Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2004 FBO #1070
SOLICITATION NOTICE

Y -- Design and Construction Services for Four 50-Bed Hospitals in Mazar-e-Sharif, Herat, Kandahar, and Gardez, Afghanistan.

Notice Date
10/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
U.S. Army Corps of Engineers, Afghanistan, Afghanistan Engineer District, Kabul AFB, APO, AE 09356
 
ZIP Code
09356
 
Solicitation Number
W917PM-05-R-XXXX
 
Response Due
12/14/2004
 
Archive Date
2/12/2005
 
Small Business Set-Aside
N/A
 
Description
Design and Construction services are required for the design and construction of four 50-bed hospitals, one each in Mazar-e-Sharif, Herat, Kandahar, and Gardez, Afghanistan, to serve the medical requirements of the Afghanistan National Army Regional Commands. There will be four Solicitations or four Request For Proposals (RFPs) (W917PM-05-R-0004, W917PM-05-R-0005, W917PM-05-R-0006, and W917PM-05-R-0007). Each site or location will have a RFP. The four projects consist of the design and construction of one 2450 square meter one-story hospital building at each site listed above. The location the hospital is to be built upon is presently empty land where an Afghanistan National Army Brigade site is being constructed. The exact location is to be deter mined in the field. The Contractor shall connect the hospital to the base wide utility system (water supply, sewage, and electrical) at that location. The Contractors interior floor plan shall follow the Floor Plan that will be attached to each of the u pcoming RFPs. Other requirements include: (1) Floor plan meets the approval of the Contracting Officer. (2) Emergency lighting with battery back-up in all halls and critical areas. (3) Offices, operating rooms, emergency room, waiting and in-processing rooms, and outpatient treatment rooms as shown in the attached floor plan. (4) Roof and trusses with a 20-year life expectancy- metal roof. (5) Concrete Masonry Units for interior and exterior walls with smooth stucco finish on both interior and exterior. All walls shall be painted with one (1) coat of lead free primer and two (2) coats of lead free paint. Color to be approved by CO. (6) Floors shall be sealed concrete. All bathrooms, toilet facilities and showers shall be ceramic tile floors and walls. All others sealed concrete. (7) Single and double interior doors (with the exception of the operating room) shall be wood on steel or wood frames. All doors shall be one (1) coat of lead free primer and finished with two (2) coats of gloss lead free paint. All doors shall be equip ped with lever action locksets and closers. All operating room doors shall be smooth stainless steel on stainless steel frames. Each operating room door will be equipped with 20 CM diameter windows in each double door, rubber seals, and floor sweeps. Al l double doors shall be dual action. (8) Window frames and sash (with 5mm single glazing) shall be aluminum complete with sliding sash with insect screens. (9) The main entrance and other exterior doors shall be power operated double sliding aluminum doors, mil finish, complete with side lights. All single exit doors shall be metal doors and jambs complete with panic hardware for emergency exit. All doors shall be primed one (1) coat and finished with two (2) coats of metal enamel paint. (10) The structure shall include all internal electrical and mechanical utilities. Connections of new utilities to existing utilities shall be reviewed and approved by the Contracting Officer. (11) Environmental control of the Hospital facility shall be achieved by HVAC equipment proposed by the contractor and approved by the US Government. The contractor will provide heating/cooling load calculations to ensure proper sizing of the air conditio ning unit(s). Once installed, the contractor will balance all HVAC systems. (12) Provide and install electrical receptacles no more than three (3) meters apart on all interior walls and one receptacle outside each exterior door. Provide and install no less than 15 receptacles between counter and overhead cabinets in Laboratory R oom. (13) Install exterior lighting on 4 corners of the building and at each entrance and exit. All exterior lighting will be electronically controlled by photocells. (14) Provide and install interior fluorescent light fixtures, minimum of 40 watts. The fixtures shall be 1-meter long, two-bulb fixtures. Minimum lighting is one fixture for every 12 square met ers of floor space. (15) Provide circuits to support X-Ray equipment: One (1) each 440/50 35A wire from main panel to junction box in X-Ray Room, and one (1) each 440/50 100A wire from main panel to junction box in X-Ray Room. (16) Install a vertical (above roof height) potable water storage tank of a minimum 4000 liter capacity to support hospital requirements. Location to be approved by CO. The water storage tank shall include a float control valve at the intake for automat ic filling. (17) Waterborne Pathogen Prevention and Control measures are to be implemented for the hospital water supply. Standard water utility treatment and testing practices are not considered adequate to ensure protection against bacteria entering a facility. C ontractor to propose and government to approve water treatment system. (18) Plumbing systems include domestic cold and hot water; sanitary, storm, and industrial (acid) waste drainage; water treatment (such as softening, deionization, reverse osmosis); fuel gas; and landscape irrigation. Plumbing systems shall be designed to be safe, reliable and maintainable. Selection of materials, equipment, and installation techniques shall consider life cycle cost effectiveness and maintainability in addition to medical functional requirements. Designers are specifically alerted to provi de for appropriate system isolation and balanceability, and necessary equipment and design practices to avoid cross connections and backflow. (19) The sewage system be designed to avoid excessive back pressure and aspiration effects. Adequate cleanouts shall be provided to permit access to all sections of the waste drainage system. The cleanouts shall be located to avoid or minimize disruption of medical functions. If a facility sanitary waste requires lifting or pumping, provide duplex pumping equipment and a backflow preventing check valve. This equipment shall be connected to the alternative power source. (20) Provide and install all plumbing fixtures and applicable. All fixtures will vented through the roof. Provide and install floor drains with traps as follows: 1 ea. Central, 1 ea. in each Operating Room, 2 ea. Operating Room Hall, 1 ea. Morg, 2 ea. Small Surgery + Procedure Room, 1 ea. Film, 1 ea. X-Ray Storage, 1 ea. Ward Storage, 1 ea. Laboratory, 1 ea. Blood Bank, 1 ea. In each Dental, 1 ea. Dental Lab, 1 ea. Nurse Storage, 1 ea. ISO, 1 ea. Util, 2 ea. Medical Storage, 1 ea. Pharmaceutical Stora ge, 1 ea. in Bathroom and Shower Rooms. (21) Contractor shall design a communications system to include, phones, intercoms, speakers, and computers. (22) Need sinks and/or floor drains in Dental room, exam rooms, lab, lab storage, morgue, toilet and shower rooms, small surgery and procedure room, operating rooms, central storage off of the operating hall, operating room hall, utility and storage r ooms that have sinks or water heaters, and in the X-Ray developer room (film). (23) Need a water supply, supporting brackets for the Tube Head assembly, and enough power to operate the equipment in the emergency room. (24) All walls and doors lead lined in X-Ray Room (25) Central Room requires 440/50 63A wiring from main panel to junction box, water line and vented waste for Autoclave (26) 4m concrete slab with 2.5m high fence and 2m double gate for incinerator. Concrete slab must be no closer than 50m from any structure. Incinerator requires 240/50 20A power line from main panel to weather tight box. (27) Back-Up Generators  2 each 60KW with automatic transfer switch. Determine power load requirements for rooms that require emergency back-up power: Post Op, one patient room, operating rooms, small surgery room, lab and blood bank. It is assumed tha t the 2 generators will be adequate for this requirement, as the hospital is to be connected to base power supply and it has built in emergency redundancies. (28) Dental  Fresh water and waste to each chair (29) Laboratory  Prov ide and install exhaust system (31) Oxygen storage area outside. Oxygen lines into Post Op, one patient room, operating rooms and small surgery rooms. (32) A maximum of two exam rooms shown on figure may be used for mechanical/electrical rooms with COR approval. (33) Fire suppression sprinklers required only in rooms where oxygen is used and in patient rooms, lab, and film storage. (34) Hot and cold water at all sinks. (35) The building shall be oriented to allow for the eastern and western style toilets to be facing in a culturally appropriate direction. The Contractor shall complete all designs and calculations for Government review. Any Contractors designs shall become the property of the Government and the Government may use these designs in the future for construction of similar facilities without fu rther compensation to the Contractor. The cost magnitude for each project is between $1,000,000 and $5,000,000. The Government will issue four RFPS and the Contractor can submit one or more than one proposal on the projects. The Source Selection Method is Best Value and these awards will be Firm Fixed Price. The request for proposals shall be available on or about Nov 15, 2004. The solicitations will be available on the issue date at the following website: http://www.mvn.usace.army.mil/EBS_Contracting/i ndex.asp Points of contact for this procurement are Major David H. Freedman or Robert Eldred who can be e-mailed at David.Freedman@tac01.usace.army.mil or Robert.Eldred@tac01.usace.army.mil. Original Point of Contact: Major David H. Freedman, Telephone Number: (540) 542-1559. Email your questions to U.S. Army Corps of Engineers, Afghanistan Engineer District at David.Freedman@tac01.usace.army.mil Place of Performance: Address: U.S. Army Corps of Engineers, Afghanistan Engineer District, Kabul AFB APO AE Postal Code: 09356 Country: AF
 
Place of Performance
Address: U.S. Army Corps of Engineers, Afghanistan Afghanistan Engineer District, Kabul AFB APO AE
Zip Code: 09356
Country: AF
 
Record
SN00700968-W 20041031/041029211952 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.