Department of Corrections ? MIS Main Dock Float, Dolphin Replacement & MIS-Passenger Ferry Replacement

Agency: State Government of Washington
State: Washington
Level of Government: State & Local
Category:
  • 19 - Ships, Small Craft, Pontoons, and Floating Docks
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD14184387751120558
Posted Date: Jan 25, 2024
Due Date: Feb 7, 2024
Solicitation No: 2024-316
Source: Members Only
Project Name Agency Location Project Documents Addenda Due Date Selected Firm
Project Name
Agency
Location

Consultant Services

Department of Corrections – MIS Main Dock Float, Dolphin Replacement & MIS-Passenger Ferry Replacement

McNeil Island

Project Documents
Addenda

2024-316 + 2024-319 RFQ

2024-316 + 2024-319 Addendum 01 – Jan. 19, 2024

2024-316 + 2024-319 Addendum 02 – Jan. 25, 2024

Draft Report: Repair & Replacement Options

Due Date
Selected Firm

Jan. 31, 2024

Feb. 7, 2024 *updated due date

Selected Firm

TBD

Attachment Preview

State of Washington
DEPARTMENT OF ENTERPRISE SERVICES
FACILITY PROFESSIONAL SERVICES
OLYMPIA, WA
NOTICE TO CONSULTANTS
REQUEST FOR QUALIFICATIONS
Submittal Due Date: January 31, 2024 prior to 2:00 pm PST
Pre-Design Services Required for Projects: 2024-316 MIS-Main Dock Float and Dolphin Replacement &
2024-319 MIS-Passenger Ferry Replacement for, Department of Corrections, McNeil Island, WA.
Scope of Work
This Request for Qualifications is for the purpose of selecting a Consultant for Predesign Services for the
replacement of the Main Dock and Dolphins located at McNeil Island, WA and a modified Predesign for
selecting a New Passenger Ferry serving McNeil Island, WA. This scope of work includes predesign
services only.
Project 2024-316 replaces the old and rapidly deteriorating McNeil Island Main Dock, mooring float,
dock house, causeway, dolphins, and associated elements to maintain operational needs. The new dock
will perform better during severe weather and enable daily transportation of passengers to and from
McNeil Island in support of the Special Commitment Center’s (SCC) operations. The existing structure is
past its useful lifecycle, becoming increasingly difficult to maintain, and presenting safety concerns for
ferry passengers. Some elements have already failed and required expensive emergency repairs that
interrupted operations on McNeil Island.
Project 2024-319 completes comprehensive marine transportation study that identifies the
requirements for a new purpose-built passenger ferry (seating 149 or less) that provides safe and
reliable marine transportation service to McNeil Island. The modified predesign should recommend a
minimum of 3 options for the state to consider for a replacement ferry. One of the options shall include
a hybrid-electric propulsion system. Additionally, supporting infrastructure requirements for each of the
options should be included in this modified predesign. The preferred option selected by the modified
Predesign will be used by DOC for procurement of a replacement ferry.
Description of Facility
The SCC is located on McNeil Island for the care and treatment of approximately 160 sexually violent
predators. The Department of Corrections (DOC), through Correctional Industries, provides maintenance
and operations support for the island including marine services, water treatment, wastewater
treatment, and fuel receipt and delivery.
Island operations have changed significantly from the original installation of the dock. A reliable dock is
required to on/off load the Department of Social and Health Services (DSHS) and DOC employees who
ferry to McNeil Island to support the SCC's daily operations. The float dock is 50 years old, in poor
condition, and incorrectly sized for the ferries using the dock. Severe winter storms have cracked the
concrete and the fenders are separating from the concrete, creating a hazard for docked ships. The dock
is full of holes from previous fender repairs and there are very few places on the dock to attach new
Page 1 of 9
fenders. Previous cracks and leaks have temporarily closed the main dock; however, the condition of the
float is beyond repair and the float needs to be replaced. When the main dock is out of service, the
ferries are required to dock at the Still Harbor dock adding 20 minutes to the commute, consuming
more fuel, and adversely impacting shift change schedules.
The preliminary Maximum Allowable Construction Cost (MACC) for the Main Dock Float and Dolphin
Replacement project is $14,465,000.
In September 2013, DOC assumed stewardship of McNeil Island, which included marine operations
(vessel transportation and maintenance) and consists of a five-vessel fleet that includes three passenger
ferries, and two transport barges. The aging passenger ferries make over 8,000 runs annually, traveling
over 23,300 nautical miles to transport between 180,000 and 200,000 passengers each year.
The United States Coast Guard (USCG), Federal Clean Air Act, and other applicable regulations affect
these vessels, and they are required to have biennial dry-dock inspections before the USCG will issue a
Certificate of Inspection (COI) that authorizes continued use. During dry-dock, necessary maintenance
and repairs are completed prior to the USCG inspections.
The DOC is proposing to replace one ferry in the 25-27 biennium and planned replacements of the other
two ferries will be submitted in future biennial budget requests. The estimated cost of the replacement
ferry will be determined by the modified predesign.
Project(s) Goals
Provide safe and reliable transportation for DSHS and DOC employees on McNeil Island.
Minimize maintenance and operational costs of the new dock.
Maximize life expectancy of new dock and make it compatible with existing and future vessels.
Improved performance for onloading/offloading passengers during stormy weather.
Reduce travel time between McNeil Island and Steilacoom.
Minimize maintenance and operational costs of the new passenger ferry.
Maximize the life expectancy for the new passenger ferry.
Meet current and future operational needs for McNeil Island.
Submitting firms should have a strong background in the innovative design of docks, mooring floats,
pilings, and other marine structures. Firms should also be well versed in multi-phased State agency
construction, the State of Washington capital budget process, planning, life-cycle cost analysis, and
permitting processes for marine facilities. The successful team will also include the expertise to identify
requirements, identify options, and assist DOC with the procurement process to acquire a replacement
ferry.
Project-Specific Information
Draft Report: Repair & Replacement Options
Page 2 of 9
Anticipated Selection Schedule
RFQ Notice Issued
Informational Meeting
Statement of Qualifications (SOQ) Due
Short-listed firms selected and notified
Interview Period
Firm(s) Selected and Announced
Agreement(s) Executed
Tuesday January 17, 2024
Wednesday January 24, 2024 at 10:00 AM PST
See above date and time
Week of February 5, 2024
Week of February 19, 2024
Week of February 19, 2024
Late February 2024
Informational Meeting
An informational meeting will be held virtually for this project.
Date/Time
Call-In Information
Click here to join the meeting
Wednesday January 24, 2024 at
Meeting ID: 217 470 454 294
10:00 AM PST
Passcode: V6AAXh
Download Teams | Join on the web
A site tour will not be held.
Or call in (audio only)
+1 564-999-2000,,116893453# United States, Olympia
Phone Conference ID: 116 893 453#
Firms who have previously not performed business with the state are encouraged to attend. Any
information provided at the Informational Meeting will be posted on our Current Projects webpage
(provided above) including a Q&A sheet from the meeting.
Addenda to this Notice
It is the responsibility of the interested firms to track any changes to this solicitation. Refer to the DES
website for any addenda to the published public notice and/or RFQ.
(https://des.wa.gov/services/facilities-leasing/public-works-design-construction/architecture-
engineering-design-consultants/current-projects-advertised-consultant-selection).
Submittal Maximum Page Count and Additional Content
SOQs must not exceed twenty-five (25) single sided pages (total) of content using 8½ x 11 size sheets.
Provided informational content is not included, the following will not be counted against the maximum
page count:
Title and Back Cover Pages
Section Dividers/Tabs
Consultant Selection Contact Form
Attachment 2 Federal SF330 (Part II only) Form
When 11”x 17” size sheets or fold outs are used, each side will be counted as two 8½ x 11 sheets.
A submitting firm may elect to include any other pertinent data it deems appropriate to address the
selection criteria and assist the Selection Committee in evaluating the qualifications. Additional content
must remain within the maximum page count.
Submittal Requirements
Page 3 of 9
DES is only accepting electronic submittals. All electronic submittals must be uploaded and received no
later than the date and time specified.
Format the Statement of Qualifications (SOQ) to meet the following requirements. SOQs that do not
follow this format may impact final scoring:
Title Page indicating: (not included in page count)
o Project No. 2024-316 + 2024-319: MIS Main Dock Float, Dolphin Replacement & MIS-
Passenger Ferry Replacement
o Department of Corrections; McNeil Island Stewardship
o Name of Firm
o Date of Submission
Cover Letter (not included in page count)
Consultant Selection Contact Form (see description below) (not included in page count)
Executive Summary
Qualifications of Key Personnel
Relevant Experience
Life Cycle Cost Analysis Experience
Past Performance
Diverse Business Inclusion Strategies
Federal SF330 (Part II only) Form (not included in page count)
The Consultant Selection Contact Form must identify the Designated Point of Contact, contact
information, and address the Firm. Form must be situated behind a Title Cover or Cover Letter AND
before any table of contents. Consultant Selection Contact Form may be found in the Consultant
Selection Documents, located on our Current Advertised Projects for Consultant Selection Page.
Federal form SF330 (Part II only) may be found on our Current Advertised Projects for Consultant
Selection Page.
How to submit the Statement of Qualifications (SOQ)
DES has created a secure access point for uploading your SOQ for this project:
https://wades.app.box.com/f/93787158a89844839823ab169e9ffd67
This link will be active until the submittal deadline, at which point the upload access will be removed.
If you have trouble uploading or would like confirmation of your upload, please contact Angeline Butros
via email: angeline.butros@des.wa.gov
Failure to submit the SOQ by the specified date and time above will render the SOQ as non-responsive
to this notice and rejected by DES for consideration. Failure to adhere to the submittal requirements
may also render the SOQ as non-responsive to this notice and rejected by DES for consideration.
Page 4 of 9
Supplemental RFQ Documents
The following forms/instructions are located on the DES Current Advertised Projects for Consultant
Selection page in the RFQ Consultant Selection Documents section
(https://des.wa.gov/services/facilities-leasing/public-works-design-construction/architecture-
engineering-design-consultants/current-projects-advertised-consultant-selection):
Consultant Selection Contact Form
Federal Form SF330
Diverse Business Inclusion Plan
Selection Process
The selection process will consist of two phases: Phase 1 SOQ Evaluation and Phase 2 Oral Interviews.
The firms submitting qualifications in Phase 1 will be scored and ranked using the Phase 1 evaluation
criteria in this RFQ. The most qualified firms (Finalists) will be invited to Phase 2 Oral Interviews. The
Finalists will be scored and ranked based on the Phase 2 evaluation criteria. The Finalist with the best
Phase 2 rank will be chosen to begin negotiations to provide consultant services for this project. Note,
Phase 1 and Phase 2 scores are NOT combined.
Phase 1: SOQ Evaluation (total 100 points)
Each SOQ received and deemed responsive to this notice will be reviewed and evaluated by a selection
panel as determined by DES. This panel will review each SOQ for responsiveness and apply the following
weighted selected criterion to determine a score for ranking:
Weighted evaluation criterion for the Phase 1
SOQ Evaluation will be used by the selection committee to score each top-rated firm as follows:
Qualifications of Key Personnel
Identify specific individuals and sub-consultants for key positions and show
interrelationships and reporting hierarchy for your proposed team. Describe
how each individual’s professional experiences are relevant and bring value to
25 points
the project. Provide proposed percentage of time that the Owner intends to
assign each individual or sub-firm to the Project.
Relevant Experience
Discuss projects your firm has undertaken of similar scope, size and
complexity within the past five to eight years. Describe attributes of past
projects that have met goals similar to the Owner’s goals for this project.
30 points
Identify delivery methods for each project. Provide original project budget
and actual completed costs along with current contact information for
reference checking.
Life Cycle Cost Analysis Experience
Describe the Proposer’s experience with utilizing the Office of Financial
Management’s (OFM) ‘Life Cycle Cost Tool’ (or similar process) for project
analysis and decision making during the predesign effort and as design
20 points
progresses. More information on OFM LCC Model can be located at
www.OFM.wa.gov/facilities .
Past Performance
25 points
Page 5 of 9
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >