Request for Proposals: Electric Power Projects

La Jolla Band of Luiseño Indians and San Pasqual Band of Mission Indians

RFP Issue Date: October 20th, 2025
RFP Due Date & Time: November 20th, 2025 by 12:00 PM

Request for Proposals: Electric Power Projects

Introduction 

The La Jolla Band of Luiseño Indians and the San Pasqual Band of Mission Indians (“Tribes”) are seeking proposals from qualified and experienced Renewable Energy Contractors to implement renewable energy projects on the La Jolla Indian Reservation and San Pasqual Indian Reservation (“Project Sites”).  

The selected Contractor will be implementing the following electric power projects: 

  1. Installation of photovoltaic solar and storage systems on tribal residences
  2. Installation of air source heat pump mini-split systems at tribal residences 
  3. Installation of air source heat pump hot water heaters at tribal residences

Solar production and battery storage integration have been long-standing goals of both tribal communities to build wildfire resiliency, reduce on-reservation grid demand, and increase energy sovereignty. 

Project Areas 

The project areas include the La Jolla Indian Reservation and San Pasqual Indian Reservation. Both Reservations are located in northern San Diego County. The La Jolla Indian Reservation is in Pauma Valley. The San Pasqual Reservation is in Valley Center. Projects will be implemented at the residential homes that reside on the La Jolla Reservation and San Pasqual Reservation.  

General Conditions 

  1. Each respondent is responsible for reviewing and understanding all terms of this Request for Proposal (RFP). Failure to thoroughly examine or request clarification on RFP terms may result in disqualification. 
  2. Respondents to this RFP should represent a firm, company, organization, or team with ample experience performing similar services and the professional standards thereof, to undertake and successfully complete the Scope of Services outlined in Section 2. 
  3. Any bid may be withdrawn at any time prior to the due date with a written request signed by the authorized respondent representative. Revised proposals may be submitted up to the original due date/time.  
  4. Issuance of this RFP and receipt of proposals does not commit the Tribes to move forward with an award or complete the project described. The Tribes reserve the right to postpone the RFP award process, to accept or reject any or all proposals received in response to this RFP, and to modify the scope of the project at any time. 
  5. An award under this RFP may not be based solely on the lowest price but will be made to the respondent with the overall best value proposal. The successful proposal will meet the project requirements and provide service level acceptable to the Tribes. 
  6. Bid proposals shall remain valid for 90 days after private opening of the proposals. If the Tribes decide to move forward with a certain bid, contract will be executed in the 90 day timeframe or the Contractor(s) will be allowed to revise pricing.  
  7. Upon award, the successful respondent shall secure all appropriate licenses to complete the scope of work included in this RFP. 
  8. The successful respondent will enter into a formal agreement with the Tribes, which will be similar to the La Jolla Agreement Template (Appendix A) and San Pasqual Band General Terms & Conditions (Appendix B).

RFP Schedule  

The schedule for this RFP is as indicated below. It may be modified at the discretion of the La Jolla Tribe and/or San Pasqual’s Procurement. An addendum will be issued in the event of any scheduling changes. 

 

Project Milestone 

Date/Time 

RFP Advertised/Released 

October 20, 2025 

Requests for Information (RFIs) Due 

October 30, 2025 

Answers to RFIs Distributed 

November 7, 2025 

Notice of Intent to Submit Proposal 

November 14, 2025 

Proposal Due 

November 20, 2025 

Notice of Intent to Award 

December 11, 2025 

Fully Executed Contract 

December 18, 2025 

 

Request for Information  

Respondents must direct questions in writing only. The Tribes will only respond to technical questions. No interpretive guidance, written or oral, regarding this RFP will be given and no phone calls will be accepted. Questions must be submitted no later than 12:00 PM PDT on Thursday, October 30, 2025. Submit questions through US Postal Service, or by ground delivery to:    

La Jolla Band of Luiseño Indians 

Attention: Rob Roy, Director of Environmental Protection Office 

22000 Highway 76, Pauma Valley, CA 92061 

 
Responses to questions will be posted on the La Jolla of Luiseño Indians website, www.lajolla-nsn.gov, and will become part of the RFP. It is the respondent’s responsibility to check the website for updates. 

Response Submissions 

Submissions should be prepared as paper hardcopies. Respondents must provide two copies. Proposals must not exceed 35 pages. Digital submissions will NOT be accepted (PDF, Word doc, etc.). Please note, we are unable to accept USB drives. Submissions must be made through US Postal Service, or by ground delivery to: 

La Jolla Band of Luiseño Indians 

Attention: Rob Roy, Director of Environmental Protection Office 

22000 Highway 76, Pauma Valley, CA 92061 

Response Due Date 

To be considered, your proposal must be received no later than 12:00 PM PST on Thursday, November 20, 2025. The Tribes will not consider proposals received after this date/time and/or incomplete submissions. 

Award and Rejection of Proposals 

This RFP does not commit the Tribes to award a contract, nor to procure, or to contract for services. Notwithstanding any other provisions of this RFP, the Tribes reserve the right to award this contract to the Respondent(s) that best meets the requirements of the RFP, and not necessarily to the Respondent(s) with the lowest price proposal. The Tribes reserve the right to accept or reject any or all proposals received in response to this request; to negotiate with all qualified Respondents; or to cancel in part or in its entirety this RFP if it is in the best interests of the Tribes. The Tribes may request the selected Contractor to participate in negotiations and to submit any price, technical, or other revisions to the proposal as may result from the negotiations. 

Primary Project Responsibility 

The Respondent responding to this RFP will be considered the lead party. It must be clearly understood that the lead party will enter into a contract with the Tribes. All other parties will be considered sub-contractor(s) to the lead party. The lead party is ultimately responsible for the performance of all contract work. 

The lead party (i.e. Contractor) must comply with all non-procurement debarment and suspension regulations (2 CFR Part 180 and 2 CFR Part 1532). These regulations restrict awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs or activities. 

Cost of Proposal Preparation  

No reimbursement will be made by the Tribes for any costs incurred in the preparation of a proposal or during the selection process. 

Proposal To Be in Effect 

The proposal shall state that it is valid for a period of not less than ninety (90) days from the date of receipt by the Tribes. 

Ownership Information  

Written approval by the Tribes is required prior to public disclosure of submissions intended for the Tribes. The Tribes shall have unlimited rights to use, disclose, or duplicate, for any purpose whatsoever, all information developed, derived, documented, or furnished by the selected Contractor under any contract resulting from this RFP. All data collected and other documentation produced as part of the contract will become the exclusive property of the Tribe and may not be copied or removed by the selected Contractor or any employee of the selected Consultant without written permission of the Tribes. 

Equal Opportunity Requirements 

The Respondent awarded the contract under this RFP must meet all State and Federal affirmative action and equal employment opportunity practices. This includes compliance with E.O. 11246, “Equal Employment Opportunity,” as amended by E.O. 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and as supplemented by regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” 

Wage Requirements 

The Respondent awarded the contract under this RFP must meet all Davis-Bacon and Related Acts (DBRA) wage requirements. The Davis-Bacon prevailing wage is the combination of the basic hourly wage rate and any fringe benefits rate listed for a specific classification of workers in the applicable Davis-Bacon wage determination. General Davis-Bacon wage determinations are published online at www.sam.gov 

Selection  

All proposals received by the Tribes will be reviewed and evaluated by an RFP Selection Committee determined by the Tribes. The Selection Committee will evaluate the proposals based on the following criteria:  

Criteria 

Description 

Possible Points 

a. Scope of Work 

The proposal must fully demonstrate satisfactory understanding of the work to be performed and the scope of work standards. 

0-30 points 

b. Credentials and Professional Experience 

Respondents must fully demonstrate the project team have the required credentials and adequate professional expertise to complete each measure listed in the scope of work on schedule. 

0-20 points 

c. Cost:  

Total project costs in proportion to equipment/services being provided. 

0-20 points 

d. Financial Capability 

Respondents must demonstrate strong financial health and ability to perform the contract without risk of default.  

0-15 points 

e. Prior Project References:  

Respondents must demonstrate a record of performance and timeliness in the execution of previous projects of similar size/scale and complexity. 

0-15 points 

 

TOTAL POINTS POSSIBLE (*not including possible Indian preference points) 

100 points 

 

Indian preference points: 10 points are added to the possible 100 points possible. 

Indian Preference 

For an entity to qualify for Tribal preference the company must fulfill the following requirements: 

  • Be owned by a member of a US Federally recognized Native American Tribe, nation or band, including member of Federally recognized Alaskan Native villages, communities, and corporations. 
  • Be at least 51 percent Native owned. 
  • Qualified member must be an active participant in the company (not just a figure head). 
  • Have appropriate business license(s) and certifications for specific field. 
  • Have experience and staff expertise to complete the contract.

Respondents seeking Tribal preference shall submit the following documents: 

  • Documentation of membership of a US Federally recognized Native American Tribe, nation or band, including member of Federally recognized Alaskan Native villages, communities, and corporations and  
  • Proof of at least 51 percent Native ownership. 
  • Business license certifications, business structure documents (sole proprietor, partnership, incorporations, LLC), insurance and bonding capabilities. 
  • Tribe shall require all other necessary licensing documentation specific for the service provided. 
  • (Industry Standard) Portfolios that include proof of the experiences and staff expertise in the specific field listed, resume of jobs completed, and references. 
  • Business plan that includes proof of the experience and staff expertise in the specific field, projected financials and references.

Financial Capability 

The Tribes will evaluate the financial documentation submitted to determine the Respondent’s ability to perform the contract without risk of default. Respondents demonstrating strong financial health and low risk will be rated more favorably. Financial documents should include but are not limited to: 

  • Business license certifications 
  • Business structure documents (sole proprietor, partnership, incorporations, LLC) 
  • Business plan that includes projected financials 
  • Insurance 
  • Bonding capabilities

Interviews 

Upon review of proposals the RFP Selection Committee may elect to interview a select number of firms for the purpose of presentation and clarification of proposal materials. The Respondent(s) selected for interviews will be notified no later than Monday, December 1, 2025, and interviews will be scheduled between December 3, 2025 – December 5, 2024. It is anticipated that the interviews will be conducted for approximately 30 minutes. 

Upon completion of interviews, the RFP Selection Committee will recommend the preferred Respondent(s) (or Respondent team) and the Tribes will make the final decision. The Tribes will notify the Respondent of their selection and begin contract negotiations. 

Scope of Services

The goal of this RFP is to identify a contractor with the necessary qualifications and experience implementing renewable energy projects. The successful respondent will have demonstrated experience designing, planning, scheduling, permitting and constructing, and interconnection of renewable energy projects. Respondents must have experience working with SDG&E. 

Project Description 

Measure 1: Residential PV Solar 

Installation of solar PV systems on residential homes on the La Jolla Indian Reservation (165 homes) and on the San Pasqual Indian Reservation (322 homes). 

  • Survey all eligible homes for feasibility of installing solar and energy storage technologies.  
  • Develop system design and determine interconnection requirements 
  • Solar systems shall be comprised of an array of photovoltaic panels and electrical equipment components with an estimated generating capacity between 2 kW-DC and 6 kW-DC, paired with a battery storage system ranging between an estimated 8 kWh and 17 kWh. These systems should offset about 65% of the homes’ annual kWh grid consumption as per the modeling results from NREL’s REopt sizing tool for 3 unique energy use profiles (high, medium and low).
  • Acquire permitting 
  • Purchase and delivery of equipment 
  • Install and commission the system

Measure 2: Residential Heating and Cooling 

Installation of heat pump mini-split systems on all current homes on the La Jolla Indian Reservation (215 homes) and on the San Pasqual Indian Reservation (415 homes). 

  • Survey all eligible homes for installing mini-split HVAC systems. Determine if home has ability to use onsite renewable energy for cooling and to offset the burning of Liquid Petroleum Gas (LPG) for space heating. 
  • Work with suppliers to purchase equipment and plan installations. 
  • Installation of air source heat pump mini-split heating and cooling systems including an outdoor compressor unit, indoor fan coil units and programmable thermostats to serve individual zones. 
  • Commission the installed systems.

Measure 3: Heat Pump Hot Water Heaters 

Installation of air source heat pump hot water heaters on all current homes on the on the La Jolla Indian Reservation (215 homes) and on the San Pasqual Indian Reservation (415 homes). 

  • Survey all eligible homes for retrofitting their existing propane hot water heaters. Determine if home is able to use onsite renewable energy for water heating to offset the burning of LPG within the home. 
  • Work with suppliers to purchase equipment and plan out installations. 
  • Installation of air source heat pump hot water heaters serving domestic hot water needs of the home. 
  • Commission the installed systems.

Contractor Responsibilities 

The final design package and documents shall include the following but are not all required in the proposal stage. Please reference Section 3 Responses – Documentation Requirements for detailed bid submission requirements: 

  • Description of the solar system 
  • Construction documents and engineering calculations that are signed and sealed by a licensed architect or engineer 
  • Layout drawing of installation site providing location of all equipment 
  • Equipment details and specifications 
  • Schedule for equipment procurement and installation  
  • Description of how SDG&E grid interconnection requirements will be met 
  • Description of controls, monitors, and instrumentation to be used for the solar system 
  • Equipment and installation manuals  
  • Safety plan 
  • Quality control plan 
  • Operations and Maintenance manuals for system operations and performance monitoring over the life of the contract 
  • Web-based monitoring for 10 years  
  • Close out report including the following information: system nameplate size, the overall installed cost of the system and estimated and guaranteed annual kilowatt hour (kWh) production (if applicable).

Warranties 

The solar provider’s standard system warranty coverage should cover modules, inverter, racking and workmanship. 

  • Modules: 25-Year Power Output & 10 Workmanship Limited Warranty 
  • Inverter: 10-Year Limited Warranty, Provide a price and/or plan for inverter replacement in year 11 and beyond 
  • Racking: 10-Year Limited Warranty priority 
  • Workmanship: 1 Year Limited Warranty  

 

Operation and Maintenance  

The successful respondent will be required to provide operation and maintenance of the entire solar electric system for 10 years for a cash purchase. Operations and maintenance services include: 

  • Online monitoring 
  • Performance monitoring, notification, and troubleshooting – must have personnel available to notify residents of an outage or decrease in system production 
  • Corrective maintenance to mitigate any risk to the system or minimize down time 
  • System Performance Reports that compares actual production to predicted production 
  • Preventative maintenance and inspections to identify and fix problems before they occur, including infrared photography for hot spots, manufacturer recommended maintenance, hardware torque checks, and array cleanings 
  • Weed abatement for ground mount

Prior to system start-up, the successful respondent shall supply the Tribes with two copies of all Component Product Data and Component Operation and Maintenance manuals. The information must be sufficient for the Tribes to evaluate and ensure appropriate O&M is being completed over the life of the system. Examples of components include solar panels, conduits, inverters, net metering equipment, etc. Project as-builts that detail location of all above and underground utilities and components shall be submitted within 30 days of system start-up. 

Responses – Documentation Requirements

Respondents are asked to submit responses in three parts: (1) Letter of Interest, (2) Technical Response, and (3) Budget/Fee Proposal. Please note that responses beyond 35 pages will not be accepted.  

Letter of Interest  

The Letter of Interest must specify the following:  

  1. The name and address of the lead firm  
  2. Names and addresses of any proposed sub-contractors.  
  3. Name, title and telephone number of the individuals within the firm authorized to commit the company to a contract.  
  4. Name, title, email address, and telephone number of the individual the Tribes should contact regarding questions and clarifications.  
  5. A statement that the Respondent’s proposal will remain in effect for ninety (90) days after the Respondent’s proposal is received by Partner Tribes.
     

Technical Response  

The Technical Response shall describe the Respondent’s understanding of the project and proposed approach to the following:  

Project understanding and Scope of Services (Section 2), including any recommendations to improve/support the project and any special service(s) and /or accommodation(s) requested.  

  1. Approach the Respondent will take to tailor services to the tribal communities of the Project Sites.  
  2. A description of the proposed services to be performed by the lead firm as well as a description of any services to be performed by subcontractors listed in the Letter of Intent.  
  3. Project schedule.  
  4. Resumes of the proposed key personnel who will work on the project, including descriptions of relevant experience performing similar services.  
  5. Descriptions of one (1) to three (3) comparable project experiences.  
  6. Three (3) references from comparable projects completed in the past five (5) years. Please include project title, date completed, location, services provided, and primary client contact information (e-mail address and telephone number). Previous experience and/or familiarity with tribal government operations in California is desirable.  
  7. Business license certifications 
  8. Business structure documents (sole proprietor, partnership, incorporations, LLC) 
  9. Business plan that includes projected financials 
  10. Insurance 
  11. Bonding capabilities.

Please note that components #5-7 of the technical response should not exceed fifteen (15) pages in length.  

Price Proposal  

The price proposal shall be a lump sum proposal with a detailed breakdown of costs by task (each element in Section 2), per each measure. Price proposal must include O&M costs as a separate line item. 

Price proposal must include a 1% TERO fee for the San Pasqual portion of the project cost. The provided TERO checklist (Attachment C) outlines a Contractor’s obligations. 

A contract may be executed at the sole discretion of the Tribes with the selected Contractor. Payment will be made according to at a minimum monthly progress payment reports reflecting the completion of each task. Progress reports based on the percentage of task completed will be required and shall be included with any requests for payment.  

Debarment, Suspension, and Ineligibility 

Contractors debarred, suspended, proposed for debarment, or voluntarily excluded, are excluded from receiving contracts. Contractors debarred, suspended, proposed for debarment, or voluntarily excluded, are also excluded from conducting business with the Tribes as agents or representatives of other contractors. 

The Respondent must certify that they are not listed on any federal or state debarment or suspension lists. 

Licenses 

The Respondent must provide documentation to verify that they are licensed to operate in the State of California.  

Bonding Capacity 

The performance bond shall be two percent (2%) of the total project cost. Respondents must demonstrate the ability to obtain the required performance bond. Evidence of bonding capacity from a qualified surety shall be evaluated as part of the responsibility determination. 

Additional General Requirements  

Joint ventures and team arrangements are encouraged as appropriate to provide specialized expertise to the teams for each measure. A ten percent (10%) DBE (Disadvantaged Business Enterprise) participation is required for this assignment. DBE firms are strongly encouraged to respond as prime Contractor or to play a significant role within the selected Contract team.  

  1. General Provisions 
  2. All work shall be performed in accordance with all Federal and State laws and regulations. 
  3. The selected Contractor shall uphold and conduct themselves with the highest professional standards in all dealings with suppliers, vendors, engineers, other contractors, entity officials, elected officials, public officials, Tribal employees, and all others when representing Tribal Partners. 
  4. The selected Contractor shall be responsible for identifying, certifying, and adhering to any changes in Federal, State and Municipal laws and/or provisions that occur throughout the term of the Contract issued pursuant to this RFP and the performance of the work. 
  5. The selected Contractor shall provide all necessary office space, office supplies, copy and fax machines, communication devices, computer software, hardware and equipment, vehicles, and all other items necessary to successfully complete the work contemplated in this RFP.

Insurance/Indemnification  

The selected Consultant(s) must maintain insurance, which meets all the necessary Federal and State requirements as part of this Agreement. The specific provisions concerning Insurance and Indemnification will be outlined in the contract between the selected Contractor(s) and La Jolla and in the contract between the selected Contractor(s) and San Pasqual. 

Disclaimer  

The Tribes make no representation or warranty and assumes no responsibility for the accuracy of the information set forth in this RFP. Further, the Tribes do not warrant nor make any representations as to the quality, content, accuracy or completeness of the information, text, graphics, links or other facet of this RFP once it has been downloaded or printed from this or any server, and hereby disclaims any liability for technical errors or difficulties of any nature that may arise in connection with the website on which this RFP is posted, or in connection with any other electronic medium utilized by Respondents or potential Respondents in connection with or otherwise related to the RFP. 

 

Response to Bidders’ Questions

General Questions:

Q1: What is the current status of EPA funding for this RFP?

A1: EPA funding is secure, and while the Tribes do not control the federal funds which remains with the EPA, they have been approved by EPA to proceed with implementation under the terms of the federal award.

Q2: Have funds been fully obligated and transferred to the Tribe or are they still held under federal control?

A2: Federal grant funds have been fully obligated to the Tribe. The EPA retains oversight authority over the grant implementation.

Q3: Can State of California administered programs such as California’s DAC-SASH incentive can be combined with this EPA-supported award?

A3: State of California programs such as the Disadvantaged Communities – Single-Family Solar Homes (DAC-SASH) program may be combined with this RFP, subject to the State’s terms and conditions.

Q4: How should state funds be reflected in the budget to ensure transparency and compliance?

A4: Any state funds should be clearly documented in the price proposal to ensure transparency and compliance.

Q5: Should applicants assume that the Tribe will utilize the Direct Pay provisions under the federal Investment Tax Credit (IRA §6417)?

A5: No, price proposals should not include federal Investment Tax Credit.

Q6: Are there any equipment limitations (e.g., FEOC restrictions or domestic content preferences)

A6: There are no equipment limitations. Specifically, this RFP is exempt from Build America Buy America Act (BABA) requirements.

Q7: Is there a preferred or pre-qualified list of manufacturers that should be used?

A7: There is no preferred or pre-qualified list of manufacturers.

Q9: Will there be job training requirements?

A9: There are no job training requirements.

Q10: Will there be community engagement or homeowner education requirements?

A10: There will be homeowner education requirements. The selected contractor must educate the homeowners on the operation of the systems and perform basic training on how to monitor solar system production whether through an app or web based software.

Q11: Is the contractor expected to perform ongoing preventative maintenance, system inspections, array cleanings, and weed abatement for the full term of the contract or are these recommended procedures to be included in the O&M manual?

A11: The selected contractor will be required to provide basic operation and maintenance of the PV solar system for up to 10 years for a cash purchase. Basic operation and maintenance cost should be included in the price proposal. Array cleanings and weed abatement should not be included.

Q12: What is the expected project completion timeframe once the contract is awarded?

A12: Upon completion of a fully executed contract, the contractor will have 18 months to complete the scope of work. Extensions for completion may be possible for unavoidable delays (e.g. supply shortages, extreme weather, etc.)

Q13: Will there be a designated staging and material delivery area available on-site for contractor use?

A13: San Pasqual will provide a designated staging and material delivery area on-site for contractor use. San Pasqual’s designated staging area has existing fencing and security. La Jolla will also provide a designated staging and material delivery area on-site for contractor use. However, fencing and site security must be provided by the selected contractor for La Jolla. This cost should be included in the price proposal.

Q14: Would the Tribes consider a Two-Phase Project Approach?

Phase 1 -Assessment and Design: Conduct comprehensive site assessments, verify electrical infrastructure and site conditions, and complete final system designs for PV + battery, mini-split HVAC, and heat pump water heaters. This phase would be contracted on a fixed lump-sum basis for the complete design and documentation package.

Phase 2 Construction and Commissioning: Following approval of the completed designs, a negotiated fixed-price contract could then be executed for procurement, installation, and commissioning.

A14: No, bids must encompass the entire scope of work.

Q15: Would the Tribes consider a Cost-Plus-Fixed-Fee contract with a funding cap as an allowable structure for this project?

This model ensures transparency and cost accountability if total project costs exceed available funding. Under this approach, all direct project costs would be reimbursed at actual value, with a fixed contractor fee applied. The Tribes’ financial obligation would not exceed the established funding limit, and any scope adjustments or phasing could be mutually agreed upon if projected costs surpass available resources.

A15: No, a Cost-Plus-Fixed-Fee contract is not permitted.

Measure 1: Residential PV Solar Questions

Q16: Will the solar systems be ground-mounted, roof-mounted, or a combination of both?

A16: Solar systems will be a combination of both ground-mounted and roof-mounted. Roof-mounted is preferred but ground-mounted are permitted.

Q17: Can you please provide the addresses for each proposed home for surveying and evaluation of electrical service panels and sub-panels (if applicable)?

A17: Addresses will only be shared with the selected contractor. A general profile of the average home is as follows:

  • Annual electricity use: 6,000-12,000 kilowatt-hours (kWh)
  • Average home size: 1,800 square feet
  • Electrical Service Panels: 100A (minor amount) and 200A (majority of homes)

Q18: Will square footage and structural information for each home be provided, or should Contractors solely rely on on-site surveys once addresses are issued?

A18: The selected contractor should expect to rely on on-site surveys once addresses are issued.

Q19: When will Contractor teams be granted access to the properties for site visits and field assessments?

A19: The selected contractor will be granted access to properties for site visits and field assessments upon finalizing contracts with the Tribes. Contractors will be required to provide the tribal POC (Environmental Office) a minimum notice of two weeks before performing site visits, will be required to check in with POC (Environmental Office) day of the site visit, and shall have a tribal employee escort them onto properties.

Q20: Are all 487 homes eligible or does the number of eligible homes still need to be determined?

A20: The final number is still being finalized. Respondent’s price proposal should include an estimate for up to 487 homes.

Q21: Has an umbrella interconnection agreement been established between the Tribes and SDG&E, or will each home require an individual interconnection application?

A21: The tribes and SDG&E are discussing the possibility of an umbrella interconnection agreement. This may not be a possibility.

Q22: Will contractors be responsible for SDG&E interconnection applications and fees, or will the Tribes handle that process?

A22: The selected contractors will be responsible for SDG&E interconnection applications and fees. This cost should be included in the price proposal as a line item.

Q23: Will the contractor be coordinating and communicating with homeowners? If not, who will be the POC for each tribe to member?

A23: The selected contractors will be coordinating and communicating with homeowners. Each tribe will also provide a POC to facilitate coordination with tribal government departments and homeowners.

Q24: What are the desired system capacities (in kW) or annual energy-offset targets (kWh) for each residence?

A24: Solar systems shall be comprised of an array of photovoltaic panels and electrical equipment components with an estimated generating capacity between 2 kW-DC and 6 kW-DC, paired with a battery storage system ranging between an estimated 8 kWh and 17 kWh. These systems should offset about 65% of the homes’ annual kWh grid consumption as per the modeling results from NREL’s REopt sizing tool for 3 unique energy use profiles (high, medium and low).

Q25: Should the design assume standardized system sizing across homes, or will system sizing vary based on each household’s load profile and available roof or ground mount area?

A25: System sizing will vary based on each household’s load profile and available roof or ground mount area.

Q26: Will ground mounts be installed or are all these PV systems roof mounts?

A26: Roof-mounted is preferred but ground-mounted are permitted.

Q27: If roof mounts, what is the alternative method when a roof is not sufficient for PV roof mounts?

A27: Solar systems may be ground-mounted if roof-mounted is not feasible.

Q28: If roof needs replaced and ground mount not available will tribe expect roof replacement or home is not eligible?

A28: A home will be considered not eligible for solar if both roof and ground mount systems are not feasible. The tribes will not replace roofs.

Q29: If roof replacement, is that contactor cost, or will Tribe cover?

A29: Roof replacement is not eligible under this scope of work. Ground mounted solar will be the alternative option.

Q30: What battery storage capacity (in kWh) or minimum backup duration is expected per residence?

A30: BESS shall be comprised of electrical equipment components and batteries with a minimum discharge capacity of 3 kW and between 7 kWh and 17 kWh storage capacity. Minimum backup duration will depend on the individual’s energy profile, critical needs and the financial feasibility of the system. These results are based on modeling results from NREL’s REopt sizing tool for 3 unique energy use profiles (high, medium and low).

Q31: What are the existing electrical panel capacities (e.g., 100-amp, 200-amp), and will panel upgrades be included in the Contractor’s scope?

A31: Existing electrical panel capacities vary by home and include both 100-amp and 200-amp. Panel upgrades are eligible under the scope of work. Cost of panel upgrades must be included in the price proposal.

Q32: Can the Tribes provide one year of historical energy usage data or SDG&E Green Button data for each home to support accurate system?

A32: The selected contractor will coordinate with homeowners to obtain the necessary data.

Measure 2: Residential Heating and Cooling Questions

Q33: Are all 630 homes eligible or does the number of eligible homes still need to be determined?

A33: The final number is still being finalized. Respondent’s price proposal should include an estimate for up to 630 homes.

Q34: Is there standard size unit and number of blowers allocated for each home or will size and count vary from home to home?

A34: Unit size will vary from home to home. A maximum of two (2) blowers will be allocated for each home.

Q35: Should the Contractor cap/remove propane heating equipment and related piping as part of the scope?

A35: No, the selected contractor will not cap propane heating equipment and related piping.

Q36: If a home lacks adequate renewable capacity after PV sizing, should we still install the mini-split or defer pending capacity increase?

A36: This will be decided on a case-by-case basis to ensure that there is not an increase in a home’s annual utility. The PV system must be sized to include additional electrical use from the mini-split systems. If a PV capacity restriction exists (e.g. lack of space) then a home may be ineligible for mini-split installation.

Q37: Are floor plans or home size details (square footage, number of bedrooms, or typical layouts) available for each residence?

A37: The Tribes do not have floor plans for each residence. The selected contractor will perform site visits to evaluate homes and determine system requirements.

Q38: Is there a target completion date for this phase?

A38: Upon completion of a fully executed contract, the contractor will have 18 months to complete the scope of work. Extensions for completion may be possible for unavoidable delays (e.g. supply shortages, extreme weather, etc.)

Measure 3: Heat Pump Hot Water Heaters Questions

Q39: Are all 630 homes eligible or does the number of eligible homes still need to be determined?

A39: The final number is still being finalized. Respondent’s price proposal should include an estimate for up to 630 homes.

Q40: Are all current homes equipped with the same size water heater or do they vary from home to home? Is this data available?

A40: Water heater sizes vary from home to home. The average size is 50 gallons. Homeowners will have the option to choose between a heat pump water heater with a tank and a tankless heat pump water heater.

Q41: Are all water heaters in garage or varying locations? (Since converting to Renewable energy water heaters, they will require installing a drip line that needs to run outside.)

A41: The location of water heaters in every home is unknown. In general, water heaters are located in garages for stick-built homes and within the homes for mobile homes. On some occasions, water heaters may be located outside the home.

Q42: Should the Contractor remove and properly decommission propane water-heating equipment?

A42: Yes, the selected Contractor must remove and properly decommission propane water-heating equipment. This cost should be included in the price proposal.

Q43: If renewable capacity is insufficient post-PV sizing, continue install or defer pending capacity increase?

A43: This will be decided on a case-by-case basis to ensure that there is not an increase in a home’s annual utility. The PV system must be sized to include additional electrical use from the water heater. If a PV capacity restriction exists (e.g. lack of space) then a home may be ineligible for heat pump water heater installation.

Q44: Is there a target completion date for this phase?

A44: Upon completion of a fully executed contract, the contractor will have 18 months to complete the scope of work.

QUICK LINKS