Department of Corrections ? Washington Corrections Center for Women Living Unit Bathroom Renovations

Location: Washington
Posted: Oct 9, 2024
Due: Nov 5, 2024
Agency: State Government of Washington
Type of Government: State & Local
Category:
  • 45 - Plumbing, Heating, and Sanitation Equipment
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Solicitation No: 2024-345
Publication URL: To access bid details, please log in.
Project Name Agency Location Project Documents Addenda Due Date Selected Firm
Project Name
Agency
Location

Consultant Services

Department of Corrections – Washington Corrections Center for Women Living Unit Bathroom Renovations

Gig Harbor

Project Documents
Addenda

2024-345 RFQ

Site Map

Due Date
Selected Firm

November 5, 2024

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: November 5, 2024 prior to 2:00 PM PT
Design Services Required for Project No. 2024-345: WCCW-MSC Living Unit Bathroom Renovations for
Department of Corrections at the Washington Corrections Center for Women (WCCW) in Gig Harbor.
Description of Facility
WCCW is a mixed custody prison located in Gig Harbor Washington. The prison opened in 1971 and is
the largest Women’s prison in the state. This project will upgrade the bathrooms in the minimum-
security unit.
Scope of Work
This Request for Qualifications is for the purpose of selecting a consultant for design services for the
WCCW-MSC Living Unit Bathroom Renovations located at Gig Harbor, WA.
The project will remodel WCCW bathrooms in Living Units J, K and L in the Minimum-Security Complex
(MSC). The remodel of the bathrooms will repair water damage and improve Americans with Disabilities
Act (ADA) accessibility for all bathrooms.
The preliminary Maximum Allowable Construction Cost (MACC) for this project is $5,500,000. This
Project is funded for Design Services only in the 2023-2025 biennium. Construction funding is
anticipated in 2025-2027 biennium.
Project Goals
This project improves ADA accessibility
The project corrects water damage problems and minimizes the potential for future problems
due to water damage
Improves safety and security for incarcerated individuals.
The bathrooms will be easy to clean
The bathrooms will be easy to maintain
Maximize the bathroom’s lifecycle before needing repairs or renovations
Submitting firms should have a strong background in designing correctional bathroom facilities. Firms
should also be well versed in multi-phased State agency construction, the State of Washington capital
budget process.
Page 1 of 8
Project-Specific Information
Campus Map with meeting location
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
October 10, 2024
October 24, 2024 at 10:00 AM PT
See above date and time
Week of November 12, 2024
Week of November 18, 2024
Week of December 2, 2024
Late December 2024
Informational Meetings and Site Tours
An informational meeting and site tour will be held “in-person” for this project.
Date/Time
In-Person Meeting Location
October 24, 2024 at 10:00 AM PT
9601 Bujacich Rd. NW
Gig Harbor, WA 98332-8300
A site tour will be held immediately
following the in-person informational
meeting.
Security clearance is required in order to walk thru the project for the informational meeting. Please
email both Mark Wargo and Gerald Holter no later than October 18, 2024 at mnwargo@doc1.wa.gov
and gmholter@doc1.wa.gov.
When a site tour will be held, a DES representative will meet at the main entrance to Building R.
Please refer to the attached campus map.
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.
For directions for the pre-submittal informational meeting and site visit, please contact the DES project
manager at jessica.cahill@des.wa.gov.
Addenda to this Notice
It is the responsibility of the interested firms to track and changes to this solicitation. Refer to the DES
website 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).
Page 2 of 8
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
DES is accepting only 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)
Project No. 2024-345: WCCW MSC Living Unit Bathroom Renovations
o Department of Corrections, 9601 Bujacich Rd. NW Gig Harbor, WA 98332-8300
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
Past Performance
Geographic Proximity to Project Location
Diverse Business Inclusion Strategies
Federal SF330 Form (Part II only) for Prime and key Subconsultants (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.
Page 3 of 8
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/f6a16b14f3d94baf8972a7ba7b0b69ca.
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 Ryan Grimes via
email: ryan.grimes@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.
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
30 points
the project. Provide proposed percentage of time that the Owner intends to
assign each individual or sub-firm to the Project.
Page 4 of 8
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.
Identify delivery methods for each project. Provide original project budget
and actual completed costs along with current contact information for
reference checking.
Past Performance
Describe the approach the Proposer might utilize to achieve and maintain
Owner’s project scope, schedule and budget. Describe and provide examples
of how the proposer successfully developed Owner’s project scope while
staying within the proposed budget. Discuss tools and methods for
scheduling projects for both design and construction. Show how the
interrelationship of successful management of scope, schedule, and budget
creates successful projects.
Geographic Proximity to Project Location
Diverse Business Inclusion Strategies
Describe strategies to increase opportunities for diverse business
participation.
30 points
30 points
10 Points
Not scored
Based on each score, each SOQ will be ranked and a short-list of top-qualified firms will advance to
Phase 2 Selection: Oral Interviews. DES reserves the right to determine the total number of top-
qualified firms to advance to Phase 2 Selection.
Phase 2: Oral Interviews (total 100 points)
Top-qualified firms (highest ranked firms) will be invited to participate in Phase 2 of the selection. Oral
Interviews on a specified date and time, and will be formatted in three periods:
Firm Presentation Period (Maximum: 30 Minutes)
Question and Answer (Q&A) Period (Maximum: 20 minutes)
Firm Closing Statements (Maximum: 5 Minutes)
Remote Interview (Video Teleconference) Considerations:.
A meeting link for accessing the oral interview will be provided to each top-listed firm following
completion of Phase 1 Selection.
Weighted evaluation criterion for the Phase 2
Oral Interviews will be used by the selection committee to score each top-rated firm as follows:
Organization:
Management Plan
Team Member Qualifications
25 points
Capacity/Production Capabilities
Project Management:
Scope management
Budgeting and Cost Control
25 points
Project Scheduling
Page 5 of 8
This is the opportunity summary page. It provides an overview of this opportunity and a preview of the attached documentation.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Solicitation Close Date: 02/07/25 Title: R/V Thomas G. Thompson 2025 Drydock Project Ref

State Government of Washington

Bid Due: 2/07/2025

Solicitation Close Date: 03/03/25 Title: Hemodialysis Machines Ref #:4263 Contact: Marianne Haugen Amendment

State Government of Washington

Bid Due: 3/03/2025

Solicitation Close Date: 02/07/25 Title: R/V Thomas G. Thompson 2025 Asia Drydock Project

State Government of Washington

Bid Due: 2/07/2025

Follow Z--Grand Coulee Right Powerplant, GSU Transformer Replacements, Columbia Basin Pro Active Contract

INTERIOR, DEPARTMENT OF THE

Bid Due: 2/11/2025

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only for convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.