STATEMENT OF WORK
PROJECT NO: VA-210406
TITLE: 2021 Christmas Decoration and Lighting Project
LOCATION: USAG Humphreys
DESCRIPTION: The work to be performed for completion of this project shall be as described
below and executed by the contractor.
a. Work by Contractor:
The contractor shall provide all labor, tools, specified material, supplies, and any other resources
necessary to accomplish the scope of work contained herein and as indicated in the technical
specifications and Appendix A (graphics) listed within this Statement of Work (SOW).
b. Work by In-House Forces: Not applicable to this project.
c. Work by Troop Labor: Not applicable to this project.
PRINCIPAL FEATURES: This project includes, but will not be limited to the following principal
features:
1.
Purchase of specified, holiday lights (outdoor, weather-proof, alternating multi-color and
cascading soft white icicle light emitting diode (LED), Christmas trees with decoration,
wreaths, decorations, exhibits, and accoutrements.
2.
Installation/set-up, disassembly/removal of decorations of 33 feet (10.1 meter) tall holiday
tree, ribbons/bows, holiday lights, ornaments, exhibits, etc. in the designated areas and in
and on the designated structures and infrastructure on the installation.
3.
Installation of currently U.S. Government owned holiday decorations. Contractor shall
utilize existing U.S. Government holiday decorations to the maximum extent possible in
the execution of this project.
4.
Removal, Inventorying, and Storage of all holiday decorations and equipment at the
completion of the project.
TECHNICAL PROVISIONS - II
TECHNICAL DETAIL SPECIFICATIONS
PROJECT NO: VA-210406
TITLE: 2021 Christmas Decoration and Lighting Project
LOCATION: USAG Humphreys
GENERAL: The requirements delineated in this Statement of Work (SOW) are from U.S.
Government’s Requiring Activity (RA), US Army Garrison Humphreys, Directorate of Public
Works (DPW). The purpose of this project is to procure equipment, install/remove, inventory, and
prepare for storage all holiday lighting, décor, and other accoutrements to decorate and support the
Annual Tree Lighting event in the New Downtown Plaza area and other specified areas around the
installation, to include: light poles along the specified sections of roadways and buildings on the
installation; specified areas in Sentry village (Transformation Park) and Main gate; two (2) tanks
and one airplane at three roundabouts. Please see attached graphics in Appendix A.
Decorations will include, icicle holiday lights for the buildings in and near the New Downtown
Plaza area in the vicinity of the Holiday tree, multi-color LED lights for the Holiday tree exhibit,
light poles, and bushes, cascading icicle holiday lights for the walk-over bridge, canopies, arch, and
light poles leading up to and surrounding the Holiday tree exhibit, decorations for the main
(Anjeong-ri) gate area along with the chain link fence near playground, lights for the Sentry Village
(Transformation park) area, and holiday exhibits for the targeted areas, decorations for two (2)
tanks and one (1) airplane with lights at three (3) roundabouts.
A.
Contractor shall purchase holiday lights, decorations, and supplies for the holiday tree and
buildings in the new downtown plaza and two (2) tanks and one (1) airplane at three (3)
roundabouts. The main gate and Sentry Village (Transformation Park) areas shall utilize
existing decorations and others as appropriate. New holiday decorations are to include, but
are not limited to, holiday tree lighting (multi-colored LED lights for adorning the holiday
tree, cascading, soft white, icicle lights for the roof of buildings, the bridge and archway in
the new downtown plaza area), holiday exhibit decorations (see examples in Appendix A),
holiday displays (see examples in Appendix A), ribbons/bows, and other western holiday
decorations. All decorations must be sized according to the location so that they may be
seen by the community in the given area. Additional decoration details will be provided in
Appendix A of this document.
B.
All decorations, exhibits, lights, etc. purchased under this contract shall be turned over to
the Requiring Activity (RA)-Directorate of Public Works as the RA is the owner of this
material, post receipt.
C.
Contractor shall provide all supervision, labor, materials, supplies, tools, transportation,
and equipment necessary to perform purchasing, delivery, installation, and removal of
decorations and supplies.
D.
Contractor shall be responsible for complete disposal of any debris created during the
performance of work. Contractor shall perform daily clean-up of all debris on the work site.
Disposal of debris and other waste products shall be in keeping with current USFK
regulations and ROK Laws and Regulations.
E.
Contractor shall waterproof all surge protectors, electrical devices to prevent from any
accident and take corrective action in accordance with government safety office’s
guidance.
F.
Contractor shall coordinate any deviation or necessary changes with RA and Contracting
Officer in advance.
G.
The contractor shall be responsible for the installation, decoration, and erection of the US
Government supplied holiday tree at the event site (New Downtown Plaza area). The tree
shall be decorated by contractor at the targeted location. Dismantling of the tree after the
display period of the event shall be the responsibility of the contractor.
H.
Contractor shall remove all decorations with the intent and purpose of reuse of all
decorative items.
I.
RA/DPW is responsible for Contractor’s base access throughout execution of this contract.
J.
Installation and removal schedule will be coordinated with the RA/DPW and KO/COR.
K.
All materials utilized shall be required to meet US and USFK Safety standards.
L.
Items shall be same and/or similar to the item descriptions shown in this document and
contractor’s quote.
RESPONSIBILITY FOR SUPPLIES:
A.
Title to supplies/equipment furnished under this contract shall pass to the RA/COR upon
formal acceptance, unless the contract specifically provides for earlier passage of title.
B.
Unless the contract specifically provides otherwise, risk of loss or damage to supplies shall
remain with the Contractor and shall pass to the RA/COR upon acceptance by the COR or
delivery of the supplies to the COR at the destination specified in the contract, whichever is
later.
C.
This section shall not apply to supplies that fail to conform to contract requirements as to give
a right of rejection. The risk of loss of or damage to such nonconforming supplies remains with
the Contractor until cure or acceptance. After cure or acceptance, paragraph (B) of this section
shall apply.
D.
Under paragraph (B) of this section, the Contractor shall not be liable for loss of or damage to
supplies caused by the negligence of officers, agents, or employees of the RA/COR acting
within the scope of their employment.
E.
Malfunctions or damage to existing U.S. Government equipment and supplies, prior to
Contractor transportation, and/or installation are not the responsibility of the Contractor and
the Contractor shall not be liable for the damage/malfunction of equipment currently in the
possession of the U.S. Government, prior to inspection/installation.
PERFORMANCE:
A.
Period of Performance: Completion of installation and commissioning shall be executed in
phases:
Phase 1: Installation of holiday ribbons on light poles on the USAG Humphreys installation is
required no later than 29 NOV 2020:
Installation: From 01 NOV 2021 to 29 NOV 2021
Phase 2: Purchase (of new) and installation of (new and current U.S. Government) holiday lights
and decorations in the following areas:
1)
New Downtown Plaza area (including Holiday Tree)
2)
Main (Anjeong-ri) gate area,
3)
Sentry Village (Transformation Park) area
4)
Two Tanks and One airplane at three roundabouts.
- Near Adams Gate
- Near Super Gymnasium
- Near CPX Gate
Installation: From 01 NOV 2021 to 29 NOV 2021.
Note: The installation of holiday lights in New Downtown Plaza areas except holiday tree
shall be completed including testing by 25 NOV 2021 for Black Friday lighting.
Phase 3: Maintain, Replace, and Repair damaged holiday lights and decoration:
1)
New Downtown Plaza area (including Holiday Tree),
2)
Main (Anjeong-ri) gate area,
3)
Sentry Village (Transformation Park) area
4)
Two Tanks and One airplane at three roundabouts.
- Near Adams Gate (Tank)
- Near Super Gymnasium (Tank)
- Near CPX Gate (Airplane)
5)
Light poles as specified in the Site Map 5, Area E of this SOW
Maintain: From 26 NOV 2021 to 02 JAN 2022
Phase 4: Removal, Inventorying, and Storage:
Removal, Inventorying, and Storage: From 03 JAN 2022 to 14 JAN 2022
B.
Location of Performance: USAG Humphrey, Pyongtaek, South Korea,
Specifically:
1)
New Downtown Plaza and surrounding areas,
2)
USAG Humphreys Main Gate (Anjeong-Ri)
3)
Sentry Village area
4)
Two Tanks and One airplane at three roundabouts.
- Near Adams Gate
- Near Super Gymnasium
- Near CPX Gate
5)
Light poles as specified in the Site Map 5, Area E of this SOW.
See graphical references as included in this document in Appendix A.
INSPECTION AND ACCEPTANCE:
1.
The contractor shall make certain all materials purchased and installed meet the requirements
of the contract and proof thereof upon request of the COR. Materials not meeting the
Requirements of the contract shall not be brought to the job site, unless the materials are
previously purchased US Government property. All purchased materials shall be new and the
standard products of a manufacturer regularly engaged in the manufacturing of such materials.
2.
The final inspection and acceptance will be performed by the Requiring Activity (RA) or their
representative at the performance site.
3.
The Contractor shall provide and maintain an inspection system acceptable to the Contracting
Officer’s Representative (COR) covering the provisions of this contract.
4.
The COR has the right to inspect and test all services called for by the contract, to the extent
practicable, at any time and place during the term of the contract. The COR shall perform
inspections and tests in a manner that will not unduly delay the work.
5.
If any of the services do not conform to contract requirements, the Contracting Officer (KO)
may require the Contractor to perform the services again in conformity with contract
requirements, at no increase in contract amount.
6.
When the defects in services cannot be corrected by appropriate means, the KO may:
(a)
require the Contractor to take necessary action to ensure that future performance conforms
to contract requirements; and
(b)
reduce the contract price to reflect the reduced value of the services performed.
7.
If the Contractor fails to promptly perform the services again or to take the necessary action to
ensure future performance in conformity with contract requirements, the KO may:
(a)
by contract or otherwise, perform the services and charge to the Contractor any cost
incurred by the COR that is directly related to the performance of such service; or
(b)
terminate the contract for default.
INSTALLATION AND REMOVAL OF DECORATIONS:
1.
Installation and removal schedule shall be coordinated with the RA/COR and shall fall within
the ranges as previously stipulated in the SOW.
2.
Contractor shall provide the necessary equipment to perform the installation of this contract in
the time specified. This entails, at the very least, lift trucks (bucket trucks) with operators and
two traffic controller per a lift trucks. The contractor and each subcontractor shall provide and
be responsible for all cranes, lifts, etc., necessary for the proper and efficient movement,
installation, erection/set-up, decoration, and removal of materials in the targeted areas in this
statement of work (SOW). The equipment shall be provided with proper bracing, safety
devices, etc.
3.
Contractor shall be responsible for providing vehicle(s) in serviceable and safe condition, to
include any oil, gas, or other items that are required for the operation of the vehicle listed.
4.
Contractor shall be responsible to obtain vehicle insurance, as required by USAG Humphrey
Vehicle Registration requirements.
5.
Contractor shall be responsible for safe operation of vehicle on the installation, and maintain
security of the equipment. On requirements that require overhead lifting, the Contractor shall
provide appropriate safety protocols to mitigate the need for personnel entering the installation
buildings.
6.
All contractor equipment shall be subject to functional and safety inspection by the COR and/or
USAG Humphreys Safety group. Equipment not completely safe or functional shall be repaired
before work is started.
7.
Winterization: The contractor shall be required to perform weather sensitive work during the
winter season, which may cause additional costs to be incurred for the contractor. These
additional costs are the contractor’s responsibility.
CONTRACT ADMINISTRATION DATA:
A.
RECEIVING OFFICER
(1)
Contracting Officer Representative (COR) or his/her designee is the receiving officer for the
receipt of items.
(2)
The Receiving Officer is responsible for inspection and acceptance of item and services, and
preparation of receiving report (DD Form 250). The Receiving Officer is required to make
distribution of the receiving reports with the completion of performance to the following personnel:
Contracting Officer (KO), Contracting Specialist, and Contracting Officer’s Representative (COR):
TBD
B.
CONSIDERATION AND PAYMENT
(1)
In consideration for the performance accepted hereunder, the paying office will make payment
to the contractor via Electronic Funds Transfer (EFT) no later than 30 days from date of receipt of
invoice in paying office or acceptance of material, whichever is later.
(2)
Invoices for payment shall be submitted to the following address: (E-mail submission will be
acceptable)
411th Contracting Sut Brigade,
Supply Division
Attn: XXXXXXX
Unit # XXXXX
P. O. Box XXX, Camp Humphreys
(KO)
POC: XXXXXXXX
Phone: 05033XXXXXX
Email: XXXXXXXXX@mail.mil
And
(Contract Specialist) POC:
XXXXXXXXXXX Suk Phone:
05033XXXXX
Email: xxxxxxxx@mail.mil
EXTRAS:
Except as otherwise provided in this contract, no payment for extras shall be made unless the
Contracting Officer has authorized such extras and the price in writing.
CHANGES:
(a)
The Contracting Officer may at any time, by written order, and without notice to the sureties,
if any, make changes within the general scope of this contract in any one or more of the following:
Drawings, designs, or specifications when the supplies to be furnished are to be specially
manufactured for the COR in accordance with the drawings, designs, or specifications.
Method of shipment or packing.
Place of delivery.
(b)
If any such change causes an increase or decrease in the cost of, or the time required for,
performance of any part of the work under this contract, whether or not changed by the order, the
Contracting Officer shall make an equitable adjustment in the contract price, the delivery schedule,
or both, and shall modify the contract.
(c)
The Contractor must assert its right to an adjustment under this clause within 30 days from the
date of receipt of the written order. However, if the Contracting Officer decides that the facts
justify it, the Contracting Officer may receive and act upon a proposal submitted before final
payment of the contract.
(d)
If the Contractor's proposal includes the cost of property made obsolete or excess by the change,
the Contracting Officer shall have the right to prescribe the manner of the disposition of the
property.
(e)
Failure to agree to any adjustment shall be a dispute under the Disputes clause. However,
nothing in this clause shall excuse the Contractor from proceeding with the contract as changed.
TERMINATION FOR CONVENIENCE
NO-FAULT TERMINATION
CLAUSES INCORPORATED BY REFERENCE:
This Contract incorporates one or more clauses by reference, with the same force and effect as if
they were given in full text.
ASSIGNMENT OF CLAIMS:
The contractor cannot assign any right or delegate any obligations under this contract without the
prior written permission of the Contracting Officer.
NONWAIVER OF DEFAULTS:
Any failure by the COR at any time, or from time to time, to enforce or require strict performance
of any terms or conditions of this contract will not constitute waiver thereof and will not affect or
impair such terms or conditions in any way or the COR's right at any time to avail itself or such
remedies as it may have for any breach or breaches of such terms and conditions.
INVOICES:
(a)
An invoice is a written request for payment under the contract for supplies delivered or for
services rendered. In order to be proper, an invoice must include as applicable the following:
1.
Name and address of the contractor.
2.
Invoice date.
3.
Contract number or other authorization for supplies delivered, services performed
(including order number and contract line item number).
4.
Description, quantity, unit of measure, unit price and extended price of supplies delivered
or services performed.
5.
Shipping and payment terms (e.g., shipment number and date of shipment, prompt payment
discount terms). Bill of lading number and weight of shipment will be shown for shipments
on Government bill of lading.
6.
Name and address of contractor official to whom payment is to be sent (must be the same
as that on the contract or on a proper notice of assignment).
7.
Name (where applicable), title, phone number, mailing address of person to be notified in
event of defective invoice.
8.
Any other information or documentation required by the contract (such as evidence of
shipment). Invoices shall be prepared and submitted in duplicate (one copy shall be marked
"original") unless otherwise specified.
(b)
For purposes of determining if interest begins to accrue under the Prompt Payment Act (Public
Law 97-177, as amended).
1.
A proper invoice will be deemed to have been received when it is received by the office
designated in the contract for receipt of invoices and acceptance of the supplies delivered
or services rendered has occurred;
2.
Payment shall be considered made on the date on which check for such payment is dated;
3.
Payment terms (e.g., "net 20") offered by the contractor will not be deemed a "required
payment date"; and
4.
The following periods of time will not be included:
i.
after receipt of an improper invoice and prior to notice of any defect or impropriety,
but not to exceed 7 days (3 days on contracts for meat food products, and 5 days on
contacts for perishable agricultural commodities, dairy products, edible fats or oils and
food products prepared from edible fats or oils); and
ii.
between the date of a notice of any defect or impropriety and the date a proper invoice
is received. When the notice is in writing, it shall be considered made on the date shown
on the notice.
5.
If the KO makes payment by Electronic Funds Transfer (EFT) (see applicable contract
clause). In connection with any discount offered for early payment, time shall be computed
from the date of the invoice. For the purposes of computing the discount earned, payment
shall be considered to have been made on the date which appears on the payment check or
the specified payment date if an electronic funds transfer payment is made.
EXAMINATION OF RECORDS
(a)
The Contractor agrees that the Contracting Officer or the Contracting Officer's duly authorized
representative shall have the right to examine and audit the books and records of the Contractor
directly pertaining to the contract during the period of the contract and until the expiration of three
years after the final payment under the contract.
(b)
The Contractor agrees to include the clause in (a) above, in all subcontracts.
ADDITIONAL CLAUSE: TAX EXEMPTION, VALUE ADDED TAX, ROK
This clause implements Article XVI of the Status of Forces Agreement (SOFA) between the
Republic of Korea (ROK) and the United States of America (USA), which exempts contractors
from paying the Republic of Korea’s Value-Added Taxes. When the contractor submits an offer,
it shall certify to the Contracting Officer that all the costs in the offer will be exclusive of any
Value-Added Tax; and further, that the proposed contract price includes no Value-Added Tax. The
contractor shall also indicate the amount and type of Value-Added Tax(es) excluded from the
contract price. If supplies and/or services which the contractor purchases for this contract include
Value-Added Taxes, it can obtain a full refund for the amount of the Value-Added Tax by
submitting to the ROK District Tax Office tax invoices which the contractor receives when it
purchases materials and/or services for this contract. The contractor must submit a copy of the
USFK contract with its first tax invoice submission. Subsequent tax invoice submissions must be
accompanied by a letter which references the USFK contract submitted with the first tax invoice
submission.
TECHNICAL PROVISIONS - III
SPECIAL CONDITIONS
PROJECT NO: VA-XXXXX
TITLE: 2021 Christmas Decoration and Lighting Project
LOCATION: USAG Humphreys
1.
GENERAL: In addition to the requirements specified under "GENERAL PROVISIONS" for
this Fixed Price Purchase and Installation/Removal/Inventorying Holiday Decorations project, the
Contractor shall comply with the following "SPECIAL CONDITIONS" which form a part of this
contract.
2.
WORK HOURS: The work will be accomplished from 0600 hours through 2400 hours, from
01 November through 29 November 2021 (Installation), 30 November 2021 through 02 January
2022 (Maintain and Repair), 03 January 2022 through 14 January 2022 (Removal, Inventorying,
Storage). Any proposed change in working hours should be approved by the Contracting Officer
(KO) and Contracting Officer's Representative (COR).
3.
NOTIFICATION OF INSPECTION SECTION: Prior to starting work, the contractor shall
notify the COR of the actual date he intends to start work. The contractor shall also give the project
inspector/COR daily updates on the progress of the installation due to the tight time line of
execution of this project.
4.
INSTALLATION ACCESS AND CONTROL
4.1
Installation Access: RA/DPW is responsible for Contractor’s base access throughout
execution of this contract.
4.2
Designations: All contractors’ employees shall be easily recognized by wearing uniform
and/or name tag during the performance of work under this contract. All cargo vehicles also
shall be identified as performers by displaying company name during working hours.
4.3
Search and Control: All Contractor’s employees will be subject to installation’s security
protocols including searching of vehicles and persons.
5.
SUBMITTALS: The contractor shall provide contract progress updates daily.
6.
COORDINATION: The contractor shall coordinate his work with all others (subcontractor and
government agencies) involved in this project and shall cooperate with all other contractors and
government agencies so as to facilitate the general progress of the work. The contractor shall be
provided a list of others to coordinate with at the pre-construction conference. Each contractor
shall afford all other contractors reasonable opportunity to work or store materials. Before
proceeding with any work, the contractor and/or subcontractor shall consult applicable drawings
and specifications for each trade involved.
APPENDIX "A"
MATERIAL and GRAPHICAL SPECIFICATIONS
PROJECT NO: VA-XXXXX
TITLE: 2021 Christmas Decoration and Lighting Project
LOCATION: USAG Humphreys
GENERAL: The purchase and installation/removal work shall conform to the information in this
section and throughout the rest of this SOW. All materials that are newly purchased are to be
manufactured and installed to withstand the winter environment in the immediate area this includes
strong winds, below freezing temperatures, precipitation, and any and all winter weather
conditions. Current U.S. Government owned equipment shall only be utilized as stated in this
SOW or to the maximum extent possible for decorative purposes.
Utilization of Current US Government property:
The garland, wreaths, and ornaments shall be utilized, to the maximum extent possible, in the new
downtown plaza area, the Transformation Park (Sentry Village) area, or the Main Gate area. Any
additional materials required for decorating the new downtown plaza area, two tanks, and one
airplane shall be purchased and supplied by the contractor. All materials purchased by the
contractor shall become property of the U.S. Government after inspection and receipt by the COR
or designate.
Work Scope Graphical Specifications:
Site Map 1: New Downtown Plaza area:
Work to be executed:
Contractor shall erect, decorate, and deconstruct the 33 foot (10.1 meter) holiday tree (U.S.
Government property) at the location delineated with the picture of a holiday tree on the
graphic.
Contractor shall install outdoor, weather-proof, soft white, cascading, icicle LED lighting
along the buildings’ outer edges highlighted in “blue” color on the graphic. The linear
footage required is 1490 meter.
Contractor shall install outdoor, weather-proof, soft white, cascading, icicle LED lighting
along the sections highlighted in “red” color on the graphic. This includes the walk-over
bridge, arch, canopies at the entrance to the new Plaza area, lamp posts running from the
entrance of the plaza area to the holiday tree area, the lamp posts surrounding the Holiday
tree area, and the interstitial spaces between the lamp posts. The linear footage required is
1240 meter.
Contractor shall install outdoor, weather-proof, flexible LED lighting to light poles (22EA)
from the entrance of the plaza areas to the holiday tree. Three (3) lines of each color (“Red”,
“Green”, and “Yellow”) shall be installed together without space and the space of lines of
combined three lines shall be less than 5 centimeters.
Contractor shall tie icicle LED lighting with transparent nylon line (fishing line).
(Example)
Contractor shall install assorted holiday light displays and exhibits (i.e. Santa, Snowman,
candy canes, North Pole, etc.) at the locations marked with an “X” on the graphic but
installation location for holiday exhibits may be changed and the Government will provide
exact location prior to installation.
Contractor shall install “Nut Cracker Toy Soldiers” type of lighted exhibits at the locations
marked with a “T” on the graphic.
Contractor shall decorate and install two (2) holiday Christmas present boxes with light
(Dimension : 4’ X 4’ X 4’) at the locations marked with a “B” on the graphic
Purchase, fabricate, install, and decorate marquee sign (“Downtown Plaza”) at arch near
bridge.
Contractor shall decorate the second row of light poles with holiday wreaths of the same
or similar type in current U.S. Government inventory.
Deconstruct, inventory, and prepare for storage all of the decorations utilized in this area.
Current US Government holiday equipment shall be utilized to the maximum extent
possible Materials to be purchased:
Sitemap 1 Area A: New Downtown Plaza area
A.
Lights for holiday tree will be decorated with no less than 3000 new multi-colored holiday
LED lights, no less than 400 new weather proofed ornaments, and topped with a large lit star
(blue/white) to be proportionate to the size of the tree; and will be secured to endure inclement
weather (to include high winds) until removal. For the decoration of the 33 foot (10.1 meter)
tall holiday tree:
1.
Space between lines is less than 2”, Multi-Color (red, amber, blue, green, and gold) LED
lights
Please see photos below for illustrative examples of multi-colored light holiday tree and star:
B.
Flexible outdoor LED holiday decoration lights (Color: Red, Green, Yellow) for light poles
(22EA) in the new Downtown Plaza.
See below for illustrative examples of multi-colored LED string/strip/tube lights:
C.
Soft white, cascading icicle LED lights on the buildings’ outer edges, the bridge, arch,
canopies, light posts, and intra-light posts heading to and surrounding the main holiday tree
area. (2700 meter).
See illustrative examples below:
D.
Soft white icicle LED lights for the gazebos in the immediate area of the Holiday tree. See
above pictures for examples (Included in the amount in item C above).
Site Map 2 Area B: Anjeong-ri (Main Front Gate) Area:
Current US Government holiday equipment shall be utilized to the maximum extent
possible
Work to be executed:
Erect free standing marquee sign (“Happy Holidays”) in the location indicated on the
above graphic.
Purchase, install, and decorate Christmas tree with currently owned US Government
equipment.
Decorate as appropriately marked in the areas on the graphic, using U.S. Government
materials (including Testing):
o Areas marked with an “X”, install lighted reindeers-currently owned US
Government equipment.
Deconstruct, inventory, and prepare for storage all of the decorations utilized in this
area.
Site Map 3 Area C: Transformation Park Area (Sentry Village):
Current US Government holiday equipment shall be utilized to the maximum extent
possible
Work to be executed:
Decorate the Transformation Park (Sentry Village) area with weather proof, soft
white, LED Holiday lights. U.S. Government equipment shall be utilized, to the
maximum extent possible (including Testing). Objects to be decorated include
the following:
o Gazebo
o Evergreen trees
o Vintage lamp posts
Purchase, install, and decorate Christmas tree with currently owned US Government
equipment.
Deconstruct, inventory, and prepare for storage all of the decorations utilized in this
area.
Example of historical decorative lighting in Transformation Park area:
Sitemap 4 Area D: Decorate two (2) tanks and one (1) airplane
Work to be executed:
Decorate two (2) tanks and one (1) airplane with weather proof, soft white,
flexible LED lights and icicle Light.
Purchase flexible LED light (Color: Soft White).
U.S. Government materials : icicle Light
Deconstruct, inventory, and prepare for storage all of the decorations utilized in this
area.
Sitemap 5 Area E: Installation light posts--Holiday Bows:
Work to be executed:
Decorate every light post along the route highlighted in red on the graphic.
Holiday bows (U.S. Government property) shall be hanged at ¾ of the height of the
light post, as measured from the ground.
Bows shall be hanged at consistent (same) heights on the respective streets,
driveways so oncoming traffic can see them directly. The opposite side of
the street shall have the bows facing the other direction so oncoming
traffic can see those bows directly as well.
Bow colors shall be alternated Red/Green/Red/Green
Light post that are adjacent to the airfield are NOT to be decorated. Light posts on the
opposite side of the street from the airfield shall be decorated.
Light posts with utility or communication lines shall NOT be decorated.
Additional lamp posts to be added not covered by the graphic are listed as follows:
o Provider Grill Dining Facility
o Building P121
o Building P693
o Building P738
o Building P739
o Building P740
o Building P1770
o Building P1772
o Building P1780
o Building P2017
o Building P2097
o Building S2015
o Building S2062
o Building S2096
Remove, inventory, and prepare for storage, decorations (bows) utilized in these
areas.