utu abe malae executive director - aspower.com no. aspa14.1220.ofu solar h… · utu abe malae,...

35
1 AMERICAN SAMOA POWER AUTHORITY MATERIALS MANAGEMENT OFFICE REQUEST FOR PROPOSALS (RFP) OFU SOLAR HYBRID PROJECT OFU, MANU'A August 28, 2014 ________________________________________________________________ RFP NO. ASPA14.1220. OFU SOLAR HYBRID PROJECT UTU ABE MALAE EXECUTIVE DIRECTOR

Upload: hoangkhanh

Post on 06-Jul-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

1

AMERICAN SAMOA POWER AUTHORITY MATERIALS MANAGEMENT OFFICE

REQUEST FOR PROPOSALS (RFP)

OFU SOLAR HYBRID PROJECT

OFU, MANU'A

August 28, 2014

________________________________________________________________

RFP NO. ASPA14.1220. OFU SOLAR HYBRID PROJECT

UTU ABE MALAE

EXECUTIVE DIRECTOR

2

Table of Contents

Title Page .................................................................................................................................. 1

Table of Contents ..................................................................................................................... 2

Notice to OFFERORS .............................................................................................................. 3

Proposal Invitation .................................................................................................................. 4

Special Reminder to Prospective OFFERORS ....................................................................... 5

Significant Dates ...................................................................................................................... 6

General Terms and Conditions .............................................................................................. 7

Proposal Transmittal Form (Attachment A) ....................................................................... 18

Scope of Work (Attachment B) ............................................................................................. 19

Proposal Cost Form (Attachment C) .................................................................................... 26

Offeror Qualification Form (Attachment D) …………………………………………………27

Non Collusion Form (Attachment E)………………………………………………………….29

Disclosure Statements Form (Attachment F)…………………………………………………30

Proposal Bond Security Instructions (Attachment G)……………………………………….31

Proposal Bond Security Form (Attachment H)………………………………………………32

Exhibits…………………………………………………………………………………………..34

3

NOTICE TO OFFERORS REQUEST FOR PROPOSALS

Issuance Date: August 28, 2014 RFP No. ASPA14.1220. OFU SOLAR HYBRID PROJECT PROJECT: OFU SOLAR HYBRID PROJECT CLOSING DATE/TIME October 10, 2014, 2:00 p.m. American Samoa Time The American Samoa Power Authority (ASPA) requests proposals from qualified offerors for the Supply, Installation, Supervision, Commissioning, and Maintenance and Operation Training of the Ofu Hybrid Project in the village of Ofu , Manu'a, as described in the Scope of Work, included in this document. A complete RFP package may be picked up from the ASPA Materials Management Office located at the Tafuna Power Plant compound (Security Guard at the Gate will direct you to the Materials Management Office). You may also view this online at www.aspower.com which is the ASPA Website. For more information about this RFP, please contact the following person(s):

Qualified Offerors must submit proposals in a sealed envelope, box, or other enclosure addressed to the ASPA Materials Manager. The sealed envelope or box must be labeled RFP No. ASPA14.1220.OFU SOLAR HYBRID PROJECT, Attention: Nancy Tinitali-Mauga and show date and time of proposal opening. An original, one PDF, electronic copy, and five (5) hard copies of the proposal must be received in the Materials Management Office located in the Tafuna Power Plant Compound no later than 2:00 p.m., October 10, 2014. Late submittals will not be opened or considered and will be designated as non-responsive.

The American Samoa Power Authority reserves the right to:

1. Reject all proposals and reissue a new or amended RFP or addenda as deemed necessary by ASPA;

2. Request additional information from any Offeror; 3. Select a firm for award based on other than “least cost” (e.g. capability to

complete work in a timely fashion or proven technical capabilities); 4. Negotiate a contract with the Offeror that is selected for award; and/or 5. Waive any non-material violations of rules set up in this RFP at its sole

discretion.

Utu Abe Malae, Executive Director Date

Ms. Nancy Tinitali-Mauga Materials Manager Tel. 684.699.3057 [email protected]

4

PROPOSAL INVITATION

AMERICAN SAMOA POWER AUTHORITY

MATERIALS MANAGEMENT OFFICE P.O. BOX PPB

PAGO PAGO, AMERICAN SAMOA 96799 684-699-3057

ISSUANCE DATE: August 28, 2014 PROPOSAL INVITATION NO: RFP NO. ASPA14.1220.OFU SOLAR HYBRID

PROJECT INSTRUCTIONS:

1. This Request for Proposals (RFP) shall require an original, one PDF electronic copy, and five (5) hard copies that must be received at ASPA’s Materials Management Office no later than 2:00 pm, October 10,2014. The envelope or box must be labeled “RFP No. ASPA14.1220.OFU SOLAR HYBRID. Late submittals will not be opened or considered and will be determined as non-responsive. All Offerors shall provide sufficient written and verifiable information that responds to the requirements set forth herein and in the Scope of Work (SOW).

2. Pre-proposal Questions – Any pre-proposal questions and/or clarifications shall be submitted to Ms. Nancy Mauga in writing (through electronic mail or hard copy [email protected]). Questions and/or clarifications are welcome and should be submitted no later than 4:00 pm on September 26, 2014. ASPA shall issue addenda to address any questions and/or clarifications as necessary.

3. Pre-Bid Meeting – A one-time pre-bid meeting will be held September 5, 2014 @ 11:00 a.m. at the Materials Management Conference Room located at the ASPA Power Plant Tafuna Compound.

NOTE TO OFFERORS: This Request for Proposals (RFP) is subject to the attached General Terms and Conditions of the RFP for the Ofu Solar Hybrid Project in Ofu, Manu'a. The undersigned Offeror agrees to furnish, within the time specified, the articles and services at the price stated opposite the respective terms listed on the schedule provided, unless otherwise specified by an Offeror. In consideration of the expense to ASPA in opening, tabulating, and evaluating this proposal, and because time is of the essence, the undersigned agrees that this proposal shall remain firm and

5

irrevocable within one hundred and twenty (120) calendar days from the date opening to supply any or all of the items which prices are proposed. SIGNED:___________________________________DATE:___________________

6

AMERICAN SAMOA POWER AUTHORITY SPECIAL REMINDERS TO PROSPECTIVE OFFERORS

OFFERORS are reminded to read the Proposal Invitation Instructions and General Terms and Conditions attached to the RFP and to ascertain that all of the following (see boxes checked) requirements of the proposal are submitted in the proposal envelope at the date and time for proposal opening. [x] 1. PROPOSAL FORMS a. Proposal Invitation Form (Page 4) b. Proposal Transmittal Form (Attachment B) c. OFFERORS Qualification Sheet (Attachment D) [x] 2. TECHNICAL PROPOSAL

The Technical Proposal shall follow the Scope of Work as outlined in Attachment A of this document.

[x] 3. CONTRACT COST PROPOSAL The Offeror shall complete Proposal Cost Form (Attachment C) [x] 4. PROPOSAL BOND

The Offeror shall submit a proposal security bond for 10% of the total proposal amount and execute the attached proposal bond form. (Attachment F).

All required forms must be signed and returned with the proposal envelope. Failure to comply with these requirements may result in disqualification or rejection of the proposal. I, _______________________________ , the duly authorized representative of ________________________________ , acknowledge receipt of this special reminder to prospective offerors together with “RFP No. ASPA14.1220.OFU SOLAR HYBRID PROJECT as of this date _______________________, 2014. ____________________________________ OFFEROR’S Representative Signature

7

SIGNIFICANT DATES

The following are significant anticipated Scheduling and Contract Dates for this RFP:

August 28, 2014 RFP Issuance Date

September 26, 2014 Deadline for submitting questions, inquiries, and/or clarifications to.

September 30, 2014 ASPA Deadline to Issue any Addenda to address questions and or clarifications as necessary.

October 10, 2014 Closing Date. See details of how to send proposals on the Proposal Invitation Form page 4 of this RFP.

October 24, 2014 Inform Successful Offeror/proposal

October 31, 2014 Contract Award

November 1, 2014 Contract Execution and Notice to Proceed

8

GENERAL TERMS AND CONDITIONS

RFP NO. ASPA14.1220.OFU SOLAR HYBRID PROJECT

I. INTRODUCTION

A. This is a Request for Proposal (RFP) issued by the American Samoa Power Authority (“ASPA”) in Pago Pago, American Samoa. ASPA is soliciting proposals for the turn-key construction, commissioning, and maintenance of a Solar hybrid power system in the village of Ofu , Manu'a. This system is to be connected to the existing power distribution network, serving the village communities of Ofu and Olosega. The purpose of this RFP is to select the firm who will undertake the complete project as specified in the following Scope of Work.

B. The Offeror shall bear all costs associated with the preparation and submission of the proposal. ASPA will in no case be responsible or liable for those costs, regardless of the outcome of the solicitation.

C. The American Samoa Power Authority (“ASPA”), in order to comply with the

American Samoa Code Annotated (“ASCA”) Section 15.0108 and other regulatory requirements, hereby issues this Request for Proposals (RFP). Through this RFP, the American Samoa Power Authority seeks proposals from qualified firms with electric utility and renewable energy experience to design, and supervise construction of the Ofu Solar Hybrid system in the village of Ofu. The complete description of required services and deliverables is listed in the Scope of Work (SOW).

II. PROJECT OBJECTIVE

A. The primary objective of the Ofu Solar Hybrid Project is to establish a sustainable and functional renewable energy system in the village of Ofu, Manu'a. This renewable energy system shall be capable of providing reliable power to both Ofu and Olosega communities, on a 24-hour basis, and meet their domestic and light industrial needs in order to facilitate economic growth.

1. The project objectives are as follows:

i. Design Solar Hybrid Energy System that will displace 90% of

present diesel use.

9

ii. Supply materials, equipment and supervise the installation of a PV system with a power rating of at least 250KW.

iii. Commissioning of the installed system iv. Training of the operators and managers v. On call service and support for the first 12 months of operation

after the final commissioning of the project.

B. The Offeror will review the information in the Scope of Work (SOW) and carry out their own research and assessment to reach an optimal technical solution for the hybrid project. Offerors who do not comply with the specifications of this RFP will be deemed non-responsive.

III. BACKGROUND

A. American Samoa is a US territory composed of Tutuila, the main population

center, the Manu'a Island group, Rose Atoll, and Swains Island. Due to its geographical location, the territory experiences a high dependency on imported diesel fuel and other fossil fuel products for power generation. These relatively small isolated power systems with no interconnections have high electricity tariffs. Some of the older technology-based petroleum-fueled generation facilities have relatively poor heat rates. The N-2 reliability criterion (typical for small isolated power systems) requires availability of higher spinning reserve margins leading to excessive operational costs. Increasing concerns about environmental impacts, growth in electricity demand, and oil price volatility create urgent needs for providing a path toward less oil-dependent, lower cost, and a lower environmental impact, sustainable energy future for American Samoa. As an integral part of the American Samoa Renewable Energy Committee (ASREC), ASPA is committed to working toward 100% Renewable Energy in the Manu’a Islands as outlined in the ASREC Action Plan.

B. The Manu'a Island group is located approximately 60 miles east of the main island of Tutuila. It consists of three islands: Ofu, Olosega, and Ta'u. The main source of transportation to Manu'a is by airplane or boat from the main island. ASPA has identified sites for the proposed Solar Hybrid system in the village of Ofu. Refer to Figures 3 and 4 for aerial views of the proposed sites. In March of 2010, a team from Stanford University was contracted to do a preliminary assessment of Wind and Solar for electrical generation and grid integration in Ofu and Olosega. This assessment is available for review as RFP Exhibit 1.

C. GENERATION. ASPA is the only utility operating in Ofu, which serves approximately 110 customers in both Ofu and Olosega. Power is generated

10

and supplied by two 320-kW Volvo diesel generators (one serves as a backup generator), which produces approximately 625,500 kWh/yr, with a peak demand of 109 kW and an average load of 67 kW. Refer to Figure 1 for Ofu’s March 2013-February 2014 Generation profile (kWh) and Exhibit 2 for a typical daily load profile. The two generators consume about 200 gallons of diesel per day. At $4.20 a gallon, ASPA spends $840/day to supply diesel to the Ofu plant, which operates at 20%-25% of its rated capacity. The incorporation of renewable energy technologies, initially at lower levels, but increasing in overall contribution over time, is a critical part of reducing the amount of fuel imported for power generation on Ofu.

FIGURE 1

Ofu March 2013- February 2014 Generation Profile (kWh)

Month Ofu Mar-13 53,142 Apr-13 52,908 May-13 54,815 Jun-13 49,477 Jul-13 47,879

Aug-13 49,872 Sept-13 49,709 Oct-13 53,740 Nov-13 50,313 Dec-13 56,812 Jan-14 53,569 Feb-14 53,248

Total 625,484

D. DISTRIBUTION. The electrical distribution system on Ofu operates at a nominal 13.2 kilovolts (kV). There are currently 9 main load centers on Ofu and Olosega that need to be connected to the Hybrid system. The main loads on Ofu are the Community Center, Airport, and Medical Clinic. The Elementary School is the main load on Olosega. Refer to Figure 2 for a map of the load centers and distribution line layout.

11

Figure 2

IV. SUBMITTALS

A. The Offeror shall submit a completed “Special Reminders to Prospective OFFERORS” form from Page 5 of this document.

B. The Offeror shall submit a completed Attachment A “Proposal Transmittal Form.”

C. The Offeror shall submit a technical proposal that completely addresses the requirements of Attachment B, “The Scope of Work”.

D. The Offeror shall submit information as required on Attachment D, the “Offeror Qualification Form”.

E. The Offeror shall submit a completed Attachment E, “Non-Collusion Affidavit of Prime Offeror”.

F. The Offeror shall submit a completed Attachment F, “Disclosure Statements”. G. The Offeror shall submit a completed Attachment H, “Proposal Bond Security

Form”

V. DATE/TIME/PLACE OF PROPOSAL SUBMITTAL AND OPENING

A. Each offeror must submit its proposal in a sealed envelope addressed to:

Nancy Tinitali-Mauga ASPA Procurement Manager

P.O. Box PPB Pago Pago, AS 96799

12

B. An original and five (5) copies of the proposal must be received in the Office

of Procurement no later than 2:00 p.m. local time on or before October 10, 2014. C. Late Submittals will not be opened or considered and will be determined as

non-responsive. D. All offerors shall provide sufficient written and verifiable information that

responds to the requirements of the RFP, and in accordance with the Scope of Work (SOW).

VI. PRE-PROPOSAL QUESTIONS

A. Any pre-proposal questions and/or clarifications shall be submitted in writing

to Ms. Nancy Mauga at [email protected] through electronic mail or in hard copy to the following address:

ASPA Materials Management Office P.O. Box PPB

Pago Pago, AS 96799

B. Pre-proposal questions must be received no later than 4:00 p.m. on September 26, 2014. ASPA will then issue addenda to address any questions and/or qualifications as may be necessary.

VII. ADDENDA

A. ASPA reserves the right to issue addenda for any changes to this RFP. B. OFFERORS will be requested to send a signed “Receipt of Addenda” to ASPA

for each addendum that may be issued. VIII. PROPOSAL PREPARATION INSTRUCTIONS

A. The proposal must contain three (3) parts as follow:

1. Technical/Logistical:

a. OFFERORS must list and delineate the specific actions which will be undertaken to achieve the goals and objectives of the Scope of Work.

2. Prior Related Experience/Past Performance:

a. A description of the Offeror firm’s related experience must be provided.

b. A dossier of personnel qualifications and professional credentials as requested on the Attachment C, The Offeror Qualification Sheet, must be listed.

13

c. Attachment C must include a list of three or more references and a project history to document a minimum of ten (10) years of specifically related experience.

3. Proposed Price:

a. The Offeror’s price submittal shall be presented in a breakdown format.

b. The proposed price breakdown should identify all SOW costs.

B. OFFERORS shall prepare their proposals in detail accordingly. IX. PROPOSAL SECURITY BOND

A. Proposal Security – Each proposal shall be accompanied by a cashier’s check or proposal bond made payable to the American Samoa Power Authority. The cashier’s check or proposal bond shall be ten percent (10%) of the total proposal amount in U.S. dollars. Company or personal checks are not acceptable. If an offeror fails to submit the required proposal security with the proposal, the proposal shall be considered non-responsive and subject to rejection.

B. Return of Proposal Security – ASPA reserves the right to retain the proposal security of the three lowest Offerors until the successful Offeror has signed and delivered the contract. Upon failure of the successful Offeror to sign and deliver said contract within the specific time, the next lowest proposal may be at ASPA’s discretion, whereupon the above instruction and requirements will apply to the said second Offeror.

Proposal security in the form of legal tender or a cashier’s check will be returned promptly after the review of all proposals, except those of the three lowest Offerors, which will be retained and returned within 25 days after the contract has been executed.

X. CONTRACT TERM

A. The term for this contract is two (2) years.

B. The contract term shall be initiated by the issuance of a Notice to Proceed by ASPA at which time a contract completion date will be established.

XI. TYPE OF CONTRACT

A. The successful Offeror will provide services to ASPA under a negotiated fixed fee agreement.

14

B. The successful Offeror shall be an independent contractor and not an agent or employee of the American Samoa Power Authority.

C. The successful Offeror shall furnish the necessary personnel, materials, insurances, licenses, equipment, ground transportation to and from work areas, required materials or services, and otherwise do all things necessary to perform the work and services specified in the Scope of Work and to the satisfaction of the Executive Director.

1. The Contractor must at all times comply with all applicable workman’s compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable.

2. ASPA will not be held responsible in any way for claims filed by the successful Offeror or its employees for services performed under the terms of this RFP or the contract.

XII. BASIS FOR SELECTION

A. Contract award will be made by ASPA in accordance with the evaluation criteria set forth herein and with ASPA’s Procurement Rules.

B. Proposals will be evaluated by a Source Evaluation Board (SEB). 1. SEB members shall be nominated by the Procurement Manager and approved

by the Executive Director. 2. Submission of a proposal shall constitute a waiver of any challenge or dispute

of the SEB process. C. The SEB will evaluate each of the responsible submitted proposals, as determined

by the Procurement Manager. 1. Discussions may be conducted by the SEB with any or all of the OFFERORS. 2. Such discussions shall only be conducted for the purpose of obtaining

clarification from the Offeror on its proposal in order to ensure full understanding of, and responsiveness to, the RFP requirements.

3. Discussions shall be conducted on an “as-needed” basis with individual OFFERORS

4. Care shall be exercised to ensure that no information derived from competing Offeror’s proposals is disclosed.

5. Each Offeror with whom discussions are conducted shall be accorded an opportunity to revise their proposals in response to specific clarifications based on the discussions.

D. Unless the Procurement Manager determines that satisfactory evidence exists that a “mistake” has been made, as set forth in Procurement Rule § 3-114, OFFERORS will not be permitted to revise their proposals after proposal opening.

E. When its evaluation process is complete, the SEB will forward a ranked order memorandum of recommendation for contract award to the Procurement Manager.

15

F. After receiving the Source Evaluation Board’s written recommendation and concurring with that recommendation, the Procurement Manager shall forward the SEB recommendation to the Board of Directors through the Executive Director for final approval and subsequent contract award.

G. Approval is not final until it is signed by the Board of Directors. XIII. EVALUATION CRITERIA

A. Proposals will be evaluated and ranked by the Source Evaluation Board according to the following point system. 1. Warranty: 0-5 points possible 2. Schedule: 0-5 points possible 3. Experience: 0-10 points possible 4. Technical: 0-40 points possible 5. Contract Price: 0-40 points possible Total: 100 points (best possible score)

B. Under the Technical Criteria, added consideration may be given to proposals that recognize hazmat issues involving conventional battery storage and maintenance challenges in remote locations.

C. ASPA reserves the right to make the contract award to the Offeror that submits the

proposal which best meets the requirements set forth herein and which is in the best interests of ASPA after taking into consideration the aforementioned factors.

XIII. ATTACHMENTS

A. Attachment A is the Proposal Transmittal Form B. Attachment B is the Scope of Work. C. Attachment C is the Proposal Cost Form D. Attachment D is the Offeror’s Qualification Form. E. Attachment E is the Non-Collusion Affidavit of Prime Offeror F. Attachment F is the Disclosure Statements G. Attachment G is the Proposal Bond Security Instructions H. Attachment H is the Proposal Bond Security Form

XIV. QUALIFICATION OF OFFERORS

A. At a minimum, the Offeror shall submit that information which is required by Attachment D, the “Offeror’s Qualification Form.”

B. ASPA may make such investigations as it deems necessary to determine the ability of the Offeror to perform the work.

16

C. The Offeror shall furnish to ASPA such additional information and data for this purpose as ASPA may request, or the proposal may be deemed non-responsive.

XV. MULTIPLE PROPOSALS – COLLUSION

A. If more than one Proposal is submitted by any one party or in the name of its clerk, partner or other person, all Proposals submitted by said party may be rejected by ASPA.

B. If requested by ASPA to do so, an Offeror may submit an alternate Proposal. C. If ASPA believes that collusion exists amongst any OFFERORS, the participants in

such collusion will be disqualified from contract award consideration. D. Proposals in which the proposed costs and fees are unreasonably high, or unrealistically

low, may be rejected at ASPA’s sole discretion.

XVI. BUSINESS LICENSE A. An Offeror from elsewhere than American Samoa shall be appropriately licensed in

accordance with the state and/or country of the OFFERORS origin and shall be skilled and regularly engaged in the general type and size of work called for under this RFP.

B. The successful Offeror shall possess a current valid American Samoa Business License prior to the execution of the contract.

XVII. CONTRACT DOCUMENTS

The contract documents (the “Contract Documents”) which govern all work set forth by this RFP consist of the following:

1. This RFP; 2. All addenda to this RFP; 3. Any submissions pursuant to any issued addenda; 4. Any clarifications as may result from Proposal evaluations; and 5. The Contract (or the “Agreement”).

XVIII. OFFEROR’S UNDERSTANDING

A. Each Offeror must inform itself of the conditions relating to the execution of the work.

B. The Offeror will make itself thoroughly familiar with all the Contract Documents prior to execution of the Agreement.

C. Each Offeror shall inform itself of, and the Offeror awarded the Contract shall comply with, federal and territorial statutes and ordinances relative to the execution of the work including, but not limited to, applicable regulations which concern the following: 1. Wage rates; 2. Non-discrimination in the employment of labor; 3. Protection of public and employee safety and health;

17

4. Environmental protection; 5. Historic preservation; 6. Protection of natural resources; 7. Fire protection; 8. Burning and non-burning requirements; 9. Permits, fees, and 10. Similar subjects.

D. The Offeror agrees to a proposal by the requirements under Executive Order No. 11246, as amended, including specifically the provisions of the equal employment opportunity clause.

XIX. AMERICAN SAMOA LICENSES, PERMITS, TAXES AND IMPORT DUTY

A. The Offeror shall be cognizant of and shall comply with all American Samoa Government (ASG) laws and ordinances pertaining to licenses, permits, the American Samoa Government tax structure and import duty. 1. The successful Offeror shall have an ASG Business License in order to perform

the required contractual work. 2. As necessary, the successful Offeror must pay income taxes to the American

Samoa Government based on the profit made on the RFP contract. B. American Samoa is a protectorate of the United States and lies outside the jurisdiction

of the U.S. Customs and U.S. Immigration Department. 1. Any Offeror-owned equipment to be returned to the United States will be subject

to customs/import duty unless properly manifested before shipment from the United States.

2. Excise Tax on equipment to be incorporated into the project or used on this project may be waived upon written request.

3. If the Offeror elects to sell its equipment locally upon completion of the contract or use the equipment for other than this project rather than shipping the equipment away from American Samoa, that equipment will then be subject to the appropriate import duty rate.

4. Any equipment imported for use on other than this project is also subject to local tax.

XX. WITHDRAWAL OF PROPOSAL

A. Any Proposal may be withdrawn prior to the scheduled time for the opening of Proposals by notifying ASPA in a written request.

B. No Proposal may be withdrawn after the time scheduled for opening of Proposals.

XXI. OPENING AND EVALUATION OF PROPOSALS A. In accordance with Procurement Rule § 3-110, Proposals will be opened and

recorded as part of the record for the Source Evaluation Board on the date and at the time indicated in Section V.B of this document.

18

B. All Proposals will be opened at ASPA’s Procurement Office in Tafuna, American Samoa or in another location so designated by ASPA’s Procurement Manager in writing.

XXII. EXECUTION OF CONTRACT

Upon receiving ASPA’s Notice of Award, the successful Offeror must sign and deliver the Contract to ASPA, together with any other documents as may be required by ASPA.

XXIII. RFP CONDITIONS

A. This RFP does not commit ASPA to award a contract or to pay any cost incurred in the preparation of a proposal.

B. The American Samoa Power Authority reserves the right to do the following: 1. Reject any Offeror for being non responsive to the Proposal requirements

which are contained in this RFP; 2. Reject all proposals and reissue an amended RFP; 3. Request additional information from any Offeror submitting a proposal; 4. Select a Offeror for award based on other than “least cost” criteria (e. g.

capability to complete work in a timely fashion or substantive and relevant work experience);

5. Negotiate a contract with the Offeror selected for award; and 6. Waive any non-material violations of rules contained in this RFP.

C. ASPA reserves the right to issue any addendum to this RFP. 1. OFFERORS shall send ASPA a signed Receipt of Addenda form confirming

the receipt of any Addendum; 2. OFFERORS shall submit any additional information as is required by any

Addendum; 3. If any Offeror fails to acknowledge the receipt of any such Addendum, the

Offeror’s Proposal shall be considered irregular and will be accepted by ASPA only if it is in ASPA’s best interest;

4. If any Addenda are not received prior to submittal of the Offeror’s Proposal, a Supplementary Proposal may be submitted in order to revise the original Proposal;

5. Supplementary Proposals must be received by ASPA prior to the scheduled time for opening of Proposals.

19

ATTACHMENT A

PROPOSAL TRANSMITTAL FORM

Date: ___________________ AMERICAN SAMOA POWER AUTHORITY AMERICAN SAMOA GOVERNMENT To Whom It Concerns:

The undersigned (hereafter called an OFFEROR), hereby proposes and agrees to furnish all the necessary information pertaining to:

RFP NO. ASPA14.1220.OFU SOLAR HYBRID

Ofu Solar Hybrid Project in Ofu, Manu'a in accordance with the Scope of Work, General Terms and Conditions, and other procurement requirements specified in this document for the prices stated in the itemized proposal form(s) attached hereto, plus any and all sums to be added and/or deducted resulting from all extra and/or omitted work in accordance with the unit and/or lump sum prices stated in the itemized proposal from attached hereto. The undersigned has read and understands the proposal requirements, and is familiar with and knowledgeable of the local conditions at the place where the work is to be performed. We have read the RFP Instructions and General Terms and Conditions attached to ascertain that all of the following (see boxes checks) requirements of the proposal are submitted in the proposal envelope in single at the date and time for proposal opening. We understand that you are not bound to accept any Proposal you may receive. Signed SEAL _____________________________________ Date

20

ATTACHMENT B

TECHNICAL PROPOSAL AND SCOPE OF WORK A1. TECHNICAL PROPOSAL REQUIREMENTS

The Technical Proposal must provide the following information.

1) The Technical Proposal shall describe, in detail, the technology, components of the technology, and how the technology system would be operated and maintained in a small island environment.

2) Energy storage system and dispatch strategy must be described and designed to allow for ‘diesel off’ operation and demonstrate impact on diesel gensets

3) The Technical Proposal shall include a project plan that lists, describes, and delineates the specific tasks and schedule of work, which will be undertaken to achieve the goals and objectives of the Solar Hybrid system.

4) All proposed technologies must meet current industry standards for availability and power curve for generation equipment. The Respondent must demonstrate at least three years of operation for a given technology model.

5) The project must utilize proven and bankable generation technologies.

6) The Solar Hybrid system must meet all appropriate permitting of the U.S. Environmental Protection Agency.

7) The main AC switchboard in the generation facility is to include a master power meter that monitors and records all power sent to the community.

8) Commission the system. Follow IEC 62446 Grid connected photovoltaic systems - Minimum requirements for system documentation, commissioning tests and inspection. All inspections and tests, to verify documented contract assumptions, to establish work accomplishment, or to certify performance attainment shall be witnessed by the Owner. Unless otherwise identified, manufacturer recommendations shall be followed for all inspection and test procedures. Tests shall include a commissioning of the array with individual string voltage, current, and solar irradiance measured in the plane of the array and recorded. Conduct and record I-V curve trace of all strings compared to panel manufacture data. Commissioning shall be performed for the entire PV system. This data shall be used to confirm proper performance of the PV

21

system. Inspections/tests shall result in a written record of data/observations. The Contractor shall provide two (2) copies of documents containing all test reports/findings. Test results shall typically include: item/system tested, location, date of test, test parameters/measured data, state of construction completion, operating mode, Contractor Inspector/Owner witness, test equipment description and measurement technique.

9) Training of ASPA personnel to start, stop, and become competent in the operation, troubleshooting and maintenance of each installation unsupervised.

10) Provide 12 months service and technical support after final commissioning of the project.

A2. SCOPE OF WORK As an integral part of ASREC, ASPA is committed to working toward 100% Renewable Energy in the Manu’a Islands as outlined in the ASREC Action Plan. This plan has been divided into two geographic phases: Ofu/Olosega Islands, and Ta’u Island. This RFP is intended for the Ofu/Olosega portion, herein referred to as the “Ofu Solar Hybrid System”. This Scope of Work offers proposal options described in the following two sections: Section 1- Ofu Solar Hybrid System Design and Installation of PV System This section involves proposals and quotations for: 1) the design of a solar hybrid system for Ofu and 2) the installation of a 250 kW PV system including required materials, the supervision of installing the system and other work as specified below. The first part this section’s request is the solar hybrid power system design. The hybrid power system shall be designed to achieve at least a 75% reduction in generator run time. ASPA requires that this system be designed in a modular fashion for future incorporation of additional storage capacity and/or further renewable energy sources. The solar hybrid system design shall incorporate and include:

1. Existing electric distributions system 2. New 150 kW diesels [to be supplied/ installed by ASPA] 3. 250 kW PV system that is part of this section’s request 4. Specification of all hardware and software components 5. Battery storage to be Lithium-Ion, Sodium-Sulfur (Na-S), or

better. Battery storage shall be designed for a minimum 10 year

22

life and capacity de-rated to expected storage capacity at 10 years of age

6. Real Time monitoring of all power generation and energy storage components of the Ofu PV Hybrid System from the Ofu power plant, with an extra node at the Tafuna Power Plant on Tutuila island. ASPA currently utilizes the Drakers Laboratory monitoring system to monitor its existing PV system. Contractors shall provide an equivalent or better monitoring system. The monitoring system provided must monitor the output of each PV inverter and other power generation sources

7. The PV Hybrid System must be monitored and controlled remotely from Ofu power plant and Tutuila Power plant

8. The Contractor shall design in protection systems and isolation breakers that will enable maintenance and repair of each power generation source

9. The Contractor shall provide a single line schematic diagram for the hybrid power system that contains the system details, which illustrates the optimal system, redundancy, and any single points of failure

10. Accurate metering of each power generation source output power to monitor and maintain the equipment in proper working order

11. Controllers to automatically start and stop diesel generating sets based on remaining storage charge and or renewable generation production

12. A plant level controller to provide the following control functions: a. Dynamic voltage and/or power factor regulation of the

variable generation renewable plant at the point of interconnection (POI)

b. Controlled real power output curtailment of the variable generation renewable plant when required so that it does not exceed an operator-specified limit

c. Possibility to operate at desired active power set point, and provide a headroom for up regulation if necessary (curtailed operation with a capability to provide fast spinning reserve)

d. Ramp rate control to ensure the plant output does ramp up faster than a specified ramp-rate limit

e. Frequency control to lower or increase plant output in case of overfrequency or underfrequency situation according to programmed frequency droop (droop, deadbands and upper/lower limits must be controllable by ASPA)

23

f. Start-up and shut-down control in accordance to pre-programmed steps or smooth up and down ramps

g. Black start/grid forming capability h. Low and high voltage and frequency ride-through capability i. Capability to be connected into the island’s future energy

management system for coordinated load-frequency and voltage control of a hybrid system including the diesel generation, variable generation renewable plant(s) and future energy storage

13. Offerer must demonstrate that their system design and control/integration strategy will achieve at least a 75% reduction in generator run time

14. Commissioning plan that will confirm system will operate as specified.

The second part of this section’s request is the installation of a 250 kW PV system. ASPA has identified a site for the proposed PV system to be installed in a long stretch of land adjacent to the Ofu airport. Refer to Figure 3 for an aerial view of the site. The proposed project site for the installation of a Solar PV system was selected due to the following criteria:

§ Flat land area § Has maximum exposure of current to the sun § Close proximity to ASPA’s 3-phase distribution lines

Figure 3 ASPA Identified Site for Solar PV Installation

24

ASPA will be responsible for providing the Respondent with Samsung 247-Watt Solar Modules for the proposed Solar Hybrid system. The Solar PV System will include (but not be limited to) the following equipment and materials to be installed on the proposed site:

1) Corrosion resistant racking 2) Miscellaneous structural hardware 3) PV Modules ( provided by ASPA) & clamps 4) Inverter Modules 5) Fused DC Combiner Boxes 6) AC Disconnect Switches, DC Disconnect Switches, and Combiner boxes 7) Distribution Transformers for 13.2 kV output 8) Monitoring Equipment 9) Power and Energy Meter 10) Wiring, conduit, ground rods, and junction boxes (as specified in SOW)

ASPA will be responsible for:

1. Supply of Samsung Solar Panels, Model: LPC247SM-08S, for a 250 kW PV installation at the Ofu Airport location

2. Site preparation, Geotech and local permitting 3. All non-specialized labor 4. Supply all (in-stock) wire, conduit, equipment and labor for both overhead and

underground distribution 5. Mobilization of all equipment and materials from Pago Pago to Ofu and return

25

6. All required permits, both federal and local, necessary for the completion of the project

The Contractor Shall be responsible for: 1) PV system design, which will conform to all the requirements specified in the above

section 2) Procurement and installation of all PV system components except those that are

specifically stated to be provided by ASPA 3) The successful Contractor shall present to the ASPA a set of construction drawing

and schematics of the proposed system for review and approval prior to proceeding with the construction and installation at the site location. This PV system shall be designed to withstand the ocean and salt spray environment for the design project life of 25 years. The Contractor shall specifically describe how all PV system components will resist corrosion, operate under these environmental conditions, and the term of the warranty for the system, including all components provided for this project. The Contractor shall also describe the maintenance requirements for the PV system proposed

4) The Contractor shall provide an electrical single line schematic diagram for the PV System that contains the system details and illustrates the optimal system, redundancy, and any single points of failure

5) Inverters, plant level controller, breakers, transformers, sensors, fittings, specialized wire and conduit, and other items as specified in contractor’s hybrid design. a) Individual inverters for this system shall not exceed 50 kW nameplate capacity b) Inverters shall be UL 1741 approved c) Inverters shall be transformer isolated type d) System shall use a minimum of 2 transformers with an efficiency of greater than

97%. Transformers shall be housed in a NEMA 3R enclosure 6) Training of ASPA personnel to start, stop, and become competent in the operation,

troubleshooting and maintenance of PV installation without supervision. 7) Real Time monitoring of all components of the Ofu PV System from the Ofu power

plant, with an extra node at the Tafuna Power Plant on Tutuila island. ASPA currently utilizes the Drakers Laboratory monitoring system to monitor its existing PV system. Contractors shall provide an equivalent or better monitoring system. The monitoring system provided must monitor the output of each PV inverter

8) The PV Hybrid System must be monitored and controlled remotely from Ofu power plant and Tutuila Power plant.

9) The Contractor shall provide the design, specifications and installation for the base foundation requirements on which the PV Mounting Frames for the the PV System Panels will be mounted. In addition, the mounting frames must be attached to the designed footings by frangible couplings, approved by FAA. The Base Foundation and Mounting Hardness, PV Mounting Frames, and overall PV System installation

26

shall be designed to withstand winds of up to 150 miles per hour (ASCE Part 7) with up lifting force. In addition, Offeror shall submit an alternative to ground mount installation of PV’s: Offeror will make note of the difference in quoted price for racking, hardware, and installation of ASPA supplied PV panels to existing rooftops as opposed to ground-mount.

10) The Contractor shall propose and/or describe the enclosure requirements for the Converter/Inverter, control system devices, and monitoring systems

11) PV mounting shall be design such that PV modules will be installed with no less than 5 degree tilt

12) The PV system must be designed to fit within the dimensions specified in Exhibit A. 13) The Contractor shall provide protection systems and isolation breakers or fuses that

will enable maintenance and repair of each PV System string 14) Accurate Metering of the output power to monitor and maintain the equipment in

proper working order shall be provided. Monitoring from both the DC and AC power output points shall be provided

15) The Contractor shall propose a Project Timeline for the period of the Project from award of Contract to final Commissioning and Training

16) All work shall comply with NEC and/or local code requirements. All products that are listed, tested, identified, or labeled by UL, FM, ETL, or other Testing Organization shall be used when available. Non-listed products are only permitted when listing does not exist. Disconnects and switches shall be DC rated when used in DC applications

17) On call service and support for the first 12 months of operation after the final commissioning of the project.

18) The final contract will include perfomance guarantees based on the successful offeror’s proposal.

Section 2- Financing. ASPA is asking quotes for: 1) Work described in section 1 2) Work in section 1 and the implementation/installation of the solar hybrid power

system design (that is part of section 1) in its entirety For this fiscal year ASPA has $700,000.00 allocated for the project. It is likely that contractor quotes for the work in section 1 and the implementation of the solar hybrid power system will exceed that amount. This section may be addressed in one of two ways: 1) Propose the amount of work, toward the above specified goals, that can be done by

your company with the funds available 2) Propose financing, lease-purchase of components, and/or other financing options, to

complete the project in its entirety.

27

ATTACHMENT C

PROPOSAL COST FORM

TO: American Samoa Power Authority, Attn: Materials Manager

ADDRESS: PO Box PPB, Pago Pago, American Samoa 96799

TITLE: OFU SOLAR HYBRID PROJECT IN OFU, MANU'A

RFP NO. ASPA14.1220.OFU SOLAR HYBRID

OFFEROR: ________________________________

________________________________

TOTAL COST: $_______________________________

(in words: )

DATE: _________________, 2014

To Whom It Concerns:

The undersigned, (hereafter called an “Offeror”) hereby proposes and agrees to furnish all the necessary information to above quote in accordance with the Scope of Work, and other procurement requirements specified in these documents for the prices stated in the itemized PROPOSAL COST form(s) attached hereto, plus any and all sums to be added and/or deducted resulting from all extra and/or omitted work in accordance with the unit and/or lump sum prices stated in the itemized quote form attached hereto.

Please see the next page for SCOPE OF WORK specifications and to submit line item quote prices.

IN WITNESS THEREOF, the undersigned has caused this instrument to be executed

by its duly authorized officers on this day of___________________, 2014.

OFFEROR:

By: ____________________________________ Date: _______________

Name:

Title:

Seal

28

ATTACHMENT D

OFFEROR’S QUALIFICATION SHEET

1. Name of Organization: ________________________________________ 2. Address: _____________________________________________________ 3. Telephone: _____________________________

Business _____________________________ Email Address: _____________________________ Fax Number _____________________________ Tax Identification Number: ______________________

4. Contact Person: ___________________________________________ 5. Type of Business: Corporation_______Partnership________ Proprietorship _______ Joint Venture _______ Note: For Local Corporations – Articles of Incorporation Certification must be on record with the Treasurer of American Samoa. Copies of partnership agreements and articles of incorporation must be submitted to the revenue branch with application form and relevant documents. Aliens cannot operate sole ownership enterprises and partnerships with aliens are subject to immigration board review. Place of Organization or State of Incorporation: ________________________________________________________________________ Owner’s Names and Addresses (if not a Corporation):

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

For Corporations: Names and addresses of Directors, Officers, and Stockholders with 20% or greater interest in the company.

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

29

Individual states and Territories of the United States where company is registered as foreign Corporation.

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

6. List the name or names of supervisory personnel proposed to be employed on the work under this Contract, including the experience record for each that indicates the degree of responsibility and type of work supervised.

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

7. List the names and addresses of at least two (2) references, at least one of which should be a bank or other lending institution, governmental agency, or bonding company.

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

30

ATTACHMENT E

NON-COLLUSION AFFIDAVIT OF PRIME OFFEROR

___________________________________being first duly sworn deposes and says that:

1. He/She is____________________________________________________________

(Owner, Partner, Representative or Agent)

of__________________________________________________________________ ___

the Offeror that has submitted the attached proposal.

2. He is fully informed regarding the preparation and contents of the attached proposal and of all pertinent circumstances regarding such proposal.

3. Such proposal is genuine and is not a collusive or false proposal.

4. Neither the said Offeror nor any of its officers, partners, owner, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other Offeror, firm or person to submit a collusive or false proposal in connection with the Contract for which the attached proposal has been submitted or to refrain from submitting a proposal in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Offeror, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against American Samoa Power Authority or any person interested in the proposed Contract; and

5. The price or prices quoted in the attached proposal are fair and proper, and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Offeror or any of its agent’s representatives, owners, employees, or parties in interest, including this affiant.

(Signed)

(Title)

Subscribed and sworn to before me this day of , 2014

________________________ _______________________

(Signed) (Title)

My Commission expires ____________________________, 2014

31

ATTACHMENT F

DISCLOSURE STATEMENTS

This form must be completed by all Offerors and submitted with the proposal. I _____________________________________________________________________ (Name of owner or partner- all partners must complete a form) Of ______________________________the Offeror, that has submitted the attached proposal: (Name of company)

(Complete one of the two following statements) 1. I have no immediate relatives (parents, children or siblings) who are currently

employed by the American Samoa Power Authority (ASPA) or the American Samoa Government (ASG) ______________________________________________________________________ (Signed) (Title)

2. I have immediate relatives (parents, children or siblings) who are currently employed by ASPA or the ASG.

Their names and positions in are as follows:

Name Relationship to Employee Position in ASPA

____________________________________________________________ (Signed) (Title) Note: It is not against ASPA procurement rules for the relatives of government employees

to propose on and receive government contracts provided they disclose such relationships

at the time of proposal opening.

32

ATTACHMENT G

PROPOSAL BOND SECURITY INSTRUCTIONS

The Proposal Bond Security in the sum of 10% of the Total Contract Price must accompany each proposal and shall be furnished to the American Samoa Power Authority as a guarantee and will be retained until the written contract between a Contractor and ASPA is executed. If the Contractor fails to enter into a written contract because of bad faith negotiation, then ASPA will retain the Contractor’s proposal bond as liquidated damages, but not as a penalty.

33

ATTACHMENT H

PROPOSAL BOND SECURITY FORM

KNOW ALL PERSONS BY THOSE PRESENT that , as Principal, hereafter called the “Principal”, and , a duly admitted insurer under the laws of the Territory of American Samoa, as Surety, hereinafter called the “Surety”, are held firmly bound unto the American Samoa Power Authority (ASPA) for the sum of Dollars ($ ), for payment of which in lawful money of the United States, will and truly to be made, the said Principal and the said Surety binds themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. The condition of the above obligation such that, whereas the Principal has submitted a proposal for the OFU SOLAR HYBRID PROJECT in accordance with RFP NO. ASPA14.1120.OFU SOLAR HYBRID PROJECT (the “RFP”). Now therefore, if ASPA shall accept the proposal of the Principal as the apparent responsive and best responsible proposal, the Principal shall do the following:

1. Enter into a written contract, in the form prescribed by ASPA, in accordance with the terms of the RFP and the Principal’s proposal;

2. File a bond with ASPA, if applicable, to guarantee faithful performance, as may be required by the Contract Documents; and

3. Furnish certificats of insurance and all other items as required by the RFP and the Contract Documents.

In the event of the failure of the Principal to enter such contract, furnish such performance bond, or furnish certificates of insurance and all other items as required by the Contract Documents, the Principal shall immediately pay to ASPA the amount hereof.

[Signature Page Follows]

34

IN WITNESS WHEREOF, we have herunto set our hands on this proposal bond this day of , 2014. Principal: Surety: (Name of Firm) (Name of Firm)

By: By:

Name: Name:

Title: Title:

By: By:

Name: Name:

Title: Title:

Resident Agent By:

Name:

Title:

Address for Notices: Address for Notices: NOTE: The signature of the person executing this Proposal Bond must be notarized. If an attorney-in-fact executes the proposal bond on behalf of the surety, a copy of the current power of attorney bearing the notarized signature of the appropriate corporate officer must also be included with the proposal bond.

35

EXHIBITS Exhibit 1 Stanford University Assessment

• An electronic copy will be emailed to Respondents Exhibit 2 Ofu Daily Load Profile

Ofu Daily Load Profile1-Week

0

10

20

30

40

50

60

70

80

90

12:00

AM

1:00 A

M

2:00 A

M

3:00 A

M

4:00 A

M

5:00 A

M

6:00 A

M

7:00 A

M

8:00 A

M

9:00 A

M

10:00

AM

11:00

AM

12:00

PM

1:00 P

M

2:00 P

M

3:00 P

M

4:00 P

M

5:00 P

M

6:00 P

M

7:00 P

M

8:00 P

M

9:00 P

M

10:00

PM

11:00

PM

Time

kWh

Monday, May 13,2013 Tuesday, May 14,2013 Wednesday, May 15,2013 Thursday, May 16,2013

Friday, May 17,2013 Saturday, May 18,2013 Sunday, May 19,2013