Royale Systems LLC.
Request for Proposal for (2) 150KW Single Phase Prime Rated Diesel
Generators.
RFP No: 002
Date Issued: August 25, 2025
1. Introduction
Royale Systems, LLC (“Subgrantee”) has received federal funds from HUD under the Economic Resilience and Revitalization (ERR) Program administered by the Virgin Islands Housing Finance Authority (VIHFA). In accordance with 2 CFR Part 200 Subpart D (Procurement Standards) and VIHFA’s Procurement Policy, Royale Systems is soliciting sealed proposals from qualified design firms to provide professional architectural services for the project described herein.
2. Project Overview
- Project Name: Tower Site Hardening
- Location: Flaghill, Thomas, US. Virgin Islands
- Expected Start Date: August 25, 2025
- Expected Equipment Delivery Date: November 25, 2025
3. Scope of Work
Royale Systems LLC invites qualified vendors to submit proposals for the supply, delivery, and installation of Two (2) 150 kW Prime Rated Diesel Generators. This RFP outlines the specifications, requirements, and submission guidelines for potential suppliers.
The successful Respondent will be required to provide:
- – Generator Type: 150 kW Prime Rated (continuous duty)
- – Voltage & Phase: 240V, Single Phase, 60 Hz
- – Fuel: Diesel
- – Emissions: EPA Tier 3
- – Preferred Manufacturers: Cummins, Caterpillar, Generac, or equivalent
- – Cooling: Radiator-mounted, tropical-rated
- – Fuel consumption data specifications at 25%, 50%, 75%, 100% load
Engine Alternator
- – Brushless, self-excited, AVR (±1% regulation)
- – Power factor: 8 lagging
- – Harmonic distortion <5%
- – Insulation Class H, Temperature rise Class F
Control System
- Digital controller with Auto/Manual/Remote start
- – Load sharing & paralleling capability
- – Alarm and fault annunciation (oil pressure, coolant temp, overspeed, )
- – Remote monitoring capability (Modbus, Ethernet, GSM optional)
Fuel System
- -Day tank for 8–12 hrs runtime at 75% load
- – Fuel filtration system (Racor or equivalent)
- – Fuel gauge and leak detection system
Enclosure and Mounting
- – No Enclosure
- – Hurricane-rated or seismic mounting if applicable
- – Skid-mounted with vibration isolators
Warranty and Service
- -Standard warranty: minimum 2 years / 2,000 hours
- – Extended warranty options (if Available)
- – Availability of local service and spare parts
- – Provide O&M manuals (printed and digital)
4. Proposal Requirements
Your proposal should include:
- Company profile & relevant experience
- Detailed quotation including unit prices, total cost, and payment terms
- Delivery schedule to (FOB Site)
- Compliance with material specifications (attach datasheets)
- Warranty details
- References from similar projects (preferably 3)
- Any value-added services offered
5. Federal Compliance Requirements
The resulting agreement shall incorporate, and the selected Respondent shall comply with, the following federal provisions as applicable:
- 2 CFR 200.317–326 – Procurement Standards.
- 2 CFR 200.327–329 – Monitoring & Reporting Program Performance.
- 2 CFR Part 180 & 24 CFR § 24 – Debarment & Suspension (SAM.gov verification).
- Byrd Anti‑Lobbying Amendment (31 S.C. § 1352) – certification for contracts
> $100,000.
- Contract Work Hours & Safety Standards Act (40 S.C. 3701–3708) – overtime tracking for contracts > $100,000.
- Section 3 (24 CFR Part 75) – employment, training, and contracting priorities for low‑ and very low‑income persons.
- Equal Employment Opportunity (E.O. 11246); Title VI; Section 504; Age Discrimination Act; ADA.
- Minority‑, Women‑, and Small‑Business Enterprises – affirmative steps per 2 CFR § 200.321.
- Access to records by HUD, VIHFA, and the U.S. Comptroller General for at least three (3) years after close‑
- FFATA sub‑award reporting, Clean Air Act & Federal Water Pollution Control Act (for contracts > $150,000), and other clauses required under Appendix II to 2 CFR Part 200.
6. Submission Instructions and Timeline
RFP Issue Date: August 25, 2025
- Deadline for Questions: September 11, 2025
All questions in reference to this RFP should be sent to the following email address: royalesystems@outlook.com
- Proposal Due Date: 5:00 PM September 12, 2025
Submit one (1) electronic PDF via email to royalesystems@outlook.com
and mail one (1) hard copy to:
Royale Systems LLC.
Attn: Procurement Office.
8252 Subbase Road Suite # 5
St. Thomas , VI 00802
7. Evaluation Criteria
Proposals will be evaluated based on:
- Compliance with technical specifications
- Price competitiveness
- Delivery lead time
- Warranty and after-sales support
- Respondent’s experience and references
8. Terms & Conditions
Royale Systems reserves the right to cancel this solicitation, reject any/all proposals, and negotiate terms with the successful proposer.
- All preparation costs are the sole responsibility of the
- The final contract will be Royale Systems’ standard professional‑services agreement incorporating this RFP, the selected proposal, and mandatory federal clauses.
- Any contract resulting from this RFP is contingent on the continued availability of HUD funds.
St. Croix Source
Legal Notice, Requests for Proposals