fishers island ferry district › rfp › race_point_equipment_rfp_2...new london, ct 06320 or...
TRANSCRIPT
Fishers Island Ferry District
Request for Proposals:
Marine Equipment for the Ferry Race Point
Released: June 2, 2020
Electronic Response Due Date: June 12, 2020
Remit Response To: Fishers Island Ferry District
261 Trumbull Drive
Fishers Island, NY 06390
Attention: Geb Cook
1
1 INFORMATION FOR PROPOSERS
1.1 Background & Context
In August 2019, the Connecticut Department of Energy & Environmental Protection
(CT DEEP) published a request for applications related to Connecticut’s allocated portion
of the Volkswagen Diesel Emission Settlement, to offer funding assistance for projects
designed to reduce diesel emissions.
Fishers Island Ferry Service (FIFD) submitted an application to CT DEEP for funding of
a marine repower. FIFD proposed to replace two (2) propulsion engines, two (2)
auxiliary generator sets and associated equipment on their ferry Race Point. In general,
the project will replace the existing main propulsion marine engines and auxiliary
generator sets with new, EPA Tier 3 certified engines1. FIFD has engaged M.J. Bradley
& Associates LLC (MJB&A) to assist in the RFP process.
1.2 Organization of this RFP
FIFD is undertaking an emission reduction repower program that includes outfitting the
Race Point with two (2) new EPA Tier 3 emissions certified main propulsion engines and
associated equipment.
This document solicits responses for supply of marine equipment for the repower of the
ferry Race Point. Respondents may submit responses to include any combination of
equipment and services as discussed further in Section 1.6; however, response costs for
each must be itemized and severable. Supply of main propulsion engines, auxiliary
generator sets and/or gearboxes must include labor support by proposer for vessel start-
up, commissioning and sea trial. FIFD reserves the right to perform hardware
installations using in-house resources or separately contracted shipyard services.
This RFP has been prepared with existing information about the vessel and technical
requirements of new equipment; however, M.J. Bradley & Associates and FIFD do not
presume that all combinations of engines, gearboxes and controls appropriate for the
Race Point are covered by the specification. As such, proposers are encouraged to
suggest alternative technology solutions that they believe may best serve FIFD’s goal of
repowering the Race Point. Where these technology solutions differ from the
specifications included herein, Proposers are encouraged/requested to identify these
differences.
This section, Information for Proposers, contains general background information
regarding the scope of the project and details concerning the ferry Race Point. Section 2
and Attachment B - Equipment Specifications provide specific requirements of the
responses including technical specifications of the individual equipment, vendor
responsibilities and submission requirements. Section 3 contains terms and conditions
for this RFP.
1 The term Tier 3 as it is used here is the same term as it is used in 40 CFR 1042.
2
1.3 Minimum Requirements
Further detail regarding proposal content is provided in Section 2; however, proposals in
response to this RFP must include, at a minimum, the following:
(1) A Cover Letter containing:
a. Name and address of the Proposer and an original signature on the Cover
Letter by an authorized representative on behalf of the Respondent;
b. Name(s), title(s) and telephone number(s) of the individual(s) who is/are
authorized to negotiate and execute a contract or agreement;
c. Name, title and telephone number of a contact person to which FIFD can
address questions or issues related to this RFP.
d. Brief description of the equipment and services offered by the Responder.
e. Location of nearest service outlet (address, point of contact name and
phone number) for the equipment proposed to be supplied.
f. Proposer’s DUNS Number
(2) At least one completed and signed Pricing Form and Summary Sheet
(Attachment A).
(3) EPA Certificate of Conformity for the engine family of the proposed engines.
(4) A manufacturer’s brochure and/or data sheet for all equipment proposed to be
supplied.
(5) Manufacturer’s standard warranty language for all equipment proposed to be
supplied.
Completed sealed submissions shall be received by 11:00 AM EDT, June 12, 2020 and
can be hand delivered at the Ferry Districts New London Terminal, 5 Waterfront Park,
New London, CT 06320 or mailed to Fishers Island Ferry District, PO Box 607, Fishers
Island, NY 06390 Attn: G. Cook. Email submissions will be accepted and must be
transmitted via email to [email protected] as long as a sealed paper copy is provided
within 5 days of the deadline. Submissions will be opened at 2:00PM June 12, 2020 at
the Fishers Island Ferry District Office, 261 Trumbull Drive, Fishers Island, NY.
Fishers Island Ferry District
PO Box 607
Fishers Island, NY 06390
Attention: Geb Cook
1.4 Vessel Information
The Race Point operates between the ports of New London, CT and Fishers Island, NY
providing passenger and cargo service to the island.
The Race Point is a U.S. Coast Guard (USCG) inspected vessel.
3
The vessel and existing equipment are described in Table 1.
Table 1: Existing Vessel Information
A. Vessel Information
Name Race Point Net Tonnage 59 Length (ft) 162 ft
Hull form Model Gross Tonnage 87
B. Existing Main Propulsion Engines (to be replaced)
Number 2 Model
year/make 1985 Caterpillar Model 3412T
Rated HP 540 Max RPM 1,800 rpm
C. Existing Gear Boxes (to be replaced)
Make Twin-Disc Model 518 Reduction
ratio 2.5:1
Vertical Offset To be confirmed by Vendor during site visit
D. Existing Auxiliary Generator Sets (to be replaced)
Number 2
Model
year/make 1985 Detroit
Diesel Model 3-71
Rated kW 30 Max RPM 1,800 rpm
E. Existing Propellers
Number
of blades 3 Dimensions 44”D x 30” P Material Bronze
1.5 Pre-Response Vessel Access
The Race Point will be made available for prospective responders at a place and time to
be determined. All vendors wishing to bid this project must contact Mr. Geb Cook or
Mr. Jon Haney of Fishers Island Ferry to setup a site-visit onboard the vessel. Both can
be reached at (860) 442-0165. Questions may be posed during the walk-through;
however, FIFD reserves the right to defer responses to a later date by written addenda to
this RFP. The written responses will prevail over any verbal responses.
4
Those vendors who do not perform a site visit of the vessel will not be given the
opportunity to have their proposals reviewed. FIFD understands the severity of the
current COVID-19 health crisis and takes personal safety and concern for the virus very
seriously. FIFD will maintain safe practices and personnel distancing to prevent risk to
all parties concerned.
1.6 Response Options
This RFP is a request for equipment and supporting services (i.e., vendor representative
on-site during installation and sea trial as appropriate) necessary for the repowering of
main propulsion engines, auxiliary generator sets, reduction gearboxes and associated
equipment in the ferry Race Point. Shipyard services will be contracted separately and
the location where the installation will occur has not yet been determined, although it will
be on the East Coast. If shipping costs are expected to vary between regions on the East
Coast, respondents are encouraged to specify FOB costs for different regions (e.g., New
England, Mid-Atlantic, etc.). Minimum requirements for equipment have been
provided in Appendix B – Response Technical Specifications.
Respondents should offer unit pricing for one or more of the following options:
Option 1 – Main propulsion engines delivered FOB to an East Coast Shipyard or
designated location where the equipment is to be installed. This requires
responder involvement with vessel commissioning and sea trials.
Option 2 – Reduction Gearboxes with torsional couplings delivered FOB to an
East Coast Shipyard or designated location where the equipment is to be installed.
This requires responder involvement with vessel commissioning and sea trials.
Option 3 – Auxiliary Generator sets delivered FOB to an East Coast Shipyard or
designated location where the equipment will be installed. This requires
responder involvement with vessel commissioning and sea trials.
Option 4 – Propulsion Controls delivered FOB to an East Coast Shipyard or
designated location where the equipment is to be installed. This requires
responder involvement with vessel commissioning and sea trials.
Option 5 – Main propulsion engine extended warranty.
For Main Propulsion Engines and Auxiliary Generator Sets, FIFD will give preferential
consideration to Proposers who offer the same engine manufacturer for both. The scoring
criteria shown in Section 3 Terms and Conditions for the Submission of a Proposal
reflects this preferential consideration.
5
2 INSTRUCTIONS TO PROPOSERS
2.1 Vendor Responsibilities
1. Vendor will provide a clearly defined delivery schedule for FOB delivery at the
preferred location. Schedule does not need to specify dates and can be presented
in terms of weeks or months from a purchase order.
2. Purchased equipment will be shipped to FIFD’s preferred location. The physical
address will be provided to the vendor after award.
3. All costs shall be FOB to the shipyard or FIFD’s preferred location.
4. Title to all material and equipment provided in accordance with the contract shall
transfer to FIFD upon receipt of such material and equipment by FIFD at the
facility designated herein for delivery contingent on payment.
5. At a minimum, all equipment components provided must have a 90-day no fault
warranty and a 1-year defect warranty. The warranty period will begin on the day
that the vessel completes a successful sea trial as determined by the owner’s
representative.
6. The equipment vendor shall provide appropriate EPA certification materials to
document the claimed emission performance.
7. The equipment vendor shall provide written manuals and full documentation (up
to 3 copies) for the new engines and gearboxes including, but not limited to the
following:
a. maintenance manual including requirements/procedures,
b. any special tools required in performance of maintenance duties,
c. recommended spare parts list including manufacturer part numbers, and
d. parts manual
2.2 Submission of Proposal
Proposals must be received no later than 11:00 AM EDT, June 12, 2020. Please submit
an electronic submittal (scanned PDF with signature) via email ([email protected]). A
hard copy must be provided as backup and should be one (1) reproducible original
containing original signatures. Original paper copies must be provided within five (5)
days of the due date (June 12, 2020). Proposals must not be bound in any permanent
fashion (e.g., tape bound).
Time is of the essence for this project and Proposers are encouraged to provide responses
in advance of the due date to allow FIFD the opportunity to more quickly evaluate
responses.
The proposal shall be clear and concise. Proposals must not be bound in any permanent
fashion (e.g., tape bound).
6
FIFD, and their representative(s) assume no responsibility for delays caused by any
delivery service. FIFD, in their sole discretion, will have final decision of accepting late
responses.
Paper responses must be in a sealed envelope addressed as follows:
Fishers Island Ferry District
PO Box 607
Fishers Island, NY 06390
Attention: Geb Cook
2.3 Communications Regarding this RFP
All questions regarding this RFP must be submitted in writing to Geb Cook via email
([email protected]) no later than 3:00 PM EDT, June 8, 2020.
If interpretation or other information is required, it will be communicated to proposers by
written addenda and such writing shall form a part of this RFP.
2.4 Proposal Acceptance or Rejection
Acceptance shall be only by mail to or delivery (including via email) at the office
designated by the Proposer in its proposal, a notice in writing signed by an authorized
representative on behalf of FIFD specifically stating that the proposal is accepted or by
execution of an agreement covering the subject matter of this solicitation signed by
authorized representatives of FIFD and the Proposer. No other act of FIFD, its officers,
agents, representatives, or employees shall constitute acceptance of a proposal. Rejection
of a proposal shall be only by either (a) a notice in writing specifically stating that the
proposal is not accepted, signed by an authorized representative of FIFD and mailed to or
delivered to (including via email) the Respondent at the office designated in the Proposal,
or (b) omission of FIFD to accept the proposal within 180 days after the Proposal Due
Date. No other act of FIFD, its officers, agents, representatives or employees shall
constitute rejection of a proposal.
2.5 Proposal Submission Requirements
In order to expedite the evaluation of proposals the Proposer’s response to this
solicitation should comply with the format and content identified as follows. This
includes order of items and paragraph identifiers, as set forth below.
2.5.1 Cover Letter
The Proposer shall submit a letter on its letterhead, signed by an authorized
representative, stating its experience and qualifications in meeting the requirements of
this RFP.
The Cover Letter shall contain:
(1) Name and address of the Proposer and an original signature on the Cover Letter
by an authorized representative on behalf of the Respondent.
7
(2) Name(s), title(s) and telephone number(s) of the individual(s) who is/are
authorized to negotiate and execute a contract or agreement.
(3) Name, title and telephone number of a contact person to which FIFD can address
questions or issues related to this RFP.
(4) Brief description of the equipment and services offered by the Responder.
(5) Location of nearest service outlet (address, point of contact name and phone
number) for the equipment proposed to be supplied.
(6) Proposer’s DUNS Number
2.5.2 Terms and Conditions for Submission of a Proposal
By submitting a proposal, responder hereby agrees to the Terms and Conditions for the
Submission of a Proposal. Upon award, FIFD and vendor(s) will evaluate terms related
to delivery, sea trial and payment and establish terms as appropriate.
2.5.3 Project Timeline
The proposer must submit a delivery schedule to FIFD’s preferred location. Proposers
are encouraged to provide specific information regarding time to manufacture, or a
statement that the engines have already been manufactured, and any anticipated back-
orders. The schedule does not need to show specific calendar dates, and can be from time
of award (i.e., Propulsion Engines will be ready for shipment 45 days after award;
auxiliary generator sets will be ready in 60 days).
2.5.4 Acknowledgment of Addenda
If any Addenda are issued with respect to this solicitation, the Proposer shall initial and
include with its Proposal the addenda form(s). In the event any Proposer fails to conform
to these instructions, its proposal will nevertheless be construed as though the Addenda
had been acknowledged.
2.5.5 Pricing Forms
The Proposer shall use the forms in Attachment A, as appropriate, to submit a summary
of the costs, and then transfer these cost values into the “Option Summary Form”. All
Pricing shall be FOB to FIFD’s preferred location.
2.5.6 EPA Certificate of Conformity
The Proposer shall provide an EPA Certificate of Conformity for the engine family of the
proposed engines.
2.5.7 References
The proposer shall provide a table with references for at least three (3) similar marine
sales. The table should include: purchasing company, vessel type and particulars (e.g.,
ferry, tug, yacht, etc.), model (of engine), and year of sale.
8
3 TERMS AND CONDITIONS FOR THE SUBMISSION OF A
PROPOSAL
In addition to all other requirements of this solicitation, the Proposer agrees to the
following conditions for the submission of its proposal.
Changes to the solicitation
At any time, in its sole discretion, FIFD may by written addenda, modify, correct, amend,
cancel and/or reissue this solicitation. If an addendum is issued prior to the date
proposals are due, it will be provided to all parties to whom solicitations were sent. If an
addendum is issued after proposals have been received, the addendum will be provided
only to those whose proposals remain under consideration at such time.
Proposal Preparation Costs
FIFD shall not be liable for any costs incurred by the Proposer in the preparation,
submittal, presentation, or revision of its proposal, or in any other aspect of the
Proposer’s pre-contract activity. No Proposer is entitled to any compensation except
under an agreement for performance of services signed by an authorized representative of
FIFD and the Proposer.
Disclosure of Proposal Contents / Use of Ideas and Materials
Proposal information is not generally considered confidential or proprietary. All
information contained in the proposal is subject to the “Terms and Conditions for
Submission of a Proposal”. FIFD, however, does not intend to publish cost data received.
Ownership of Submitted Materials
All materials submitted in response to or in connection with this solicitation shall become
the property of FIFD. Selection or rejection of a Proposal shall not affect this right.
Prices to Include
By submission of a Pricing Form in response to this RFP, proposers commit to providing
complete engines, gearboxes or other equipment., including installation kit, in
compliance with all technical specifications and Terms and Conditions herein, for the
prices noted. Such prices shall remain in effect for any equipment ordered by FIFD
between March 2020 and June 2020.
Warranty
The vendor (and as appropriate, the manufacturer) shall warrant all equipment, including
the elements of the installation kit, to be free of defects and shall warrant equipment
continue to operate as designed for a minimum period of one (1) year from the date the
vessel successfully completes a sea trial.
For all warrantable failures, the manufacturer shall be liable to provide a replacement part
or device, or shall reimburse FIFD the cost of repair or the replacement purchase price.
9
Conflict of Interest
If the Proposer may have a possible conflict of interest, or may give the appearance of a
possible conflict of interest, the Proposer shall include in its proposal a statement
indicating the nature of the conflict. FIFD reserves the right to disqualify the Proposer if,
in its sole discretion, any interest disclosed from any source could create a conflict of
interest or give the appearance of a conflict of interest. FIFD’s determination regarding
any questions of conflict of interest shall be final.
Authorized Signature
Proposals must be signed by an authorized corporate officer (e.g., President or Vice
President), General Partner, or such other individual authorized to bind the Proposer to
the provisions of its proposal and this solicitation.
References
FIFD may consult any reference familiar with the Proposer regarding its current or prior
operations and projects, financial resources, reputation, performance, or other matters.
Submission of a proposal shall constitute permission by the Proposer for FIFD to make
such inquiries and authorization to third parties to respond thereto.
Evaluation Procedures and Negotiation
FIFD may use such procedures that it deems appropriate to evaluate proposals. During
the period of proposal evaluation, additional information may be requested from one or
more Proposers.
FIFD may elect to initiate contract negotiations with one or more Proposers including
negotiation of costs/price(s) and any other term or condition, including modifying any
requirement of this solicitation. The option of whether or not to initiate contract
negotiations rests solely with FIFD.
The following response criteria will be used to evaluate each offering provided by the
Proposer:
Response Criteria Categories
Cost (or Life-cycle Cost);
Schedule;
Technical Specifications (i.e., engine width);
Warranty;
Previous Equipment/Service Experience; and
Ease of Integration
Identical Engine Manufacturer for Options 1 & 3 (this does not affect scoring for
Options 2, 4 & 5)
10
Most Advantageous Proposal/No Obligation to Award
FIFD reserves the right to award a Contract to other than the Proposer proposing the
lowest price. Contracts will be awarded to Proposers whose proposals FIFD believes, in
its sole discretion, will be the most advantageous to FIFD. Neither the release of this
solicitation nor the acceptance of any response thereto shall compel FIFD to accept any
proposal. FIFD shall not be obligated in any manner whatsoever to any Proposer until a
proposal is accepted by FIFD in the manner provided in the Section of this solicitation
entitled “Proposal Acceptance or Rejection.”
Multiple Contract Awards
FIFD reserves the right to award multiple Contracts for program participation and
Proposers are hereby given notice that they may not be FIFD’s only Awarded Firm.
Payment Terms
FIFD will make payments for all shipped equipment net 45 days of receipt of a proper
invoice from the vendor, and proof of delivery to the designated location. FIFD will
exercise a hold back of 10% of costs to be payable upon demonstration of a successful
sea trial.
Rights of FIFD
FIFD reserves all its rights at law and equity with respect to this solicitation including,
but not limited to, the unqualified right, at any time and in its sole discretion, to change or
modify this solicitation, to reject any and all proposals, to waive defects or irregularities
in proposals received, to seek clarification of proposals, to request additional information,
to request any or all Proposers to make a presentation, to undertake discussions and
modifications with one or more Proposers, or to negotiate an agreement with any
Proposer or third person who, at any time, subsequent to the deadline for submissions to
this solicitation, may express an interest in the subject matter hereof, to terminate further
participation in the proposal process by a Proposer or to proceed with any proposal or
modified proposal, which in its judgment will, under all circumstances, best serve FIFD’s
interest. FIFD may, but shall not be obliged to, consider incomplete proposals or to
request or accept additional material or information. The holding of any discussions with
any Proposer shall not constitute acceptance of a proposal, and a proposal may be
accepted or rejected with or without discussions.
11
No Proposer shall have any rights against FIFD arising from the contents of this
solicitation, the receipt of proposals, or the incorporation in or rejection of information
contained in any proposal or in any other document. FIFD makes no representations,
warranties, or guarantees that the information contained herein, or in any addenda hereto,
is accurate, complete, or timely or that such information accurately represents the
conditions that would be encountered during the performance of the contract. The
furnishing of such information by FIFD shall not create or be deemed to create any
obligation or liability upon it for any reason whatsoever and each Proposer, by submitting
its proposal, expressly agrees that it has not relied upon the foregoing information, and
that it shall not hold FIFD liable or responsible therefore in any manner whatsoever.
Accordingly, nothing contained herein and no representation, statement or promise, of
FIFD, its officers, agents, representatives, or employees, oral or in writing, shall impair or
limit the effect of the warranties of the Proposer required by this solicitation or Contract
and the Proposer agrees that it shall not hold FIFD liable or responsible therefore in any
manner whatsoever.
At any time and from time to time after the opening of the proposals, FIFD may give oral
or written notice to one or more Proposers to furnish additional information relating to its
proposal and/or qualifications to participate in the program described by this solicitation,
or to meet with designated representatives of FIFD. The giving of such notice shall not
be construed as an acceptance of a proposal. Information shall be submitted within three
(3) calendar days after FIFD’s request unless a shorter or longer time is specified therein.
No Personal Liability
Neither the officers of FIFD, nor any agent or employee thereof shall be charged
personally with any liability by a Proposer or another or held liable to a Proposer or
another under any term or provision of this solicitation or any statements made herein or
because of the submission or attempted submission of a proposal or other response hereto
or otherwise.
12
ATTACHMENT A
13
Option 1 Pricing Form
Main Propulsion Engines*
Fishers Island Ferry Service
Race Point
Proposer’s Company Name
Engine Information
Manufacturer
Model
Horsepower @ Speed (rpm)
Engine Rating (e.g., Unrestricted Maximum Continuous)
EPA Tier Rating (e.g., Tier 3 or Tier 4)
Heat Load to Keel Cooler – Jacket Water/Lube Oil BTU/min
Heat Load to Keel Cooler – Aftercooler BTU/min
Warranty Period, No Fault
Warranty Period, Defect
Unit Price of Engine (FOB) $
Number of Engines 2
Total Price FOB to an East Coast location $
Estimated Delivery from Time of Award
(days/weeks/months)
* – Includes vendor participation at a minimum during installation to include: installation oversight,
start-up/commissioning, sea trial.
Please fill out 1 form for each unique engine package offered. If additional forms are required to
accurately describe different engine packages and/or cooling arrangements, please provide separate
pricing forms.
Signed:
____________________________________ _____________________
Name and Title Date
14
Option 2 Pricing Form
Reduction Gearboxes with Torsional Couplings*
Fishers Island Ferry Service
Race Point
Proposer Information
Proposer’s Company Name
Compatible Main Engine(s)
(From Option 1)
Gearbox Information
Manufacturer
Model
Load Capacity (Horsepower)
Turndown Ratio
Heat Load to Keel Cooler (BTU/min)
Warranty Period, Defect
Warranty – Extended $
Unit Price FOB an East Coast Shipyard $
Number of Gearboxes 2
Total Price FOB to an East Coast location $
Estimated Delivery from Time of Award
(days/weeks/months)
* – Includes vendor participation at a minimum during installation to include: installation oversight,
start-up/commissioning, sea trial. Vendor offering must include a torsional vibration analysis to the
owner’s representative’s satisfaction.
Please fill out 1 form for each unique gearbox package offered. If additional forms are required to
accurately describe different gearbox packages, please provide separate pricing forms.
Signed:
____________________________________ _____________________
Name and Title Date
15
Option 3 Pricing Form
Auxiliary Generator Sets*
Fishers Island Ferry Service
Race Point
Proposer Information
Proposer’s Company Name
Auxiliary Genset Information
Manufacturer
Model
kW Rating
Voltage Output (V, Phase)
Engine Make / Model
Engine – EPA Tier Rating
Warranty Period, No Fault
Warranty Period, Defect
Main Switchboard Price FOB $
Unit Price FOB an East Coast Shipyard $
Number of Gensets 2
Total Price FOB to an East Coast Shipyard $
Estimated Delivery from Time of Award
(days/weeks/months)
* – Includes vendor participation at a minimum during installation to include: installation
verification, start-up/commissioning, sea trial.
Please fill out one (1) form for each unique genset package offered. If additional forms are required to
accurately describe different genset packages, please provide separate pricing forms.
Signed:
____________________________________ _____________________
Name and Title Date
16
Option 4 Pricing Form
Propulsion Control System*
Fishers Island Ferry Service
Race Point
Proposer Information
Electronic Propulsion Controls
Proposer’s Company Name
Manufacturer
Model
Number of Stations 3
Warranty Period, Defect
Battery Back-up (*Required*)
Total Price FOB to an East Coast Shipyard $
Estimated Delivery from Time of Award
(days/weeks/months)
* – Includes vendor participation at a minimum to include: installation start-up/commissioning, and
sea trial.
Please fill out 1 form for each unique control system package offered. If additional forms are required to
accurately describe different packages, please provide separate pricing forms.
Signed:
____________________________________ _____________________
Name and Title Date
17
Option 5 Pricing Form
Propulsion Engine Extended Warranty
Fishers Island Ferry Service
Race Point
Proposer’s Company Name
Engine Information
Manufacturer
Model
Horsepower @ Speed (rpm)
Extended Warranty Price $
Is this price per engine or total for 2?
Extended Warranty Term (months, years or hours)
If more than one term option is available, describe below or attach a separate sheet
Signed:
____________________________________ _____________________
Name and Title Date
18
Option Summary Form
Total of Requested Equipment Costs
Fishers Island Ferry Service
Race Point
Proposer Information
Proposer’s Company Name
Option 1: Main Propulsion Engines
(Quantity 2)* $
Option 2: Reduction Gearboxes with Torsional
Couplings
(Quantity 2)*
$
Option 3: Auxiliary Generator Sets
(Quantity 2, with Main Switchboard)* $
Option 4: Propulsion Control System
(Quantity 1)* $
Option 5: Main Engine Extended Warranty
(Quantity 2) $
TOTAL RESPONSE PRICE: FOB to an East Coast location
$
* – Includes vendor participation at a minimum to include: installation oversight, start-
up/commissioning, and sea trial.
Signed:
____________________________________ _____________________
Name and Title Date
2
ATTACHMENT B
3