TO PROCEED. THIS DRAFT 1354 WILL BE REVIEWED BY REAL PROPERTY TO RESOLVE ANY ISSUES AND PROVIDE CLARITY TO THE CONTRACTOR FOR INCLUSION IN THE FINALL DD FORM 1354 PROVIDED BY THE CONTRACTOR AT THE TIME OF BENEFICIAL OCCUPANCY DATE (BOD).

2. PROJECT CLOSEOUT:

2.1. SUPPLY AS-BUILT DRAWINGS AT THE CONCLUSION OF THE PROJECT. THE DRAWINGS SHALL COMPLY WITH GOVERNMENT ARCHITECTRAL ENGINEERING AND CONSTRUCTION 5 (AEC-5) STANDARDS. A MICROSTATION (.DGN) FILE WILL BE SUPPLIED TO THE WINNING CONTRACTOR AFTER AWARD AS THE BASIS FOR THEIR AS-BUILT DRAWINGS.

2.2. SUPPLY FOUR (4) HARDCOPIES OF OPERATIONS AND MAINTENANCE (O&M) MANUALS, AND TWO (2) ON CD.

2.3. PROJECT CLOSEOUT DELIVERABLES – NOTIFY THE REAL PROPERTY OFFICE OF THE CONSTRUCTION CLOSEOUT VIA THE CONTRACTOR COMPLETED DD FORM 1354 (NOTE: BENEFICIAL OCCUPANCY DATE MUST BE COMPLETED PRIO TO SUBMITTING TO THE REAL POPERTY OFFICE). ALL DRAWINGS, O&M MANUALS, AND CDS SHALL BE DELIVERED TO THE CONSTRUCTION REPRESENTATIVE WITHIN TWO (2) WEEKS OF THE PROJECT CLOSEOUT.

3. PROJECT CLOSURES:

Page 4: STATEMENT OF WORK (SOW) PROJECT: REPAIR … · “The Best Hometown in the Army‐Home of America’s Best!” STATEMENT OF WORK (SOW) PROJECT: ... CONSTRUCTION ACTIVITIES, ... PROJECT

4 | P a g e Fort Carson 

“The Best Hometown in the Army‐Home of America’s Best!” 

3.1. THE CONTRACTOR WILL NOT BE ALLOWED TO WORK ON INDEPENDENCE DAY OR VETERANS DAY OR THEIR OBSERVATION DAYS.

4. ENCLOSURES:

4.1. 4283 4.2. CONSTRUCTION DRAWINGS 4.3. AF66 SUBMITTAL FORMS 4.4. NEPA PROJECT REVIEW AND ASSOCIATED DOCUMENTS 4.5. AS-BUILT SPECIFICATION 4.6. AT/OPSEC REQUIREMENTS

Page 5: STATEMENT OF WORK (SOW) PROJECT: REPAIR … · “The Best Hometown in the Army‐Home of America’s Best!” STATEMENT OF WORK (SOW) PROJECT: ... CONSTRUCTION ACTIVITIES, ... PROJECT

Enclosures Project: Repair Hardstand 3/4 BCT 2491 Project #: DPW14-086

Enclosure 1 4283

Page 6: STATEMENT OF WORK (SOW) PROJECT: REPAIR … · “The Best Hometown in the Army‐Home of America’s Best!” STATEMENT OF WORK (SOW) PROJECT: ... CONSTRUCTION ACTIVITIES, ... PROJECT

Facilities Engineering Work Request (DA FORM 4283) RED ASTERISK FIELDS ARE REQUIRED *

(DPW CUSTOMERS)

CUSTOMER CODE: DATE: Overwrite: DPW 4/24/2014 No

WORK REQUEST NUMBER: CUSTOMER ID:

DPW INDICATOR: CUSTOMER RANK (HIGHEST = 1):

FACILITY NUMBERS (1234, 5678, ETC.):

Project Title Short Description:

AUTHORIZED REQUESTOR:

EMAIL: PHONE NUMBER:

DETAILED WORK DESCRIPTION:

JUSTIFICATION:

DPW14-086DPW

3 Select...

2491

Repair Hardstand, 3/4 BCT 2491

Marcelo Maier

[email protected] 524-1884

Remove and replace 19,000 SY of concrete hardstand in 3/4 BCT Foot Print. Existing pavement has failed and needs to be replaced. Improve drainage of hardstand parking area

Concrete slabs are falling apart at the edges. This could become a hazard to Employees, Soldiers and Equipment Costing the government money for damages.

REMARKS:

(OFFICIAL PERSONNEL COMMENT AREA)Engineering:

Environmental:

Housing:

Master Planning:

This project requires environmental review and NEPA documentation prior to project initiation. Those processes have begun and will be provided NLT 10 working days. DF 5/1/14

Environmental comments attached. DF 5/12/14.

Page 7: STATEMENT OF WORK (SOW) PROJECT: REPAIR … · “The Best Hometown in the Army‐Home of America’s Best!” STATEMENT OF WORK (SOW) PROJECT: ... CONSTRUCTION ACTIVITIES, ... PROJECT

BOID COMMENTS:

NEPA REVIEW DATE:

ATTACH FILES:

Operations:

Fire Department:

NEC:

Physical Security:

Safety Office:

No issuesDWC 30 Apr 14

Due Back 5/8/2014 TE// Put on UFR List 5/12/2014 TE// At Engineers for Execution 6/16/2014 TE

5/12/2014

Status (Status Date Must Be Selected As Well Or Form Will Not Submit)

new 4/24/2014

Out For Staffing 4/24/2014

UFR 5/12/2014

Engineering (Design) 6/16/2014

Initial Estimate Amount Estimate Date

(Approving Official Only)

Work To Be PerformedCONTRACT

Work ClassK

Amount Funded Engineering Svcs

TOTAL AMOUNT FUNDED

NaNTOTAL AMOUNT UNFUNDED

Page 8: STATEMENT OF WORK (SOW) PROJECT: REPAIR … · “The Best Hometown in the Army‐Home of America’s Best!” STATEMENT OF WORK (SOW) PROJECT: ... CONSTRUCTION ACTIVITIES, ... PROJECT

Enclosures Project: Repair Hardstand 3/4 BCT 2491 Project #: DPW14-086

Enclosure 4 NEPA Project Review and

Comment Form

Page 9: STATEMENT OF WORK (SOW) PROJECT: REPAIR … · “The Best Hometown in the Army‐Home of America’s Best!” STATEMENT OF WORK (SOW) PROJECT: ... CONSTRUCTION ACTIVITIES, ... PROJECT

MITIGATION MEASURES / REQUIREMENTS TABLEProponent Name:

Marcelo MaierProject Number:

DPW14-086POC Phone:

719-524-1884NEPA Number:

2014-362dTitle:

Repair Hardstand, 3/4 BCT 2491

Description:Remove and replace 19,000 SY of concrete hardstand in 3/4 BCT Foot Print. Existing pavement has failed and needs to be replaced. Improve drainage of hardstand parking area.

AIRLana Altepeter 526-6601

Proposed activity has the potential to stir up dust so please review and follow dust recommendations set forth in the Fort Carson Fugitive Dust Plan.

WASTEWATER/DRINKING WATERHarold Noonan 526-1730

StormwaterSuzy Rohrs 526-1697

Janine Hegeman 524-4925

Fort Carson holds a Municipal Separate Storm Sewer System (MS4) Permit as issued by the EPA. The MS4 permit requires that best management practices (BMPs) be implemented prior to the start of earth disturbing activities to ensure that only uncontaminated, sediment free stormwater runoff is allowed to discharge to local drainages or storm drains. The contractor/construction entity must implement BMPs that prevent these types of discharges from leaving the project area for the duration of the project, regardless of the project size. Examples of prohibited discharges include but are not limited to concrete washout water and water from concrete saw cuts; water contaminated with sediment, detergents, or petroleum products; and super-chlorinated water from utility line flushing.

Asbestos/Lead/ToxicsDavid Martin 526-1725

No concerns.

IRPBecky Allen 526-1682

Project is located near former Underground Storage Tanks, USTs (now closed), and Solid Waste Management Units (SWMUs).

In the event that soil contamination adjacent to a former UST is encountered, the contractor must be prepared for the following:

1) Report contaminated soil to DPW's Environmental Division as soon as it is encountered.2) Provide appropriate health and safety support.3) Sample/analyze, manage, and dispose of the soil in accordance with the requirements of the Colorado Division of Oil and Public Safety.4) Provide documentation of the activities listed above to DPW's Environmental Division.

AST/UST/SPILLJoe Gallegos 526-8001

Any moving of Aboveground Storage Tanks (ASTs) or the installing of Aboveground or Underground Storage Tanks must be coordinated through the AST Program Manager (526-1687). No AST may be

Page 10: STATEMENT OF WORK (SOW) PROJECT: REPAIR … · “The Best Hometown in the Army‐Home of America’s Best!” STATEMENT OF WORK (SOW) PROJECT: ... CONSTRUCTION ACTIVITIES, ... PROJECT

given away to any contractor demolishing any building on Ft. Carson or moved by anyone without coordination with the AST Program Manager. Any information required by State Regulatory requirements of Aboveground Storage Tanks (ASTs) or Underground Storage Tanks (USTs) needs to be submitted to the AST Program Manager prior to any decisions being made on areas within the Ft. Carson Garrison. Any tank capacity of 600 gallons or greater (AST/UST) must be registered with OPS.

RCRA/HAZ WASTEDavid Kelley 526-1686

No comments regarding the information presented for this project.

NOXIOUS WEEDSJames Kulbeth 526-1685

CULTURAL RESOURCESBetty Whiting 526-3796

No historic properties affected. Inadvertent Discovery of Archaeological, Cultural, or Paleontological Materials Standing Operating Procedure applies.

FORESTRY/URBAN FORESTRYDan Gray 526-1692

Protect existing trees along McGrath Ave. Standard forestry comment apply. 1. Recommended mitigation factors to prevent a possible significant impact to Fort Carson’s Urban Forest or MBTA violation. a) Tree(s) should be retained and incorporated into the landscape of the project. b) If tree(s) in the project area must be removed then the proponent should replace the tree at the 4 to 1 ratio to mitigate the loss of urban forest to the community. Refer to the Installation Design Guide for the approved tree list. c) If the tree can be transplanted (less than 6” dbh) the proponent should fund their relocation. d) Tree(s) remaining on-site that are damage or removed may be charged to the contractor or responsible party. e) Tree(s) remaining on-site should be protected from construction/equipment activities. The critical root zone (drip line) of the tree and the tree trunk must be protected. No stockpiling of materials or fill within the Critical Root Zone of the tree. Refer to the Installation Design Guide for proper tree care. f) Coordinate with DPW Wildlife to avoid Migratory Bird Treaty Act (MBTA) violations. g) All active nests are protected under the MBTA. 2. The appraised value will be calculated using the Council of Tree and Landscape Appraisers CTLA (1992) trunk formula method. 3. All trees deemed necessary for removal are subject to Army Regulation 200-1 (Section 4-3, d., 7 and 8) and Reference Memorandum DAIM-ED, 11 Jan 2007. This policy dictates that all merchantable wood products on Army Lands may not be abandoned, destroyed, or donated. a) Fort Carson has a merchantable wood products sales program. Proceeds are deposited into the U.S. Treasury under the Forestry Reimbursable Account. Wood sales require a Fort Carson Forest Product Sales Permit. b) Merchantable wood: All wood greater than 4” diameter and up to 20” diameter will be cut into 14-16” lengths and delivered/dropped off at Building 155 woodlot (Community Recycle Center east of Gate 3). c) All slash (less than 4” diameter), stump, root ball, and wood greater than 21” diameter will not be accepted as merchantable wood. Disposal shall be in accordance to contract. d) The proponent must contact DPW-Environmental Forestry at 526-1667/1692 when tree removal is scheduled and arrange with the Installation Recycle Center Manager (491-0218) to have the wood yard open for delivery. 4. Refer to CSU standard, 'The Science of Planting Trees" Master Gardner notes #633 for tree planting specifications. Most common problems; tree planting hole is not 3X the size of the root ball or saucer shaped, 2/3 of tree basket is not removed and improper spacing between trees. Because of environmental conditions all trees and shrubs must be on drip irrigation systems and provided supplemental irrigation during dry winters.

WATERSHEDS/WETLANDS/404James Kulbeth 526-1685

No comment.

WILDLIFEStephanie Smith 526-8006

Roger Peyton 524-5395

No comment.

OTHER

Page 11: STATEMENT OF WORK (SOW) PROJECT: REPAIR … · “The Best Hometown in the Army‐Home of America’s Best!” STATEMENT OF WORK (SOW) PROJECT: ... CONSTRUCTION ACTIVITIES, ... PROJECT

NEPA POCsDeb Benford 719-526-4666Jack Haflett 719-526-6206Diane Frost 719-526-0896

The Fort Carson NEPA Office must be notified of any change to the scope, location, or size of the project. Project proponent is responsible to ensure coordination,

monitoring, and mitigation requirements listed in this document are implemented.Further Coordination May Be Required:

Finalized Date:

Click here to sign this section

Signed by FROST.DIANE.J.1147158200 View detailson Thursday, January 22, 2015 3:36 PM (Mountain Standard Time)

1/22/2015**Subject to Requirements Above and Project Initiation Within 180 days. If project is not initiated

within 180 days, and/or there is a change in scope of work or location this document becomes null and void. Contact the NEPA Coordinator for re-submittal.

Any environmental information needed to meet permit requirements (i.e. historic properties, T&E Species, Air Quality. etc) can be obtained from the Fort Carson Program POCs listed above.

CAUTION: IF THIS FORM IS PROVIDED AS AN ATTACHMENT TO, OR OTHERWISE AS A PART OF, A CONTRACT, THE FOLLOWING APPLIES:

The above information represents assessments from the Fort Carson DPW Environmental Division concerning environmental requirements relating to this project. These assessments are

provided for the Contractor’s information only. The Government does not warrant that these assessments are accurate or comprehensive. The Contractor remains responsible to determine

and comply with all applicable federal, state, local, and military environmental laws and regulations.

Fort Carson has implemented an Environmental Management System (EMS) asthe primary management approach for addressing environmental impacts of its

processes, activities, and services. Fort Carson uses the ISO 14001:2004 as the

Page 12: STATEMENT OF WORK (SOW) PROJECT: REPAIR … · “The Best Hometown in the Army‐Home of America’s Best!” STATEMENT OF WORK (SOW) PROJECT: ... CONSTRUCTION ACTIVITIES, ... PROJECT

standard for its EMS. All personnel performing work for or on behalf of FortCarson must be aware of and understand Fort Carson’s Environmental Policy. For

information regarding EMS requirements contact the Fort Carson EMS office at719-526-8893.

Page 13: STATEMENT OF WORK (SOW) PROJECT: REPAIR … · “The Best Hometown in the Army‐Home of America’s Best!” STATEMENT OF WORK (SOW) PROJECT: ... CONSTRUCTION ACTIVITIES, ... PROJECT

InadvertentDiscoveryofArchaeological,Cultural,orPaleontologicalMaterials

In the event that a cultural resource, item of cultural material, or vertebrate paleontological resource is encountered during an undertaking, it is Fort Carson’s policy to make reasonable efforts to avoid, minimize, or mitigate adverse effects to those resources until the CRM can make a recommended determination of eligibility for inclusion in the NRHP and/or of the significance of the material. This process applies to newly discovered sites, as well as for a discovery on or near previously recorded properties where additional cultural materials or features may have been exposed. Note: A vertebrate paleontological resource is defined as fossil remnants from aquatic vertebrates (fish) to mammals, including birds. Inadvertent Discovery of Archaeological Materials: Upon discovery, the following actions will be taken: 1. The project proponent, coordinator, or contractor will notify the Cultural Resources Manager

(CRM) immediately, and all project work will cease within 30 meters of the site or discovery until otherwise notified by the CRM.

2. The CRM will inspect the site where archaeological materials have been discovered. 3. Documentation of the disturbance will be made, including notes and photographs. 4. The CRM will investigate to determine if the discovery constitutes a site with the potential to

be eligible for inclusion in the National Register of Historic Properties (NRHP). If so, the CRM will initiate the Section 106 consultation process using 36 CFR 800.4 through 800.6, as applicable.

Willful Destruction of Archaeological Materials: The willful destruction, unauthorized excavation, removal, damage, or defacement of archeological materials is a violation of the Archaeological Resources Protection Act of 1979 (ARPA, as amended) and may result in a felony prosecution. The Integrated Natural Resource Management Plan (INRMP) provides for implementation of provisions under these laws. It is Fort Carson’s intent to prosecute anyone who vandalizes archeological sites or removes from federal property cultural materials or Native American remains or cultural items. See Section 4.c. Conservation Law Enforcement of the INRMP for details and enforcement procedures. Native American Human Remains: In the event the find is or is suspected to be Native American human remains or funerary objects that are or may have been associated with human remains, the CRM will follow the stipulations and guidelines outlined in the Fort Carson NAGPRA policy, found within the Comprehensive Agreement between Fort Carson and 11 federally-recognized Native American Tribes. Project Monitoring: Monitoring by Cultural Resources Management Program (CRMP) personnel may occur for activities or projects that are planned in areas that are known or suspected to have a greater likelihood for subsurface archaeological materials. The CRM will determine the appropriate level of monitoring and coordinate a schedule with the project proponent.

Page 14: STATEMENT OF WORK (SOW) PROJECT: REPAIR … · “The Best Hometown in the Army‐Home of America’s Best!” STATEMENT OF WORK (SOW) PROJECT: ... CONSTRUCTION ACTIVITIES, ... PROJECT

Enclosures Project: Repair Hardstand 3/4 BCT 2491 Project #: DPW14-086

Enclosure 6 AT-OPSEC

Page 15: STATEMENT OF WORK (SOW) PROJECT: REPAIR … · “The Best Hometown in the Army‐Home of America’s Best!” STATEMENT OF WORK (SOW) PROJECT: ... CONSTRUCTION ACTIVITIES, ... PROJECT

  Contract Title: ________________________________________________

  Location: ________________________________________________

  Solicitation/Contract  No: ________________________________________________

YES N/A

 CONTRACT REQUIREMENTS PACKAGE  ANTITERRORISM/OPERATIONS 

SECURITY REVIEW COVER SHEET 

Section A.  Purpose of cover sheet is to document the review of the requirements package performance work statement (PWS)/statement of work (SOW)/statement of 

requirements (SOR) for antiterrorism (AT) and other related protection matters to include, but not limited to: operation security (OPSEC), information assurance (IA), physical 

security, law enforcement, intelligence, and foreign disclosure.

Army policy requirement:  Signed AT/OPSEC cover sheet is required to be included in all requirements packages except for supply contracts under the simplified acquisition 

level threshold ($150K), field ordering officer actions and Government purchase card purchases. Local policy may require this form for supply contracts under the simplified 

acquisition level threshold based on risk and threat.

Mandatory review and signatures:  The organizational Antiterrorism Officer (ATO) and OPSEC Officer must review each requirements package, unless a signed class approval 

request form is completed, prior to submission to supporting contracting activity to include coordination with other staff review as appropriate.  If the requiring activity (RA) 

does not have an ATO or OPSEC Officer, the first ATO and OPSEC Officer in the chain of command will review the contract for AT/OPSEC considerations.  

Section B.  Standard Contract Language and/or Additional PWS/SOW/SOR Language. The applicability of each requirement must be considered and each block must be 

checked "Yes" or "N/A". If the standard PWS/SOW/SOR language text found in Section G. of this form is sufficient to meet specific contract request requirements, check "Yes" 

in block below and include this language in the PWS/SOW/SOR.  If the standard PWS/SOW/SOR language applies, but is not in of itself sufficient, check "Yes"  and include both 

the standard language and additional contract specific language in the PWS/SOW/SOR.  If standard  PWS/SOW/SOR language text does not apply, check "N/A".

4. iWATCH and/or CorpsWatch training

7. Requirement for OPSEC training

11. Contract requiring performance or delivery in a foreign country (OCONUS)12. Handling/Access to Classified Information

Section C.    Required Performance Work Statement Language(s)  (see Section G. for sample language)

1. AT level 1 training (general)

3. Access and general protection policy and procedures

10. Contractors Authorized to Accompany the Force (OCONUS)

2. AT awareness training for US based contractor personnel traveling overseas

5. Access to government information systems6. OPSEC SOP/Plan requirements

8. Information assurance/information technology training9. Information assurance/information technology training certification

Reviewer_______________________________

Typed or printed name, rank/civ grade

_______________________________

    Signature

Date _____________________________

Phone Number   ___________________

Section F.  Operations Security Review Signature.  I am OPSEC Level II certified and I have reviewed the requirements package IAW Section B. above, and understand my 

responsibilities IAW Army Regulation 530‐1, Operations Security.

Reviewer_______________________________

Typed or printed name, rank/civ grade

_______________________________

    Signature

Date _____________________________

Phone Number   ___________________

Section E.  Antiterrorism Review Signature.  I am ATO Level II certified and I have completed the review of the requirements package IAW Section B. above, and understand 

my responsibilities IAW Army Regulation 525‐13, Antiterrorism.

Section D.  Remarks: 

1  of  2             

ANNEX A To OPORD 2013-74 (Integrating Antiterrorism (AT) and OperationsSecurity (OPSEC) into the Acquisition Process)

S0CWHJGK
Typewritten Text
* If using digital signatures, after the FINAL digital signature, select the "Lock document after signing" block in the Adobe dialogue box that appears.
S0CWHJGK
Typewritten Text
S0CWHJGK
Typewritten Text
S0CWHJGK
Typewritten Text
S0CWHJGK
Typewritten Text
S0CWHJGK
Typewritten Text
S0CWHJGK
Typewritten Text
S0CWHJGK
Typewritten Text
S0CWHJGK
Typewritten Text
*
S0CWHJGK
Typewritten Text
*
S0CWHJGK
Typewritten Text
S0CWHJGK
Typewritten Text
S0CWHJGK
Typewritten Text
Page 16: STATEMENT OF WORK (SOW) PROJECT: REPAIR … · “The Best Hometown in the Army‐Home of America’s Best!” STATEMENT OF WORK (SOW) PROJECT: ... CONSTRUCTION ACTIVITIES, ... PROJECT

7. For Contracts that Require OPSEC Training.  Per AR 530‐1, Operations Security, contractor employees must complete Level I OPSEC Training within 30 calendar days of contract award.

Proposed language: "All new contractor employees will complete Level I OPSEC training within 30 calendar days of their reporting for duty.  Additionally, all contractor employees must 

complete annual OPSEC awareness training."

1.  AT Level I Training. This provision/contract text is for contractor employees with an area of performance within an Army controlled installation, facility or area.  Proposed language: "All

contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 

30 calendar days after 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 subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 5 calendar days after completion of 

training by all employees and subcontractor personnel.  AT Level I awareness training is available at the following website:  https://atlevel1.dtic.mil/at ."

3.  Access and General Protection/Security Policy and Procedures. This standard language text is for contractor employees with an area of performance within an Army controlled

installation, facility or area.  Proposed language: "All contractor and all associated sub‐contractors employees shall comply with applicable installation, facility and area commander 

installation/facility access and local security policies and procedures (provided by government representative).  The contractor shall also provide all information required for background 

checks to meet installation access requirements to be accomplished by installation Provost Marshal 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."

6. For Contracts that Require an OPSEC Standing Operating Procedure/Plan.  This standard language text is for contractor employees with an area of performance for classified contracts or

if the contract employee has access or responsibility to protect critical information. The Contractor, in collaboration with RA OPSEC Officer, shall develop an OPSEC Standard Operating 

Procedure (SOP)/Plan within 90 calendar days of contract award per AR 530‐1, Operations Security.  Proposed language:  "The Contractor shall develop an OPSEC SOP/Plan within 90 days 

of contract award. The OPSEC SOP/Plan must be reviewed and approved by the RA OPSEC Officer. The SOP/Plan will include the government's critical information, why it needs to be 

protected, where it is located, who is responsible for it, and how to protect it. In addition, the contractor shall identify an individual who will be an OPSEC Coordinator."  

8. For Information assurance (IA)/information technology (IT) training.   This standard language text is for contract employees who need network access and/or working IA/IT functions.

Proposed language: "All contractor employees and associated sub‐contractor employees must complete the DoD IA awareness training before issuance of network access and annually 

thereafter All contractor employees working IA/IT functions must comply with DoD and Army training requirements in DoDD 8570 01 DoD 8570 01‐M and AR 25‐2 within six months of

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.  Proposed language: "All  US based contractor employees and associated sub‐contractor employees traveling 

overseas will receive the government provide AOR specific AT awareness training prior to departure".

5. Contractor Employees Who Require Access to Government Information Systems. This standard language text is for contractor employees with access to government info system. 

Proposed language: "All contractor employees with access to a government info system must be registered in the ATCTS (Army Training Certification Tracking System) at commencement of 

services, and must successfully complete the DOD Information Assurance Awareness prior to access to the information systems and then annually thereafter IAW AR 380‐67 (Personnel 

Security Program) and Homeland Security Presidential Directive 12 (Policy for a Common Identification Standard for Federal Employees and Contractors) ."         

4. iWATCH and/or CorpsWatch Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area.  Proposed

language: "The contractor and all associated sub‐contractors shall brief all employees on the local iWATCH, Corps Watch, or See Something, Say Something program (training standards 

provided by the requiring activity ATO).  This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious 

activity to the COR.  This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results 

reported to the COR NLT 5 calendar days after contract award."  

Section G.   Standard Contract Provision and Clause Text Applicability and/or Additional PWS/SOW/SOR Language. 

15. Pre‐screen candidates using E‐Verify Program.  Proposed language: "The Contractor must pre‐screen Candidates using the E‐verify Program (http://www.dhs.gov/E‐Verify) website to

meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to ensure the correct 

information is entered into the E‐verify system.  An initial list of verified/eligible Candidates must be provided to the COR no later than  3 business days after the initial contract award." 

*When contracts are with individuals, the individuals will be required to complete a Form I‐9, Employment Eligibility Verification, with the designated Government representative.  This 

Form will be provided to the Contracting Officer and shall become part of the official contract file.

12. For Contracts That Require Handling or Access to Classified Information.  Contractor shall comply with FAR 52.204‐2, Security Requirements.  This clause involves access to information

classified “(Con)fidential,” “(Sec)ret,” or “Top (Sec)ret”. Proposed language:  "The Contractor shall comply with the Security Agreement (DD Form 441), including the National Industrial 

Security Program Operating Manual (DoD 5220.22‐M), any revisions to DOD 5220.22‐M and Army Regulation 380‐49, Industrial Security. The DD254 will be attached with the contract."

11. For Contract Requiring Performance or Delivery in a Foreign Country.  DFARS Clause 252.225‐7043, Antiterrorism/Force Protection for Defense Contractors Outside the US. The clause

shall be used in solicitations and contracts that require performance or delivery in a foreign country. This clause applies to both contingencies and non‐contingency support.  Proposed 

language: "All non‐local contracting personnel will comply with theater clearance requirements and allows the combatant commander to exercise oversight to ensure the contractor’s 

compliance with combatant commander and subordinate task force commander policies and directives."

10. For Contractors Authorized to Accompany the Force.  DFARS Clause 252.225‐7040, Contractor Personnel Authorized to Accompany U.S. Armed Forces Deployed Outside the United

States. The clause shall be used in solicitations and contracts that authorize contractor personnel to accompany US Armed Forces deployed outside the US in contingency operations; 

humanitarian or peacekeeping operations; or other military operations or exercises, when designated by the combatant commander.  Proposed language: "All contractor employees shall 

ensure the following AT/OPSEC requirements are meet prior to deploying personnel authorized to accompany U.S. Armed Forces outside the Untied States: required compliance with laws 

and regulations, pre‐deployment requirements, required training (per combatant command guidance), and personnel data required."

16. For contract requiring armed security guards.  This standard language text is for contractor employees with an area of performance within an Army controlled installation, facility or

area. The Physical Security Officer must or will review the PWS/SOW with the Contracting Officer (KO) for accuracy and completeness of AR 190‐11 requirements.  Proposed language: "All 

contractor  and all associated sub‐contractors employees shall comply with applicable installation, facility and area commander installation/facility policies and procedures on storing 

weapons and ammunition  IAW AR 190‐11 (provided by government representative)."   

9. For information assurance (IA)/information technology (IT) certification.  Per DoD 8570.01‐M , DFARS 252.239.7001 and AR 25‐2, the contractor employees supporting IA/IT functions 

shall be appropriately certified upon contract award.  The baseline certification as stipulated in DoD 8570.01‐M must be completed upon contract award. Proposed language: "All 

contractor employees supporting IA/IT functions shall be appropriately certified upon contract IAW DoD 8570.01‐M, DFARS 252.239‐7001 and AR 25‐2.  The baseline certification as 

stipulated in DoD 8570.01‐M must be completed upon contract award."

13. Will be escorted in areas where they may be exposed to classified and/or sensitive materials  and/or sensitive or restricted areas.  The contractor will coordinate with the COR and/or

the facility security office for access when required.  (Use when security clearances are not required, i.e. facility repair or construction).  Proposed language: "All contract employees, 

including subcontractor employees who are not in possession of the appropriate security clearance, will be escorted in areas where they may be exposed to classified and/or sensitive 

materials and/or sensitive or restricted areas."  

thereafter.  All contractor employees working IA/IT functions must comply with DoD and Army  training requirements in DoDD 8570.01, DoD 8570.01‐M and AR 25‐2 within six months of 

employment."

14. Contractor Company to obtain a Facility Clearance and individual clearances at the appropriate level.  Proposed language: "The Prime Contractor Company must have (or will have) a

Facility Clearance (FCL) at the appropriate level (IAW the NISPOM DOD 5220.22‐M and AR 380‐49) prior to the start of the contract awarded period of performance.  Contractor personnel 

performing work under this contract must have the required security clearance, per AR 380‐67, at the appropriate level at the start of the period of performance.  Security Clearances and 

FCL requirements are required to be maintained for the life of the contract IAW the DD254 attached to the contract.  If no FCL, the supporting Government Contracting Activity will sponsor 

the prime contract company in obtaining the FCL." 

2  of  2             

ANNEX A To OPORD 2013-74 (Integrating Antiterrorism (AT) and OperationsSecurity (OPSEC) into the Acquisition Process)

bulmaro.a.aguilera
Highlight
bulmaro.a.aguilera
Highlight
bulmaro.a.aguilera
Highlight