This Performance Work Statement (PWS) outlines the requirements for comprehensive management, supervision, and execution of maintenance, repair, and inspection services for approximately 80 miles of perimeter fence, including all gates, across multiple locations at Fort Bragg, North Carolina, and surrounding areas.
Maintenance and Repair: Includes fence, gates, posts, braces, rails, tension rods, wires, and accessories. Specific repair tasks include addressing breaches with rebar and ensuring proper spacing and securing of fence components.
Clear Zone Maintenance: Maintaining a minimum 4-foot clear zone on the outside and inside of the perimeter fence, extending vertically up to 10 feet above the fence. This includes trimming trees and removing vegetation.
Inspections: Monthly inspection of the entire perimeter fence for damage, vegetation in the clear zone, and erosion. Immediate notification to the COR of any issues.
Vegetation Management: Weekly inspection, trimming, and vegetation clearing schedule.
Chemical Application: Requires COR approval for any proposed chemicals, adherence to the Fort Bragg Integrated Pest Management Plan, and use of licensed applicators. Extreme caution must be taken to prevent contamination.
Erosion Control: Repairing eroded areas to original slope or condition, including filling with structural fill and placing topsoil.
Repairs: Zero deviation from performance standard for fence repairs, with immediate notification to COR of security breaches.
Clear Zone: No more than 5% deviation from performance standard for clear zone maintenance.
Inspections: Zero deviation from performance standard for monthly fence and gate inspections.
Restricted Access Signs: No more than 10% deviation from performance standard for attaching restricted access signs.
Herbicide Application: Zero deviation from performance standard when applying herbicides.
Erosion Control: No more than 5% deviation from performance standard for repairing eroded areas.
Service Calls: Response times vary by priority (Priority 1: 2 hours, 24/7; Priority 2: 24 hours, business hours; Priority 3: 24 hours, business hours). Completion times also vary (Priority 1: 24 hours; Priority 2: 7 working days; Priority 3: 30 working days).
Work Area Cleanup: No more than 5% deviation from performance standard, with all areas free of vegetation, trash, and debris.
Period of Performance: Base period of 12 months with 4 option years of 12 months each.
Place of Performance: Fort Bragg, Pope Army Airfield (Pope AAF), Camp Mackall, Simmons Army Airfield (Simmons AAF), Vass Road Ammo Supply Point (Vass Road ASP), and Linden Oaks, North Carolina.
Contract Type: Firm Fixed Price (FFP) with a cost-reimbursable line item for Other Direct Costs (ODCs).
Security: Contractor must develop and implement a physical security plan, comply with identity verification requirements, and complete Antiterrorism (AT) Level I training and iWatch training.
Personnel: Employees must be legal U.S. residents and able to communicate in English. Key personnel include a Project Manager (PM) and Assistant Project Manager (APM).
Quality Control: Contractor must provide a Quality Control Plan (QCP).
Deliverables: Numerous deliverables are specified, including security plans, training certificates, pass logs, resumes, QCP, phase-in/phase-out plans, accident reports, safety plans, spill plans, and monthly reports.
Environmental Compliance: Adherence to environmental objectives, including maximizing utilization of preferable and bio-based products, and minimizing hazardous waste.
Other Direct Costs (ODCs): Reimbursement for authorized repair/replacement parts and materials. ODCs must be pre-approved by the COR.
Traffic Flow: Ensure uninterrupted flow of vehicular and pedestrian traffic.
Property Damage: Contractor is responsible for restoring any damage to Government Real Property caused by their operations.