RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 1
REQUEST FOR PROPOSAL (RFP)
FOR
Supply, Installation, Testing, commissioningof
11m Ku Band Auto track Full Motion Antenna
earth stations (03 Nos)
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 2
Disclaimer
1. This RFP document is neither an agreement nor an offer by MCF Master Control Facility (hereinafter referred to as MCF) to the prospective bidder or any other person.
2. MCF does not make any representation or warranty as to the accuracy,
reliability or completeness of the information in this RFP document and it is not possible for MCF to consider particular needs of each party who reads or uses this document. This document includes statements, which reflect various assessments arrived at by MCF in relation to the deliverables. Such assessments and statements do not purport to contain all the information that each Applicant may require. Each prospective Applicant should conduct its own investigations and analysis and check the accuracy, reliability and completeness of the information provided in this RFP document and obtains independent advice through MCF purchaseor appropriate sources.
3. MCF will not have any liability to any prospective Applicant/ Firm/ or any other person under any laws (including without limitation the law of contract, tort), the principles of equity, restitution or unjust enrichment or otherwise for any loss, expense or damage which may arise from or be incurred or suffered in connection with anything contained in this RFP document, any matter deemed to form part of this RFP document. MCF will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this RFP.
4. The issue of this RFP does not imply that MCF is bound to select an Applicant or to appoint the Selected Applicant, as the case may be, for the services and MCF reserves the right to accept/reject any or all of proposals submitted in response to RFP document at any stage without assigning any reasons whatsoever. MCF also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted RFP Application.
5. MCF accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein.
6. The bidder shall be Original Equipment Manufacturer (OEM) or System Integrator (SI) or any Authorized Agent/Vendor for OEM/SI.
7. MCF reserves the right to change/ modify/ amend/ cancel any or all provisions of this RFP document.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 3
Table of Content
1. Introduction ................................................................................................... 4
2. Scope of Tender ............................................................................................. 4
3. General instructions ...................................................................................... 5
4. Bidder eligibility criteria ................................................................................. 8
5. Bid evaluation criteria .................................................................................... 9
6. Technical Requirements ............................................................................... 13
7. Site information ........................................................................................... 15
8. Customer (MCF) Furnished Items ................................................................. 16
9. Delivery/Completion Schedule ..................................................................... 16
10. Meetings & Reviews...................................................................................... 17
11. Test Plan & Procedures Preparation ............................................................. 19
12. Installation, Commissioning& Testing .......................................................... 21
13. Delivery/ Payment Terms ............................................................................. 24
14. Warranty ..................................................................................................... 25
15. Configuration requirements & Indicative Station Diagram ............................ 27
16. Order Quantities & Deliverables for each station .......................................... 28
17. Overall Major Mandatory specifications ........................................................ 33
17.1 Ku – Band Antenna System& Tracking Specifications............................... 33
17.2 Antenna and Feed System Safety ............................................................. 35
17.3 Environmental Specifications ................................................................... 36
17.4 Special Instructions on Antenna and Tracking systems ............................ 36
17.5 Specifications of Antenna & RF systems ................................................... 37
18. Base Band System ....................................................................................... 41
19. Allied and support system ............................................................................ 42
19.1 Civil ......................................................................................................... 42
19.2 Air conditioning system/Air handling system ........................................... 43
19.3 Electrical ................................................................................................. 44
19.4 Safety ...................................................................................................... 45
20. Equipment Racks & Station Associated furniture ......................................... 46
21. Monitoring and control system ..................................................................... 47
20. Annexure-I: Model clause for bid evaluation as per RFP section 5.6 .............. 49
22. Annexure-II: Guideline specifications for individual components .................. 53
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 4
1. Introduction
Master Control facility (MCF) as one of the Indian Space Research Organisation (ISRO) unit, Monitor& control GEO Communication & navigation Satellites. MCF plans to augment TTC&R (Telemetry Tracking and Command & Ranging) ground stations for the upcoming Geo-synchronous satellite in planned Ku-Band Frequencies.As a part of this, full-fledged Ku-band Systemsare planned to be installed and commissioned at MCF-Hassan & Bhopal. The entire work involving Supply, Installation, Testing and Commissioning of the proposed system is envisaged to be completed on TURN KEY basis, in about 18 months from the Effective Date of Contract (EDC).
2. Scope of Tender
The work to be carried out under this tender specification shall consistof the supply, delivery to site, installation, integration, testing, commissioning and handover of stations in the proposed configuration (Ready to use configuration) at MCF Hassan and MCF Bhopal in accordance with the specifications and tender conditions. 2.1 End-to-end/turn-key solution for supply, Installation, integration,
testing and Commissioning of the integrated and independent ground terminal consisting of Three (Two at MCF-Hassan and oneat MCF-Bhopal) Monopulse Tracking 6 ports (2- Transmit, 2-Receive & 2-Tracking Error)11m Ku-Band Linear/Circularly Polarized Full Motion Antenna Systems with all associated RF system, Servo & Tracking system, Base Band system, M&C system (Hardware)& Allied services (Civil, Electrical, AC, Safety& security systems, Etc.).
2.2 Installation & interfacing of the ground terminal subsystems and equipment etc. are to be carried out with professional craftsmanship and high-quality accessories.
2.3 Submission of installation report, operation and maintenance manuals, test certificates given by manufacturer, manufacturer’s catalogues, original DVD/CD/Pendrive of the software etc.
2.4 Any application software as required for completion of the project shall be within the scope of this tender.
2.5 Monitoring & Control (M&C) hardware & interface elements to be provided for all the systems/ subsystems for M&C purpose.
2.6 The M&C software is NOT in the scope of this tender. However, the successful bidder shall demonstrate proper functioning of remote control interface of all the equipment. Also, ICDs and related dependent files & drivers to be provided for M&C development.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 5
2.7 Baseband M&C from OEM shall be provided for controlling the
integrated baseband unit.
2.8 The electrical system shall be of department CEPO approved brands.
2.9 Comprehensive on-site Warranty of two years to be provided.Terms and conditions are provided in section 14.
3. General instructions
3.1 Once Bid is accepted based on the price quoted, the successful bidder has to complete the entire Scope of the work without any extra cost. Any claim for extra payment on the grounds that scope of work was not understood at the time of bidding shall not be accepted.
3.2 One set of installation, operation, service manual and Interface control document (ICD) to be provided with each supplied unit. The Successful bidder shall provide support (Hardware/equipment wise) /co-ordinate with MCF team for the development of M&C and Integration with MCF existing system.
3.3 Proposal instructions: The proposal must consist of two parts, each to be separately bound. Part I: Techno commercial Proposal (not limited to)
i. Un-priced bill of offered equipment
ii. Data sheet/ catalogue of the offered equipment
iii. Configuration diagram for the offered solution
iv. Compliance statement for all the specifications
v. Commercial terms like taxes, delivery schedule, payment terms,
warranty, Security deposit, performance bank guarantee, FE
variation conditions, etc.
vi. No price details shall be disclosed in Part–I. If disclosed, such
offers shall be summarily rejected.
Part II: Price Proposal. Price proposal shall consist of prices as per the tender.
Non-compliance to two-part instruction amount to disqualification of the bid.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 6
3.4 Bidder shall mandatorily quote for the complete scope of tender as mentioned in this RFP (section 2) inclusive of additional items/accessories/add-on in order to meet RFP specifications and T&C.
3.5 Proposal Validity: The bidder shall indicate the period of validity of this proposal, which shall be for six (06) months from the date of Bid opening.
3.6 Proposal preparation cost: The cost of preparing proposals in response
to the RFP shall be borne solely by the Bidder. The issue of the RFP does not create any financial or other obligations whatsoever on the part of MCF.The information contained herein is proprietary to Master Control Facility (MCF)/Purchaser, and may not be used or reproduced, except for the purpose of responding to this RFP.
3.7 Purchaser reserves the right to order for the whole system or for a part of the system given in the RFP and also has the right to adopt or reject the offer without giving justifications or reasons whatsoever.
3.8 Purchaser reserves the right to reject any offer for any non-compliance to any specification/requirement or lack of documents/proofs to substantiate the performance as per the specification/requirement.
3.9 Bidder, while submitting price bid, shall consider all domestic taxes & duties applicable, and other costs, if any, to arrive at total landed cost. While working out taxes & duties bidder shall consider following exemption:
a) MCF is eligible for availing Concessional GST in terms of
Government of India (GOI), Ministry of Finance, Department of
Revenue Notification No:45/2017-Central Tax [rate] dated
14.11.2017 and Notification No:47/2017-Central tax [Rate]
dated 14.11.2017 and as per the same applicable percentage of
GST is 5% under the scope of this tender.
b) MCF shall provide Custom Duty Exemption Certification
(CDEC) under Notification No 51/96 for imported components.
The applicable Basic CD as of now is 5%+10% social welfare
charges i.e. 5.5%
c) Quote on High Sea Sales (HSS) basis shall not be accepted,
since this is a turn-key Contract and all the responsibility lies
with the Contractor until completion of Installation, Testing
and Commissioning at site.
3.10 The bidder shall provide breakup cost of all deliverables in the price bid making use of narration column of “other costs” field and values of the
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 7
same should not be reflected in the “value” column. Other costs, if any, shall only be mentioned in the value column and the narration shall be distinctly mentioned in the narration column i.e. “other costs”.
3.11 The bidder shall provide breakup of foreign currency portion &localcurrency portion of the total cost.If FE (Only single FE) variation is included in Techno commercial bid, then % wise break-up for each price line item and value of currency considered, to be mentioned for consideration in techno commercial bid (Price shall not be disclosed), otherwise FE variation claim will not be considered. However, payment will be made with production of the FE invoice & as per purchase norms. FE variation will be considered only if the variation is more than +/- 2%.
3.12 If requested, bidder shall submit the price details of BOM in separate sealed cover indicating import components.
3.13 Bidder shall submit the complete list of deliverables along with their
technical quote. In technical bid bidder shall provide the un-priced list of all the deliverables and quantity of each item for per antenna terminal. Bidder to ensure that Price is not mentioned in the technical bid. Bidder shall also note that wherever item quantity quoted in “lot/set”, breakup of item with quantity (if applicable) shall be provided. The bidder shall provide the list of all the deliverables with individual/split prices, whenever asked for after price bid opening.
3.14 The bidder shall observe all the safety precautions for the safety of the labour and employees of MCF while executing works. Bidder shall be responsible for the safety of the persons employed by them.
3.15 The contractor shall be responsible for injury to persons or equipment things and damages to the property which may arise from omission or neglect of the contractor and their employees whether such injury or damages arises from carelessness, accident or any other cause whatsoever, in any way connected with the carrying out of work. Bidder shall adhere to Department safety manual.
3.16 The contactor shall not employ any person who is prohibited by law from being employed for fulfilling obligations under this contract.
3.17 In case the bidder does not adhere to the terms of the contract, MCF
reserves the right to terminate the contract.
3.18 MCF reserves the right to check the progress of the work and adherence to the technical specifications etc. at any time/ stage during the progress of work.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 8
4. Bidder eligibility criteria
System Integrators or Original Equipment Manufacturers (OEMs) or their authorized representatives with following eligibility criteria are invited to bid for the project. The bids submitted by the System Integrators (SI) or OEMs or SI/OEM through authorized agent not meeting these eligibility criteria shall not be considered.
4.1 The bidder shall be System Integrator (SI) / OEM / any Authorized
Agent/Vendor for OEM/SI or an organization/ a limited company, private company or any agency capable of taking up works of such nature and magnitude and shall produce an undertaking from OEM that the bidder is an authorized entity to quote for this tender and will provide support and spares directly to purchaser, if required, for the offered system (major items) and also that the offered system (major items) will be supported by the OEM for the period of minimum 10 years. The authorization shall be tender specific and addressed to the tender issuing authority.
4.2 The Bidder (SI) shall have at least 5 years of experience in installation
and commissioning of ground station (of similar nature) for satellite communication. Bidder shall provide the details of purchase orders, completion certificates and completion schedule with relevant references/ contact details that are executed by them in last 5 years to prove that the bidder has executed the project involving supply, installation and commissioning of the ground station. Submission of purchase order is not adequate to substantiate the experience. Satisfactory completion certificate from the customer is a must to substantiate the experience indicating the scope of work, duration of completion of work against the order, etc.
4.3 The bidder/OEM must submit customer satisfaction certificate with respect to the successful completion of installation and commissioning of at least two numbers of 9 m or above size monopulse auto track antenna in either C-Band or Higher bands during last 6years. The experience of OEM (Whose Antenna system is being offered) will also be considered for this eligibility. The offered system for this requirement should have the same combination of Make for servo system, mechanical system and feed system, as supplied to the customer whose customer satisfaction certificate has been included for eligibility. The bids not containing the successful completion certificate obtained from the customer in respect of installation and commissioning of at least two numbers of 9 m or above size monopulse auto track antenna system shall be treated as non-compliance and offer may be rejected. Customer address and contact numbers are to be mentioned in the certificate for verification of bidder claim with regard to successful completion of the project. Experience with only step track/program track
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 9
is treated as not compliant. With regard to this the bidder need to mandatorily fill up the following Table 4-1 with relevant information failing which the bid will be rejected.
Table 4-1: Bidder experience
SL
No
Cu
sto
mer
nam
e
Cu
sto
mer
addre
ss
An
ten
na s
ize
Fre
qu
en
cy b
an
d
Au
to t
rack s
yste
m
(Yes/N
o)
Type o
f te
ch
niq
ue
used for
au
to t
rack
like m
on
opu
lse,
pseu
do m
on
opu
lse
etc
.
Cu
sto
mer
sati
sfa
cti
on
cert
ific
ate
wit
h
regard
to s
uccessfu
l com
ple
tion
of
insta
llati
on
an
d
com
mis
sio
nin
g is
en
clo
sed
(Yes/N
O)
Delivery
sch
edu
le a
s
per
PO
Actu
al Tim
e t
aken
to c
om
ple
te t
he
pro
ject
aft
er
obta
inin
g t
he o
rder
1.
2.
3.
4.4 Bidder shall provide details of financial profile of the company (SI),
product range, manpower profile, turn-over status and experience in the field of satellite communication of the company for the last 04 years. SI shall have executed at least two order of combined value of Rs500 Million (or equivalent in FE) in Satcom field in last 04 years. To substantiate such claim must be supported by documentary proof.
5. Bid evaluation criteria
The technical bids will be evaluated based on the following parameters:
5.1 The bid evaluation/selection, both technical and commercial, is based on the consolidated itemson which MCF choose to place the purchase order. Bidder quote shallinclude the optional items/accessories/add-on in order to meet the specifications& requirements.
5.2 Bid must address the entire requirement inclusive ofall options/accessories.The bid evaluation/selection, both technical and commercial, is based on consolidated offer. Award of the contract is on technically suitable lowest offer& other mentioned condition in RFP. Partial bid will not be considered.
5.3 Bidder shall meet all the tender specifications. Bidder shall mandatorily provide point-wise compliance to all the sections/ paragraphs of the RFP and any deviation & comments clearly brought out with illustration. Bids without compliance statement will be rejected.
5.4 To substantiate the compliance, bidder needs to provide supporting document/catalogue without which bid will be considered non-compliant. Catalogue/ document must contain the relevant information/specification
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 10
as required. If required specification is not mentioned in catalogue/datasheet, then OEM certification for such specification shall be submitted.
5.5 Bidder shall furnish the country of origin for major Item/ equipment/ system. While at the time of submission of the quote or post contract, if Indian government bars/regulate any country for import/manufacturing of items in/ from any particular country, then technically suitable similar product from a different source shall be provided without any cost implication. In case of non-compliance to this, offer will be rejected/terminated.
5.6 Offer will be evaluated & processed in confirmation with GOI order (Specially mentioned below). The bidder shall provide compliance and undertaking as per order and here after amendments. Few clauses are provided as Annexure-I
i) Compliance to the terms &Preference in purchase will be provided as per order no: P-45021/2/2017-PP(BE-II) dated 04.06.2020 of Department for Promotion of Industry and Internal Trade (DIPP), Ministry of Commerce and industry. ii) Order no: F.No.6/18/2019 PPD dated 23.07.2020 of Department of Expenditure), Ministry of Finance Under Public procurement division for the General Financial rule (GFRs).
5.7 The successful bidder shall not be allowed to sub-contract works to any
contractor from a country which shares a land border with India unless
such contractor is registered with the Competent Authority in terms of
order mentioned in above order.
5.8 The offer of Class-I & Class-II bidder will be accepted as per above
mentioned orders
5.9 Bidder shall quote minimum 3 years Satcom industry field proven systems/Heritage.Declaration from OEM in writing to be obtained for the same.
5.10 Bidder to offer only standard product for antenna and feed. Catalogued
and proven products shall be offered for all other major components of the system. If the offered items/ systems/ equipment is under development/ to be developed the bid may not be considered. With regard to this, the bidder needs to mandatory fill up the following Table 5-1 with relevant
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 11
information failing which the bid will be rejected.Duly filled table 5-1 to be submitted along with the technical bid. This list is not exhaustive, other proposedelements/equipment to be added.
Table 5-1: Make and Model No. (not exhaustive)
Sl.No. Itemdescription Make ModelNo. License/option number
Quantity forone antenna system
1. Antenna
2. Antenna Feed
3. Antenna Control Unit / PDU
4. Tracking LNA
5. Tracking down-converter
6. Tracking receiver
7. Hub mountable outdoorLinearized TWTA with BUC
8. TWTA Controller
9. Dehydrator
10. L Band Up-converter
11. Ku Band Down-converter
12. 1:2 Redundant LNA system
13. Integrated Baseband Unit
14. IF Switch Matrix combining type
a. Chassis
b. Module
15. IF switch matrix distributive type
a. Chassis
b. Module
16. IF over Fibre chassis
17. IF over Fibre modules
18. Patch Panel with accessories
19. Satellite based time Receiver with related equipment
20. Frequency distribution system
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 12
21. Time distribution system
22. Time code reader and display format
23. Computer system for M&C
24. station computer with printer/scanner
25. Test Loop Translator
26. Signal Generator
27. Spectrum Analyzer
28. Power Meter with sensors
29. RF & W/G switching (U/L, D/L, Spectrum etc)
30. Weather Monitoring System
31. Air Conditioning System
32. CCTV system
33. Fire safety system
34. Cabinets and book shelf
35. Office furniture
36. 19” floor standing racks
37. Any other equipment not included in the above list
5.11 The technical bids will be evaluated based on the compliance to the RFP including technical specifications and experience & profile of the bidder in executing similar works. Bidder shall mandatorily provide point-wise compliance to all the sections/ paragraphs of the RFP. In case of any non-compliance or partial compliance, the bidsmay be rejected. The bidder shall prove, to the satisfaction of MCF, the expected performance of the antenna system by means of design calculations, simulations, analysis, etc. Thepurchaser’s over all understanding (i.e. concept, capability & schedule) of the proposed system shall be the criteria for the selection of offers.
5.12 Post bid, bidder shall participate in technical discussion of the offered system at MCF Hassan, whenever called for.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 13
5.13 Alternate methodology for meeting specifications: In case where the
offer has some alternate methodologycompared to the specifications, the bidder shall indicate clearly in the offer, the specifications proposed by him along with details thereof in order to meet the overall system requirement. Each exception to the specification or other parts of the tender document shall be listed separately by the bidder. Bidders are encouraged to attach illustrations wherever required.
5.14 For a single item, multiple ‘Makes’ shall not be offered. Make and model numbershall not be changed once the bid is submitted.
5.15 For equipment, brands/makes listed in the following Table5-2 shall only be offered.
Table 5-2: Brands/makes for equipment
S.No Equipment Make
1. Frequency Converter Comtech EF Data, Narda-Miteq, Work Microwave, Vertex RSI
2. LNA System Comtech EF data, Narda-Miteq, General Dynamics Satcom Technologies/Vertex RSI, Teledyne Paradise datacom
3. Linearised TWTA Communication & Power Industries (CPI) and Xicom technologies
4. Integrated Base Band Unit
Kratos Integral systems, Zodiac Aerospace, Amergint
5. Test Instruments R&S, Keysight (Agilent), Boonton
6. IF Switch Matrix ETL, Quintec, Universal Switching Corporation
7. IF over Fibre ETL,Emcore,Foxcom,Microwave Photonics System(MPS)
8. GNSS Rx Accord, Symmetricom, Endrun, Truetime,Precise Time & frequency
9. Network switch Cisco, Juniper, Brocade communications
10. Electrical systems CEPO approved brands
11. AC systems CEPO approved brands
6. Technical Requirements
6.1. The computer work station (MCF scope) will be connected to the integrated base band unit through LAN for satellite commanding operation. The integrated base band unit output shall be 70 MHz that shall be up converted to L band, up-converted to Ku band and amplified by Linearised TWTA with BUC and transmitted through the Antenna to the satellite in the uplink chain.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 14
6.2. In the downlink chain the system shall receive the Ku Band downlink from the satellite through Antenna, amplify this RF signal and down convert the Ku band signal to 70 MHz and this 70 MHz will be patched to the receivers of the integrated base band unit. The computer work station (MCF scope) will be connected to the integrated base band unit through LAN for telemetry acquisition.
6.3. Bidder shall quote the standard/ off the shelf items only for the entire supply and shall not quote units under development. The offered products shall be a catalogued product.
6.4. Make & Model No. of the all the offered items to be provided.
6.5. All the systems shall be field proven for 24/7 & 365 days of heavy-duty operation without any deviation in the performance. Certification to this effect to be provided by OEM.
6.6. MTBF of the major supplied units such as up-converter, down converter, Antenna control system, Integrated Base band units, LTWTA, LNA complex, TLT shall be mentioned.
6.7. All units having frequency conversions shall have internal reference
along with provision of external reference with auto-selection. All such units to be connected to external reference.
6.8. Catalogue / Data sheet copies of the all offered items to be provided.
6.9. All the remote-controlled system/subsystem/units shall have Ethernet LAN interface with TCP/SNMP/SCPI protocol for the development of M&C and the same remote interface protocols shall be provided by the successful bidder. The M&C software is NOT in the scope of the bidder. Bidder should cooperate with MCF during development of M&C in terms of providing M&C remote interface protocols &bidder to demonstrate that individual units work for the M&C purpose.
6.10. All the remote-controlled system/subsystem/units shall have Ethernet LAN interface with TCP/SNMP/SCPI protocol for the development of M&C and the same remote interface protocols shall be provided by the successful bidder.
6.11.All the interface/control cables of various units like RF, base band, Antenna control system etc. for the M&C to be laid by the Successful bidder.
6.12.Individual unit test data shall be provided along with the equipment at the time of supply.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 15
6.13.All the offered optional items for meeting the tendered technical specifications shall be clearly indicated in the technical bid. Part/model number of the optional items shall be provided. All the required optional modules shall be included in the pricing of the concerted equipment.
6.14.Extremely low loss cable to be provided from L band up converter outputs (at RF Room) to LTWTA input (at Antenna Hub).
6.15.Waveguides to be used in the downlinks to connect Ku band LNA output (at Antenna hub) to Ku band down converter input (at RF room). However, small length flexible cable of low loss may be used in the link wherever waveguide cannot be used. (Point no: 6.14 & 6.15 are desirable;however, configuration shall meet the overall system requirement)
6.16.All power sockets & power chords shall be compatible to Indian standard.
7. Site information
Location Hassan,
Karnataka Bhopal, Madhya
Pradesh
Nearest Highway NH-75, 10 Km NH-12, 5 Km
Nearest Railway Station
Hassan, 12 Km Bhopal, 12 Km
Nearest Airport Bangalore, 200
Km Bhopal, 25 Km
Latitude 13.07º North 23.29º North
Longitude 76.098º East 77.464º East
Altitude 980 Meters MSL 460 Meters MSL
Soil Gravelly
Rocky strata at depth of 2.5m and
above that soft copra
Load Bearing Capacity
18 T per sq. m 15 T per sq. m
Rainfall Annual 2809 mm, maximum rainfall in a day 163 mm
Annual 1090 mm, maximum rainfall in
a day 120 mm
Temperature (in ºC)
Max 37.0ºC Max 46.0ºC
Min 10.0ºC Min 4.0ºC
Relative Humidity 31 – 81 % 31 – 90 %
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 16
Wind
Mean monthly speed 80 KMPH Max speed 100
KMPH
Mean monthly speed 80 KMPH Max speed 120
KMPH
GEO arc visibility 1º E to 148º East @
5º EL angle 1º E to 148º East @
5º EL angle
Bidder may obtain permission to visit site of installation for soil surveyafter awarding of contract. The details mentioned above are based on site data available as per record. It will be bidder’s responsibility to verify and update details of the site.
8. Customer (MCF) Furnished Items
On the part of MCF, the following support / facilities shall be made available to the successful bidder.
8.1 Single point 3 phase, four Wire (3P+N) AC power supply for each of antenna stations. AC power includes both Technical Power (Un-Interruptible Power Supply) 230V±5% single phase, 400V±5% three phase, 4 Wire, 50Hz±5%, and Utility Power supply (Non-UPS supply) 230V±5% single phase, 400V±5% three phase, 4 Wire, 50Hz±5%. Utility power provided during installation will be on chargeable basis.
8.2 The feeder point will be about 200mtrs from the proposed location of
installation. Supply & laying of power cable from feeder panel to the station (as per local standard enforced) is in the scope of bidder. Bidder shall be responsible for Tapping the power from the feeder point (Technical Power and Utility Power) and distribution in the proposed civil building for all the equipment. During installation phase Non-UPS supply will be made available. Once preliminary tests of all the station equipment including antenna drive systems are satisfactorily completed Un-Interruptible Power Supply will also be made available.
8.3 Onsite communication (phone) for installation, test and co-ordination
will be provided on chargeable basis.
8.4 Space segment for carrying out the Required RF Testing.
9. Delivery/Completion Schedule
9.1 The Scope of Work is to be completed within 18 months (desirable: 15 months or less) for 02 Nos antenna system & 24 months (Desirable 18 months or less) for all 03 antenna system from the Effective Date of
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 17
Contract (EDC) Bidder shall provide the firm delivery schedule being proposed along with milestones (like supply of hardware/software, installation, testing & acceptance etc.) in the technical bid.
10.Meetings & Reviews
In the event of an award of the contract, the bidder shall adhere to the following technical meeting and review requirements that are necessary for total understanding and successful execution of the project.
10.1Technical Interface Meeting (TIM) 10.1.1 The successful bidder in his own interest is free to organize
Technical Interface Meetings with MCF, preferably at MCF, Hassan or mutually agreed upon place to facilitate developmental activities and clarify interpretations of MCF requirements. Further, the bidder is obliged to arrange technical Interface Meeting through audio/video conferencing with MCF for exchange of information and review of progress when called for. These meetings could also be held as pre-design reviews and address all open issues associated with design implementation and installation.
10.1.2 Periodic Progress Report after placement of order throughout the
project period till completion to be submitted to MCF. Apart from this successful bidder need to submit the status /test results as and when MCF seeks.
10.2Preliminary Design Review (PDR)
10.2.1 A detailed preliminary design review (PDR) shall be held at MCF,Hassan within two months from Effective date of contract (EDC)/Award of Contract.
10.2.2 The PDR will be the first major review of the detailed design after order and the design shall be submitted within two months of signing the contract/Purchase order (PO) date.
10.2.3 The PDR shall discuss, among others, system engineering aspects, ground station configuration design, the installation plan & methodology, operations plan, test & measurement plan, acceptance procedures and plans, etc.
10.2.4 This review shall address the high-level design of the system, mapping the system requirements to a preliminary System Description Document (SDD). The SDD shall be delivered in book form (03 copies) & also in softcopy at least two weeks before PDR.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 18
The venue of PDR shall be preferably MCF, Hassan or mutually agreed upon place. The SDD shall, at a minimum include:
i. System Overview.
ii. General architecture with proposed hardware and software modules
at a high level.
iii. Design considerations and design details of major subsystems like
antenna pedestal/foundation design, antenna mechanical systems
consisting of mount, reflector, sub-reflector, cable wrap, antenna
servo drive, feed, electronic systems, etc shall be discussed during
PDR.
iv. Analysis on wind torque, drive torque, stiffness, locked rotor
frequency analysis of antenna structure including mount, reflectors,
quadripod/ tripods etc.
v. Performance analysis of major requirements and specifications like
G/T, EIRP, pointing accuracies, tracking accuracies, surface
accuracies, efficiency etc.
vi. Material specifications, mass properties, inspection and testing.
vii. Complete Mechanical details (FE Analysis for antenna assembly and
support structure against RF specification, & Racks dimension,
Housing details etc.).
viii. Safety and security engineering considerations including stow-lock,
ladders, limits, brake system, lightning arresters etc.
ix. List of deliverables including document
x. Detailed activity including major milestones.
xi. Detailed Project management plan.
10.2.5 The specification document shall be revised and firmed-up by the Successful bidder based on the discussions and decisions during PDR. This finalized document shall be the base-line document for the entire contract and shall be binding on the Successful Bidder.
10.2.6 It will be mandatory for the Successful bidder to close all actions generated during the PDR. Closure of actions will be without impact on cost.
10.2.7 The PDR Committee shall be formed by Purchaser. The committee shall carry out the evaluation process based on the design details provided/presented during the PDR review and will provide necessary recommendations. This report shall form the basis for the successful bidder to proceed with manufacturing process. In
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 19
response to the recommendations contained in the PDR report, the successful bidder shall provide a PDR Closeout Report within one month from date of PDR.
10.2.8 The PDR process is intended to serve as an interim step in the design consideration where the successful bidder commits that the proposed design is meeting the RFP requirement. However, the final acceptance will be based on compliance of the total RFP specifications in entirety.
10.3 Critical Design Review (CDR) 10.3.1 After the completion of the manufacturing process and necessary
tests the successful bidder shall conduct a CDR with a complete and comprehensive presentation of the entire task involved and shall formally submit the complete test results. Products, system safety, problem areas and security issues shall also be discussed during CDR. The probable venue for the CDR shall be mutually decided.
10.3.2 The CDR Committee shall be formed by Purchaser. The committee shall carry out the evaluation process and provide relevant recommendations. Completion of CDR and resolution of all action items generated by it constitutes the final implementation process for the entire project.
11.Test Plan & Procedures Preparation
11.1. Successful bidder to prepare detailed Test Plans and Procedures for the entire project, including Test Matrix, for all levels of test and acceptance (Factory acceptance, in-plant acceptance, site acceptance tests etc.) and take approval from Purchaser. The verification test plan will be a comprehensive plan that comprises of tests for verifying overall system and individual sub-system specification, performance and requirements, including hardware and software elements, at different stages of the entire program.
11.2. The tests will be organized and conducted by the successful bidder with the participation of representatives designated by Purchaser. Arrangement of required test and measuring equipment and verification of its current calibration status shall be the responsibility of the successful bidder. The final site acceptance testing will be conducted under the supervision and guidance of a Test and Evaluation Committee appointed by Purchaser.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 20
11.3. The test program shall be implemented to cover full compliance to contract specifications. Each test shall provide a brief description of the method of testing and a block diagram of the intended test configuration. Test procedures shall also include the list of equipment and its current calibration status. Test results shall be documented in test data sheets. The test procedure shall be written in sufficient detail to ensure repeatability.
11.4. Factory Acceptance Tests: Factory Acceptance Tests shall be performed by the successful bidder on major functional areas or subsystem, which includes hardware and software.Factory Acceptance Test shall be carried out for SERVO system, Baseband system and Antenna Feed System, at OEM premises. Bidder shall ensure that the tests are performed as per the approved plan and make available the Test Reports for verification and approval from Purchaser. Purchaser will have the option of witnessing the tests at the bidder’s or its associates’ premises. The costs of participation of Purchaser’s personnel at the bidder’s or its associates’ premises shall be borne by Purchaser. The place of performance of these tests may mutually be decided based on the factors like place of fabrication, transportability etc. Purchaser reserves the right to identify a third party at a later stage for certification of FAT.
11.5. Successful bidder to organize system/sub system performance tests during installation phase. Purchaser reserves the right to inspect the progress of the project at any stage such as installation, testing and commissioning activities to become familiar with the system.
11.6. Integration Tests: Subsequent to successful completion of installation and integration the successful bidder shall perform end-to-end integration tests, functional tests, and safety features verification. The successful bidder shall ensure that the tests are performed as per the approved plan and procedures. The integration testing shall be carried out by the successful bidder at the installation site with the participation of MCF representatives. The test procedures and the results will be reviewed and validated by purchaser.
11.7. During this period Successful Bidder shall demonstrate satisfactory
real time performance of the complete system by performing actual
tracking and TTC operations with selected spacecraft. MCF shall be
responsible for identifying the spacecraft and also for obtaining
necessary permission and authorization, if required, from the concerned
for carrying out this task.
11.8. Successful bidder shall provide a Commissioning Plan detailing the
activities planned to be performed. At the end of the commissioning
phase Successful bidder shall submit a Commissioning Report detailing
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 21
the tasks performed and the performance of each subsystem as detailed
in the contract.
12.Installation, Commissioning& Testing
12.1It shall be noted again that supply, installation and commissioning of the system with all accessories, auxiliaries and any item not covered in the specification but essential for proper installation, operation and maintenance of ground terminal shall be included and executed by the successful bidder.
12.2 Delivery schedule specifying the milestones starting from realization of
the elements, assembly, pre-delivery test at manufacturer’s site and schedule of installation and commissioning once the site is ready shall be provided by the bidder.
12.3 Successful Bidder shall offer for Factory acceptance test before delivery to site.
12.4 Final acceptance of the equipment will be done at MCF-Hassan and MCF-Bhopal.
12.5 Successful bidder shall demonstrate all the features of the equipment mentioned in the technical specifications.
12.6 Successful bidder is solely responsible for the installation, commissioning and making the system operational at MCF.
12.7 Site Acceptance Testing: Successful bidder shall develop detailed Acceptance Test Procedures (ATP) and conduct detailed AcceptanceTest for verification of performance and requirements. All the test procedures will be traced back to the specifications and requirements. Acceptance Testing will be conducted at the installation site in presence of Purchaser’s representative/team. Successful bidder shall ensure that the tests are performed as per the approved plan and procedures. Successful bidder is responsible for making available the necessary test and measuring equipment required for the tests and documentation including test results, observation and analysis. MCF shall appoint a Test and Evaluation Committee and the Acceptance Testing shall be conducted under the supervision of this committee.
12.8 System Commissioning and Demonstration: After successful completion of acceptance testing of the system, the commissioning phase shall
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 22
begin. During this phase, Successful bidder is required to perform regular operation of the complete system in presence of MCF/purchaser personnel. This phase will also be used for training the personnel for hands-on operation and maintenance activities.
12.9 Transportation/Logistics
12.9.1Successful bidder shall be responsible for the safe transportation/delivery of total system to actual sites at MCF Hassan & MCF Bhopal and shall include clearance of imported equipment from the customs. The items belong to MCF Hassan shall be directly delivered to MCF Hassan and items belongs to MCF Bhopal shall be directly delivered to MCF Bhopal.
12.9.2Successful Bidder shall also be responsible for all logistic
arrangements like Custom clearance, boarding/lodging for the installation-team of the bidder, etc. No Cost shall be borne by the Purchaser till final acceptance of the system except the Customer furnished items (section 8).
12.10 Documents:
12.10.1During installation & commissioning, successful Bidder shall provide hard & soft copies of operations, maintenance manuals of all the equipment used. Successful bidder shall provide station configuration document in English consisting of
List of equipment used
Integration Test documents
Configuration diagram
Cabling diagram
Level diagram
Interface detail etc.
12.10.2 The successful bidder shall provide individual factory test documents of all the major equipment.
12.10.3The successful bidder shall provide the original DVD/CD/Pendrive of the required software.
12.10.4The successful bidder shall deliver all the technical
documentation that explains the theory of operation, OEM data sheets, system description, system integration, interface control,
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 23
installation, operation, troubleshooting, maintenance etc., along with a complete comprehensive wiring/cabling and interface schematics of the entire earth station as required for the user. All the communication and documentation shall be in common and usable English only.
12.10.5Successful bidder shall provide the actual test-data/reports for all major sub-systems like Antenna, Feed system, ACU, ADU, LNA complex, TWTA, up converter, down converter, TLT, beacon receiver, etc. to MCF.
12.10.6The successful bidder shall supply hard and soft copy of operation and maintenance manual in duplicate to MCF during installation. All necessary literature giving complete details shall be provided.
12.10.7One set of installation, operation, service manual and Interface control document (ICD) to be provided with each supplied unit. The Successful bidder shall cooperate with MCF team for such integration.
12.11 Performance and Training: 12.11.1All necessary tests shall be carried out at MCF-Hassan and MCF
Bhopal by the successful bidder to demonstrate whether performance of the system confirms to the specifications and meets the functional requirement indicated in the specifications.
12.11.2Necessary training w.r.t. system configuration, operation,
troubleshooting and maintenance shall be provided to MCF team at Hassan& Bhopal.
12.11.3Training shall be provided to nominated team of MCF staff at site of installation for 5 days which included the following with On -the - Job Training (OJT)
i) System Training The system-training program must address the following objectives.
a) Subsystem and equipment configuration b) Subsystem and equipment operation c) Subsystem interconnection and interfacing d) Procedures for installation e) Failures diagnosis
ii) Operations and Maintenance Training
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 24
Operation and maintenance-training program must address the following basic requirements.
a) Configuration b) Subsystem operation and maintenance c) Installation procedures d) Failure diagnosis and corrective maintenance (emergency) e) Emergency procedures f) All operational procedures
13.Delivery/ Payment Terms
13.1.Delivery Terms: The Price shall be on FOR DESTINATION (MCF Hassan & MCF Bhopal, India). In case of imports appropriate INCOTERM shall be used.
13.2. Taxes and Duties applicable and payable shall be indicated separately
(refer section 3 for applicable Taxes & Duties).
13.3. Payment Terms: The Successful bidder will be paid at different milestones of the project appropriately. The details of the payment are as follows:
13.3.1. Max. of 15% of order value of Purchase order except the service
as advance payment after PDR against Bank Guarantee.
13.3.2. Max.55% of supply value + 100% Taxes & Duties on pro-rata basis (restricting to 10 bills or claims) on supply of item at site and production of invoice.
13.3.3. 10% of supplies value after successful integration of systems at
site.
13.3.4. Balance 20% Payment for supplies and 100% payment of services after successful commissioning and acceptance of entire system and submission of PBG.
13.4.Security Deposit: 10% of the total order value to be deposited as security
deposit within 15 days of EDC/PO date to ensure faithful execution of
work. If Successful bidder fails to execute the order, this amount will be
forfeited for non-adherence to contractual terms. This shall be valid till the
date of acceptance with a claim period of two months. The validity shall be
extended in case the delivery period is extended.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 25
13.5.Performance Guarantee: The successful bidder shall guarantee satisfactory performance/ operation of the commissioned system under the conditions and for the services specified during warranty period. As a performance security, the successful bidder shall furnish Performance Bank Guarantee (PBG) for an amount of Ten percent (10%) of the total order/contract value from a Scheduled Bank, valid till the end of warranty period with a claim period of two months on acceptance of systems.
14. Warranty
14.1 Successful bidder must carry out comprehensive on-site warranty for two years from the effective date of commissioning of the entire system (all 03 Nos) based on certification from purchaser.
14.2 Successful bidder shall provide contact details of focal point of
maintenance team which will receive the complaints from the user and resolve the problem within the stipulated time during warranty period. The maintenance of the system shall be carried out by the bidder in the 2-year warranty period. The warranty shall be on all the supplies under this contract.
14.3 Bidder shall be fully responsible for the manufacturer’s warranty in respect of proper design, quality and workmanship of overall hardware, software, accessories, etc., covered by the offer. The bidder must cover warranty for all hardware equipment, software, accessories, etc., against any manufacturing defects/malfunctioning during the Warranty period. During the warranty period the bidder shall maintain the hardware, software, accessories, and repair / replace all the defective components and software elements at the installed site free of all cost to the Department.
14.4 The bidder should ensure that the defects in the system reported on any working day are attended& rectified within one month (30 Days) from the date of reporting. Penalty shall be levied if not rectified to.
14.5 Repair to be carried out at the installed site only. In case the system or any equipment cannot be repaired at the installed site, successful bidder can take the equipment outside MCF. Successful bidder to provide bank guarantee for the particular faulty unit (equal to unit cost) to take out from MCF. Bank guarantee will be released after the unit is brought back to MCF in working condition.
14.6 In case, the system or any equipment cannot be repaired at the installed site within the stipulated period, the bidder should provide the identical replacement till the system/equipment is returned duly repaired and take the defective unit to service centre. In case the manufacturer
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 26
discontinues any model, Successful bidder shall supply spare /item with equivalent / higher model meeting required specifications at no extra cost and ensure that it gets integrated with the system seamlessly.
14.7 MCF reserves the right to get defects rectified through another agency
in the event of failure to provide services by successful bidder within a reasonable period, Such Cost shall be charged to the successful bidder. This shall not alter the liabilities of the bidder on the warranty for its remaining period.
14.8 If faulty equipment is not repairable, successful bidder shall intimate MCF regarding replacement of faulty unit, giving all the details/ specifications of the replacement unit. Consent from MCF shall be obtained before replacement.
14.9 In case the problem is not resolved within admissible time, prorate deterrent cost of failed equipment/system will be levied/ recovered from the successful bidder as a compensation for downtime beyond admissible time at 0.5% per week of the failed unit, with a capping of 10% of total order value. For the total system down period penalty will be charged @ 0.5% of the total cost of entire station, per week with a capping of 10%. Recovery of compensation shall be made from PBG.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 27
15.Configuration requirements&Indicative Station Diagram
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 28
15.1.The indicative block diagram of the earth station is given above. However, bidder shall provide the detailed block schematic of the proposed configuration including interfaces indicating each of the subsystems/elements being proposed, in the technical bid.
15.2.The building / pedestal shall have required energy efficient electrical
fittings for lighting, wall sockets for utility, electrical DBs for UPS and utility separately, etc. Internal Distribution for the supplied equipment including Distribution Panels and Power Cables shall be the scope of the bidder.
15.3.Any other supply/ work not specified but required to complete the project shall be in the scope of bidder, except for the Customer furnished items (Section 8). Biddershall provide the system in “Ready to use” condition as per RFP requirement.
16.Order Quantities & Deliverables for each station
Table 16 is the List of major deliverables (not exhaustive) for one antenna system. Three such antenna systems are to be delivered. Bidder to note that the offer needs to include all the items required to realize the station as per the required configuration and specification.
Table:16
S.No. Description Quantity
1. Antenna system (consisting of subsystem as in 16.1)
which is fully compliant to the technical requirements as mentioned in RFP including Annexure.
01 set
2. Transmit System (consisting of subsystem as in 16.2) which is fully compliant to the technical requirements
as mentioned in RFP including Annexure.
01 set
3. Receive System (consisting of subsystem as in 16.3)
which is fully compliant to the technical requirements as mentioned in RFP including Annexure.
01 set
4.
Wave guide plumb lines withsuitable rotary joints (If required)&couplers which are fully compliant to the
technical requirements as mentioned in RFP including Annexure.
01 set
5. Inter facility link (like cable, connectors, line amplifier,switches,patch panels, etc.)
01 set
6.
Integrated Baseband System (consisting of subsystem as in 16.4)which is fully compliant to the technical
requirements as mentioned in RFP including Annexure.
01 set
7. Station Calibration and Test Facility (consisting of subsystem as in 16.5) which is fully compliant to the
1 Lot
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 29
16.1Antenna systems (not exhaustive)
S/N Description Quantity Make & Part
no(P/N if Applicable)
Remarks
1.
Antenna Mount, Structural & Mechanical Drive Systems
(With one extra motor for each axis as stand-by)
1 Set
2. 6 Port Feed System (4Communication &
2composite error ports) with 1 Set
technical requirements as mentioned in RFP including Annexure.
8.
Frequency and Time Receive & distribution system (consisting of subsystem as in 16.6) which is fully
compliant to the technical requirements as mentioned in RFP including Annexure.
1 Lot
9.
Weather monitoring systems (consisting of subsystem as in 16.7) which are fully compliant to the technical
requirements as mentioned in RFP including Annexure.
1 Lot
10.
M&C system (Hardware) and station Computer (consisting of subsystem as in 16.8), which is fully
compliant to the technical requirements as mentioned in RFP.
1 Lot
11.
19” floor standing Racks to mount equipment (including customer furnished items&future
expansion) which is fully compliant to the technical requirements as mentioned in RFP including
Annexure.
1 Lot
12. Civil Infrastructure including furniture and Air
conditioning system, which is fully compliant to the technical requirements as mentioned in RFP.
1 Lot
13. Grounding system & Lightening protection system for antenna andequipment
1 Set
14. Electrical system & Building management system (BMS), which is fully compliant to the technical
requirements as mentioned in RFP. 1 Lot
15. Adequate safety system,security and First aid items 1 Lot
16.
Details on Implementation – circuit, wiring diagrams, photographs, videos during various stages of
installation, Training, Operational, and Maintenance Documents[01 hardcopy + 01 electronic copy]
2 Sets
17. Any other things required for completion of the project
As required
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 30
multimode Tracking coupler
3.
Antenna Drive Control system (With 1set of extra control
cards & 01 no of drive amplifier for each axis)
1 Set
4. Tracking LNA
(with 01 standby) 1 Set
5. Tracking Down-converter
(with 01 standby) 1 Set
6. Tracking Receiver (with 01 standby)
1 Set
7. Antenna Control Unit
(with 01 standby) 1 Set
8. Safety & Interlock Mechanisms 1 Set
9. Lightning Protection &
grounding 1 Set
10. Coupling & interface elements 1 Set
11. Antenna foundation and
pedestal assemblies 1 Set
12. Angle encoders
(with 01 stand-by for each axis)
1 Set
16.2 Transmit system (not exhaustive)
S/N Description Quantity Make & Part no(P/N if
Applicable) Remarks
1.
Hub mountable outdoor LTWT Amplifier and remote
controller 2 +1 standby
1 Set
2. Switching network (As per
Configuration) 1 Set
3. Up Converters 2+1 standby
1 Set
4. Dehydrator 1 No
5. Transmit W/G Plumb line &
coupler, etc 1 Set
6.
Interface elements (Patch Panel,IF-switch
matrix,Interface elements, etc.)
1 Set
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 31
16.3Receive system (not exhaustive)
S/N Description Quantity Make & Part
no(P/N if Applicable)
Remarks
1. 1:2 LNA system with TRF and
InjectCoupler 1 Set
2. Down Converters 2+1 hot standby
1 Set
3.
Low loss Interface RF Elements
(Waveguide/Cables), coupler, etc.
1 Lot
4. Interface elements (Patch
Panel, Interface elements etc.) 1 Set
16.4 Baseband System (not exhaustive)
S/N Description Quantity Make & Part
no(P/N if Applicable)
Remarks
1. Integrated Baseband system
2 +1 hot standby 1 set
2. Patch panels with accessories 01 Lot
3. Interface elements 1 Lot
4. IF Switch Matrix (8X8) 02 No.
5. Cable Tray/manager 1 lot
6.
IF over Fibre transceiver. Each transceiver to have Four IF TX and Four IF RX ports;
1pair IF over Fibre transceiver
1 set
Note: Interface elements in each subsystem (16.2-16.4) shall be treated as one set to meet the requirement.
16.5 Station calibration and test facility (not exhaustive)
S/N Description Quantity Make & Part
no(P/N if Applicable)
Remarks
1. Test Loop Translator 1 No
2. Signal Generator 1 No
3. Spectrum Analyzer along with
printer 1 No
4. Power Meter with 2 sensor 1 set
5. Spectrum Monitoring switching 1 No
6. Interface elements 1 Set
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 32
7. Connectors,adaptors,cables for
calibration 1 Set
8. Integration material (Racks &
otherhardware) 1 Set
16.6 Time and Frequency System (not exhaustive)
S/N Description Quantity Make & Part
no(P/N if Applicable)
Remarks
1.
Satellite based time Receiver withrelated
equipment (Antenna, cable, etc.)
1 Set
2. Time Display Unit 2 No
3. Frequency distribution
system (02 No.) and time distribution system (01 No.)
1 Set
16.7 Weather Monitoring System
S/N Description Quantity Make & Part
no(P/N if Applicable)
Remarks
1. Rain / rain rate, wind
velocity /direction
1 Set
2. Temperature & humidity
system
3. Interface elements
16.8 M & C system (Hardware)
S/N Description Quantity Make & Part no(P/N if Applicable)
Remarks
1.
Latest state of art Rack mountable work station systems as server in station (Prime &Backup)& as client (Remote to station) (detailed specification provided in guidelines specification)
03 Nos (2
server+01 client)
2. Latest state of art Computer systemwith Printer/Scanner as station Computer
01 sets
3. Interface hardware 01 set
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 33
4. ICDs and Drivers for development of M& C (As per requirement in RFP)
1Package (for each device)
17.Overall Major Mandatory specifications (The system to be built on the guiding specifications provided in annexure)
17.1Ku – Band Antenna System& Tracking Specifications
S.No. Item description Specification
1 Antenna Type 11 meter or above Solid Parabolic dish with dual reflector & shaped Cassegrain geometry.
2 Antenna Mount Elevation Over Azimuth.
3 Panel surface accuracy Main dish: Sub reflector
Better than 0.65 mm (RSS) Typical Better than 0.25 mm (RSS) Typical In-order to meet G/T, figures are indicative
4 Feed type Multimode Monopulse Tracking 6 port Frequency reuse LP/ CP switchable feed having 02 Transmit,02 Receive & 02 Tracking composite error port (Orthogonal ports) Selectable
5 Operating Freq. Transmit
Receive Tracking
12.75 to 14.00 GHz. 10.70 to 12.00 GHz. 10.70 to 12.00 GHz.
6 Gain at Feed Receive Transmit
59.6 dBi +20 log (f/10.70 GHz) 61.2 dBi +20 log (f/13.00GHz) With antenna efficiency 60% min.
7 G/T at 10 deg.Elevation 37 dB/K (+/-0.2) + 20 log (f/10.70GHz) min.
8 EIRP 87 (+/- 0.2) dBWmin. at 13.00GHz with 750W LTWTA
9 Polarization (Tx & Rx) LP/CP switchable,rotatable in LP, selectable RHCP & LHCP (composite error) in Tracking Ports
10 VSWR 1.3:1 typical in both receive and transmit ports of both bands
11 Axial Ratio (Cross polarization
Isolation) Circular polarization Linear polarization
in both receive and transmit bands
0.55dB (30 dB) >30 dB
12 Feed Insertion Loss To be provided by bidder.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 34
13 Tx. To Rx. Port Isolation
85 dB min
14 Rx. /Rx. &Tx. /Tx Port Isolation
17 dB min in CP 30 dB min in LP
15 Tx/Rx to Tracking Port Isolation
100 dB min
16 Radiation Pattern Shall confirm to ITU – RS 580-6. Typical first side lobe level shall be better than 14 dB
17 Power Handling Capability
Better than 2 KW CW per port in Tx. Continuous operation.
18 Drive CoverageElevation Azimuth
Polarization
-1 to 91 Deg. +/- 270 Deg min. +/- 100 Deg
19 Drive Speeds Max :> 1deg/sec, Min: 0.01 deg/sec or less in both Axes
20 Azimuth / Elevation tracking drive speed: tracking Acceleration: POL speed:
>1 deg/Sec min in all drive modes. >1 deg/Sec2 min in all drive modes. About 10-15 deg/ minute
21 Angular resolution 0.001 deg min. for all the axis
22 Az/El in-Drive Configuration Az EL
About Zero Backlash Motor Drives. Gear & Pinion dual motor drive or any Zero Backlash system
23 Tracking Accuracy Pointing Accuracy (80 Kmph wind speeds)
Better than 1/10th of Half Power Beam width Better than 1/5th of Half Power Beam width
24 Modes of operation Standby, Manual, Command position, Memory, Slew, Auto Track, Program Track, Op-track/Step track, Built in Search/Scan, Preset Position (about 100), Sun/Star Track, Ephemeris Drive, Table track(Configured as per purchaser req.), Stow lock, TLE track with offset, Auto phasing, Intelsat track, Augmented Auto Track (Auto track over program track), Hand crank, Remote Computer Control.
25 Tracking threshold Better than 40 dBHzat 1 KHz Loop band width (if not applicable, clear illustration shall be provided)
26 Auto Loop Response for 3 dB
Az: 0.6 sec rise time typical El: 0.6 sec rise time typical
27 Tracking Receiver Dynamic range
> 65 dB (- 35 dBm to -100 dBm typical)
28 Tracking Beacon Selection
Synthesized freq. Selection, Step size 1 KHz or better.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 35
29 Frequency Stability 1-PPM Long term, under all operating conditions.
30 Acquisition time Less than 1 sec for ± 100 kHz sweep width with Anti Side Band (ASB) facility (if not applicable, clear illustration shall be provided)
31 Acquisition range ± 150 KHz with anti-side band rejection facility (if not applicable, clear illustration shall be provided)
32 Bore sight tracking null depth
>25 dB typical
33 System should support single motor operation also in case of one motor failure.
34 ACU shall have provision to accept IRIG-B input/network timing (or both) for time synchronization; Input to this shall be extended from the GPS/Navigational satellite Receiver.
35 Interface Transmit
Receive
WR 75 WR 75
36 Power 230 V ± 5% single phase, 400V ± 5% three phase, 50 Hz ± 2 Hz
37 Wind Speeds 80 KMPH Operational, 120 KMPH Gusting, 150 KMPH Survival (zenith)
38 Pressurization 0.5 psi operation & 2.0 psi maximum
39 Feed Blower To be provided and shall be operational only during rain
40 Safety Features for mechanical system
Lightening Arrestors Stow lock for Azimuth & Elevation Mechanical Stopper Hand cranking facility Flexible Couplings These features are indicative, others working safety features to be included
41 Ground clearance The elevation axis or azimuth platform shall have a clearance not less than 13m from the ground level.
42 The antenna mount structure shall be maintenance-friendly & all parts are easily assessable for maintenance purpose
43 In case transformer is used for voltage conversion as part of solution, soft start feature shall be provided for limiting surge current under 30A.
17.2Antenna and Feed System Safety
S.No. Item description Specification
1.
Limits and Display Stow, Up pre-limit, Up final limit, Down Pre-limit, down final limit, CW pre-limit, CW final limit, CCW
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 36
Pre-limit, CCW Final limit, CW/CCW Zone change over, Low Elevation alarm switch
2. End Stoppers Mechanical stoppers at the final limit position for each axis of antenna rotation to withstand slew speed of antenna motion
3.
Hand held Portable Maintenance Unit
To be provided for manual movement during maintenance with Az., El& Pol angle readouts
4. Stow Lock Device Stow lock devices in Az and El axis to mechanically arrest the antenna during hostile environmental conditions from the ACU.
5. Auxiliary drive Hand cranking facility for both the Az and El axis
6. Emergency StopSwitches& Indication
Shall be deployed at all the critical antenna locations to inhibit the drive in the event of emergency. Viz., at AZ Cone, at El platform, at ACU, in elevation hub, etc.
7. Lightning Arrester
Lightning arrester assembly conforming to the latest safety standards to be provided for Antenna Quadra-pod and backup structure area. Suitable slip ring arrangement to be provided.
8. Cable wrap Provision for overcoming cable wraps
9. Operator safety
Approach ladder with built-in safety measures to provide access to the El. Platform & Reflector surface. Safety railings at elevation platform and other relevant areas.
10. Equipment lifting Provision for lifting heavy equipment to the elevation platform with motorized facility.
11. Antenna Drive Alarm
Audible alarm initiation on antenna movement in active mode.
12. Aviation lamp Should be provided at appropriate locations with good visibility
17.3 Environmental Specifications
S.No. Item description Specification
1. Operating Temperature, Humidity
0 to 50 deg. C. 55 ± 5% RH at 40 deg. C
2. Rain Shall withstand 80 mm/hr rain with no degradation in performance
3. Shock and Vibration
Shall withstand shocks and vibrations encountered during transportation and operations
4. Corrosion Anti-corrosive, protective coating to all parts exposed to environment
17.4 Special Instructions on Antenna and Tracking systems
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 37
17.4.1. The antenna foundation and load analysis breakup to be
provided along with the quote.
17.4.2. Appropriate hand drive scheme with built in safety interlock mechanism for both antenna axes to be provided.
17.4.3. Lightning arrestor assembly along with maintenance free
chemicalearth pits shall be an integral part of the antenna system. Separate pit for Lightning arrestor& grounding (atleast 02 each) shall be provided.
17.4.4. Suitable rain blower to be provided for the feed. This shall be
operational only during rain.
17.4.5. All parts exposed to the environment shall be coated with anti-corrosive, protective coating.
17.4.6. The equipment building will have cable trenches / trays for
routing RF, control and Power cables.
17.4.7. The C/No level diagrams and threshold margins shall be provided. Also, G/T, EIRP, Wind load & Rain attenuation analysis for the proposed system shall be provided with the quotation.
17.4.8. Pointing / tracking error budget with analysis should be
submitted.Theworst-case pointing error / tracking shall be computed for the antenna system by the bidder.
17.4.9. While computing tracking and pointing accuracy budget
following typical error / bias components should be Considered: Thermal Noise, Servo Noise, Servo dynamic lag, Servo Imbalance error, Encoder accuracy, Encoder coupling accuracy, bearing wobble, Azimuth axis verticality error, Axes orthogonality, Wind torque error, Gravity induces errors, Thermal gradients, Collimation error, Null Shift, Droop, Bore sight Error.
17.4.10. G/T and EIRP at specified frequencies to computed and submitted.
17.4.11. RF/IF level diagram to be provided indicating the
losses/gains at each stage in uplink, downlink and servo link.
17.5Specifications of Antenna & RF systems
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 38
S.No. Parameter Specification
Transmit Chain
1. No. of uplink
chains Two,(RHCP &LHCP or LP-V & LP-H)
2.
Max uplink
EIRP at13GHz
with 750W
LTWTA
≥87 +/- 0.2 dBW
Stability of +/- 0.25 dB/day & +/-1 dB over
operating temp and 1 dB Peak-Peak over any 36
MHz
Note: Bidder shall provide detailed break-up of
the uplink EIRP meeting the specification and
margins if any, including LTWTA power, losses
etc. The complete detailed specifications of the
proposed LTWTA, make, model number, OEM
data sheet etc. shall be provided by the Bidder
in the technical bid.
Provision for external reference to all
frequency converter unit shall also be
provided.
3.
EIRP
Adjustability @
LTWTA
25 dB
4. Frequency
Offset ±125 Hz
5. Frequency
Stability 1X10–7
6. Spurious
(Carrier related) -55 dBc
7. Return Loss >14 dB
8. IMD - 25 dBc max. with two equal carriers at 5 dB total
output back off at 1 MHz apart
9. L-Band
Upconverter
Input Freq. 70 MHz (BW +/- 18 MHz)
Output Freq. 950-2200 MHz or compatible with
input frequency band of LTWTA (multiple LO with
auto-switching based on frequency selection may be
part of solution). However, the total solution should
meet the required transmit frequency band (12.75-
14.0 GHz).
Step Size: 1KHz
Gain: 25 dB min.
Gain Adjust: 0–25 dB in 0.1 dB steps
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 39
10. LTWTA
Input Freq. 950-2200MHzor compatible with
output frequency band of L band up-converter
(multiple LO may be part of solution).
However, the total solution should meet the
required transmit frequency band(12.75-14.0
GHz)
Output Freq. 12750-14000 MHz
Output Power: TWT- 750-Watt min.
Flange- 650-Watt min
Gain: 70 dB min. at rated power output
Receive Chain
11. No. of receive
chains Two, (LHCP & RHCP or LP-H & V)
12. G/T at 10 deg
EL @ 10.70GHz
37.0 +/- 0.2 dB/deg K min.
Note: Bidder to provide detailed G/T break-up
meeting the specification and margins if any,
including antenna noise temp, LNA noise temp,
losses etc. The complete detailed specifications
of the proposed LNA, make, model number, OEM
data sheet etc. shall be provided by the Bidder
in the technical bid.
13. Frequency
Offset ±100 Hz
14. Frequency
Stability 1X10–7over 24 hrs. at operating temp
15. Level Stability ±0.5 dB over 24 hrs. at operating temp
16. Spurious
(Carrier Related) -55 dBc
17. LNA Complex
Frequency: 10.70to 12.00 GHz
Noise temperature: 80 K max.
(Including LNA & Switching)
Gain: 60 dB min
Gain flatness over the band: ± 0.5 dB over 40MHz
18. Down converter
Input Freq. 10.70to 12.00 GHz
Output Freq. 70 MHz (BW +/- 18 MHz)
Gain: 40 dB min
Gain Flatness ( 18 MHz): 0.5 dB
Station calibration and test facility
19. Test Loop
Translator
Input Freq. 12.75-14.0 GHz
Output Freq. 10.70-12.0 GHz
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 40
2050 MHz and capable of taking external LO input
20. Signal
Generator
Output Frequency: 250 KHz to 43 GHz or better
with resolution of 1 Hz or better & having LAN
interface for remote monitoring and control
21. Spectrum
Analyser
Input Frequency: 250KHz to 43 GHz or better with
resolution of 1 Hz or better & having LAN interface
for remote monitoring and control
22. Power Meter
with 2 sensors
Frequency range of 50MHz to 43 GHz or better
having 02 channel with power range from -70dBm
to +20dBm or better & having LAN interface for
remote monitoring and control
Note: Power meter is not essential if power sensor
is LAN based & suitable display panel should be
provided in the RF rack.
23. Pressurization
The feed & waveguides will be pressurized up to 0.5
psi operation with suitable safety valve. A suitable
dehydrator shall be provided by the bidder.
24. IF over fibre
unit
Number of Transmission & receive channels: 4
Input & output Frequency: 50MHz to 200MHz
Wavelength: 1100 to 1600 nm
Optical Connectors: SC/APC for Tx/Rx modules
All modules should be hot swappable
25.
8X8 switch
matrix
(combining &
distributive)
Frequency Range: 70±20 MHz (IF)
Capacity: 8 inputs/ 8 outputs
Gain Flatness 50-90 MHz: ±1 dB or better
Matrix Cards Single: (one per input and one per
output), Hot-swap. Failure in one card should
Result in loss of only one path.
Local and Remote M&C.
Dual Redundant, Hot swappable CPU and PSU
configuration
In case of power failure and shutting down of the
matrix, on turning it back -the matrix should retain
the same settings like routing path, IP Address etc.
as earlier, i.e. prior to the power shutdown
Port to Port isolation: I/P-O/P: 65 dB or Better
I/P-I/P: 65 dB or Better
O/P-O/P: 65 dB or Better
26. Block schematic
Bidder shall provide the detailed block
schematic & signal flow chart of the full system
depicting each and every sub-system being
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 41
proposed including interfaces.
Level diagram shall also be provided
27.
Time&
Frequency
Reference
System
Satellite Based (GPS/IRNSS) Ref. Frequency and
Time Reference and Distribution System with
NTP,Time code Reader,TDU, FDU etc.
Receiver shall have 04 output for each (IRIG-B, 10
Mhz& 1pps)
Note: The complete detailed specifications of
the proposed Receiver with antenna, TCR,
Distribution Units, etc. and their make, model
number, OEM data sheet etc. shall be provided
by the Bidder in the technical bid.
28.
All frequency converter unit shall have internal reference as well as
provision to accept external 10 MHz reference with auto sensing
facility. All such unit shall be connected with external reference from
frequency distribution unit.
18. Base Band System
18.1.Integrated Base Band system shall be mandatorily quoted by the
bidders.
18.2.Baseband M&C from OEM shall be provided for controlling the
integrated baseband unit remotely & local display unit within or near
to unit for configuring & controlling.
18.3.Integrated Base Band Unit Should consists of following inbuilt
Functions.
1. IF Receivers 2. Demodulators cum Frame synchronizers 3. Satellite Ranging Unit 4. Satellite Command Unit 5. Satellite telemetry Simulators 6. IF Modulators 7. Time code decoding and data time-tagging The integrated Base Band unit shall have following configuration
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 42
Detailed Specifications are given in the Annexure.
19.Allied and support system
19.1Civil
19.1.1.A finished built-up area of 30 Sq.metres with a ground floor
height of 4 metres is to be provided for housing the RF equipment,
Antenna drive unit, ACU, Tracking Receiver, Electrical Distribution,
etc.AC unit’s placement may be planned in the first floor and
regulated air may be blown into ground floor to regulate the
equipment room temperature
19.1.2.Provisional Civil Requirement for AC system: Openings of
appropriate size in the wall for laying refrigerant lines/condensate
water drain/power cables. Provision for terminating the condensate
water drains line. Provision for installing the Outdoor units of AC
Units. Openings of appropriate size in the floor of 1st floor for
routing the supply/Return air from and to the AC unit respectively.
Provision in the false ceiling of ground floor for installing the
supply/return air grills/diffusers. Ensure sufficient space around
Outdoor as well as Indoor units for free circulation of air and
Maintenance (The AC system shall propose to be installed at first
floor). This requirement depends on the type of AC system being
offered & acceptable to purchaser.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 43
19.1.3.Antenna mounting/building height to be planned such a way that
there shall be adequate clearance between antenna and ground at
any elevation/azimuth angle and antenna performance will not
suffer due to improper clearance between antenna and ground.
19.1.4.The equipment building / pedestal shall have a 2 meters wide
door to facilitate movement of equipment.
19.1.5.Required cut-outs shall be planned in the equipment building /
pedestal for Air-conditioning facilities and other requirements.
19.1.6.The antenna foundation and load analysis breakup to be provided
along with the quote. Basic design of the civil structure to be
provided along with the quote.
19.1.7.The equipment building / pedestal shall have cable trenches &
trays for routing RF, control and Power cables & opening for routing
cables from existing facilities.
19.1.8.Provision/ Separateroom shall be made for housing Air
conditioning system. It may be planned above the ground floor
subject to the configuration of AC system being offered.
19.1.9.Provision shall be made to install security system like Access
control system (Purchaser supplied item).
19.1.10.Proper staircase with steel railing.
19.1.11.2 to 3-meter-wide pathways for building access from near
available main road/pathway.
19.1.12.The Building Management System (BMS) to be a basic system
having fire hydrants and interfacing of fire alarms, etc.
19.1.13.Any other civil works required to complete the project
19.2Air conditioning system/Air handling system
19.2.1Air Conditioning System to be planned according to Weather
conditions at Hassan and Bhopal. Weather conditions are different at Hassan and bhopal. Hence rating and configuration may change. Bidder to provide details of configuration & rating of AC system planned for Hassan & Bhopal.
19.2.2A state of art suitable modular Air conditioning system to be installed for maintaining temperature 22±2 deg Celsius and Humidity of about55 +/- 10% RH.
19.2.3Proper Venting and ducting shall be implemented.
19.2.4System configuration: 1:1 (1working + 1 standby).
19.2.5Preferred AC system: Down flow precision DX air cooled Packaged AC unit of 5 +/-1 TR cooling capacity with all
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 44
standard accessories of CEPO approved Brand/Make. Refrigerant gas: R-410A/R407C or equivalent Eco-friendly refrigerant. (R-22 or equivalent refrigerants are not acceptable). (CEPO approvedBrand:Virtiv/Slitz/Bluestar/Schneider/Climaventa/SwegonBluebox)
19.2.6A display system to show present Temperature and Humidity inside the equipment building shall be installed. This shall be interfaced with centralized monitoring station. Successful bidder shall coordinate for such integration.
19.2.7The heat budget to be presented and documented.
19.3 Electrical
19.3.1The building / pedestal shall have required energy efficient electrical fittings for lighting, wall sockets for utility, electrical DBs for UPS and utility separately, etc.
19.3.2Customer responsibility is to provide one feeder point for short
break (Utility Power) and one feeder point for Uninterruptible Power Supply (Technical Power). Bidder responsibilities to Tap power from feeder points which is about 200mtrs from proposed installation site. Cables should sustain entire load.
19.3.3Internal Distribution for the supplied equipment including Distribution Panels and Power Cables shall be the scope of the bidder. Distributional panel shall be planned to accommodate user future expansion requirements.
19.3.4The Building /Pedestal shall have the Lighting circuits with 30% from the Technical Power and remaining from the Utility Power.
19.3.5The Lighting shall be designed such that the illumination levels in the area(Inside the building and outside the building in the close vicinity) shall be suitable for Operation and Maintenance of the Equipment& as per relevant Indian and international Standards. The Design shall take care of light output at the end of life.
19.3.6All switchgears shall be of Industrial standard only.
19.3.7All the Cables & Wires should be IS standard or International Standards. The insulation of Cables shall be FRLS OR HFFR type.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 45
19.3.8Additional points to be made available in the technical & utility power Distribution Panels for powering customer supplied equipmentfor future purpose.
19.3.9Detailed Power budget of all the equipmentshall be provided and submitted by the bidder for the planning of power requirement.
19.3.10Electrical requirements for AC system: 440V/3Ph/50Hz power supply (with suitable MCB/MCCB, ELR) to the AC system. UPS power supply to the fire alarm system and AC DDC system. Providing earthing for AC system.
19.3.11Equipment to take primary power of 400V±5% three phase, 4
Wire/ 230V±5% single phase at 50 Hz ± 4%frequencies.
19.4 Safety
19.4.1The bidder shall ensure that the antenna and the associated
systems meet the local safety requirements in force at the site.
19.4.2The safety requirements concerning both the antenna, associated systems and the personnel working at the antenna and the antenna room shall be addressed and executed by the bidder.
19.4.3A state of art maintenance free required Grounding/Earthing
System for Antenna, Electrical DBs and RF Systems is to be designed and installed near the Building. The bidder shall consider installing separate& suitable connection points of grounding/earthing for antenna, RF and equipment.
19.4.4Lightning Protection System for Building as well as Antenna to
be designed and installed by the bidder. Grounding of Lightning arrestor and Earthing shall be planned separately.
19.4.5State of the art Analog Addressable Smoke / fire detection and
alarm initiation system with Fire Alarm Control Panel to be installed.
19.4.6Fire Safety for AC System: Fire damper with 24V AC/DC
actuators shall be installed in both Supply and return air path/duct. Fire alarm system with min. 4 Nos. of fire/smoke sensors shall be provided and interfaced with fire dampers and Main MCB of AC system. Fire alarm system shall switch OFF the incoming power supply to the AC system and close the fire dampers in case of fire.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 46
19.4.7Fire alarm system to be integrated with existing local
centralised system.
19.4.8First aid &firefighting equipment to be deployed in and around the facility in sufficient number.
19.4.9The building design shall take care of all safety aspects
including human safety in the event of fire hazard or any calamity of similar nature.
19.4.10The entry and exit to and from the station is to be regulated
through an electronic access control system (supplied by customer); the door should be compatible for the above mentioned system.
19.4.11The major safety devices in an antenna system to be provided
for smooth functioning are Aviation warning lights,Hatch panel interlock with servo,Elevation limits (software & hardware),Azimuth limits (software & hardware), Pol limits (software & hardware),Lightning protection,Shock absorbers to remove kinetic energy in case the reflector moves beyond limit at elevation 0 deg,Azimuth and elevation stow lock with interlock with servo,Hand cranking device for azimuth and elevation drive,Emergency stop at relevant areasLadders for climbing to azimuth/elevation drive platform and also to climb quadruped structure,Electrical and signal grounding.
19.4.12CCTV Camera (at least 03 nos, rotatable -HD) should be
installed at appropriate places and it should be interfaced with MCF system. CCTV system to be ‘ONVIF’ compliant. Suitable licenses shall also be provided. Compatibility as per the local installed system at MCF-Hassan and MCF-Bhopal.
20. Equipment Racks & Station Associated furniture
Equipment racks shall have the following features
20.1Proper cooling arrangement with built-in air filters.
20.2 Physical dimensions and layout addressing all the aesthetic and human engineering aspects, for elegance and operator comfort.
20.3 All rack-mounted sub-systems shall have easy access for
maintenance. 20.4 Standardized cable entry ducts and power distribution systems.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 47
20.5 All racks (19 inch) shall be uniform size and colour and lockable from
rear. 20.6 Proper grounding and grouting arrangements shall be made.
20.7 Bidder shall provide adequate number (Minimum 03 Nos/antenna) of
equipment racks with accessories for housing all equipment and have provision to house customer furnished a few items also. Each rack shall have adequate nos of power sockets.
20.8 Adequate number of Cabinets and Book shelf with locking facility to
be provided to safe keeping of spares, documents, etc. 20.9 Associated furniture in equipment room shall be provided. (Table 1
no., Chairs at-least 6 no.)
21. Monitoring and control system
MCS hardware system is under the scope of the bidder. The MCS software is not in the scope of tender. In view of this, Bidder is responsible for the following:
21.1 Baseband M&C from OEM to be provided for controlling the integrated
baseband unit.
21.2 Required interface converters and bus extenders.
21.3 All the computers and accessories.
21.4 Hardware elements including licenses where ever required.
21.5 All sub-systems covered under this contract shall have remote monitoring and control functionalities through the Monitor and Control System (MCS). Monitor and control function of the sub systems shall include all parameters, which characterize the subsystem performance, status and fault conditions. The bidder shall aid during development of MCS software.
21.6 Each subsystem/equipment shall be operable from local as well as
remote. Local shall mean control physically from unit and remote shall mean control from MCS.
21.7 MCS (hardware) shall be the responsibility of the Bidder. It shall include all hardware like computer with operating system, switches etc.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 48
21.8 The successful bidder shall demonstrate proper functioning of remote-control interface of all the equipment. Also, ICDs and related dependent files & drivers to be provided for M&C development.
21.9 The entire sub-system (active) shall be interfaced through the monitoring and control system (MCS).
21.10 The MCS shall have latest configuration rack mountable computer servers with dual power supply.
21.11 All the equipment shall have the latest firmware, SNMP/ TCP/IP protocol for developing MCS software. Successful bidder shall co-operate during development of MCS software.
21.12 One set of station computer/Laptop with printer & scanner of latest
configuration shall be provided to carry other associated works.
21.13 All the licenses shall be perpetual.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 49
20.Annexure-I: Clause for bid evaluation as per RFP section
5.6
Class-I local supplier means a supplier or service provider, whose
goods, service or works offered for procurement, has local content
equal to or more than 50%, as defined under order.
Class-II local Supplier means a supplier or service provider, whose
goods, service or works offered for procurement, local content more
than 20% but less than 50%, as defined under Order.
Non- Local Supplier means a supplier or service provider, whose
goods, services or works offered for procurement, has local content
less than or equal to 20%, defined under order.
L1 means the lowest tender or lowest bid or the lowest quotation
received in a tender, bidding process or other procurement
solicitation as adjudged in the evaluation process as per the tender or
other procurement solicitation.
Margin of purchase preference means the maximum extent to which
the price quoted by a Class-I local supplier may be above the L1 for
the purpose of purchase preference.
Works means all works as per Rule 130 of GFR-2017, and will also
include turnkey works.
Purchase Preference
Subject to the provisions of this GOI Order and to instructions issued by the department, purchase preference shall be given to Class-I local supplier in procurements undertaken by procuring entities in the manner specified here under.
In the procurements of goods or works, the Class-I local supplier
shall get purchase preference over Class-II local supplier as well as
Non- local supplier, as per following procedure. As per requirement
here (In this RFP), the supply & service cannot be divided, hence it
will be ordered as whole system.
i) Among all qualified bids, the lowest bid will be termed as L1. If L1
is Class-I local supplier, the contract for full quantity will be awarded
to L1.
ii) If L1 bid is not a Class-I local supplier, 50% of the order quantity
shall be awarded to L1. Thereafter, the lowest bidder among the
Class-I local supplier will be invited to match the L1 price for the
remaining 50% quantity subject to the Class-I local suppliers quoted
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 50
price falling within the margin of purchase preference, and contract
for that quantity shall be awarded to such Class-I local supplier
subject to matching the L1 price. In case such lowest eligible Class-I
local supplier fails to match the L1 price or accepts less than the
offered quantity, the next higher Class-I local supplier within the
margin of purchase preference shall be invited to match the L1 price
for remaining quantity and so on, and contract shall be awarded
accordingly. In case some quantity is still left uncovered on Class-I
local suppliers, then such balance quantity may also be ordered on
the L1 bidder.
In the procurements of goods or works, which are not divisible in
nature, and in procurement of services where the bid is evaluated on
price alone, Class-I local supplier shall get purchase preferences over
Class-II local supplier as well as Non-local supplier, as per following
procedure:
i) Among all qualified bids, the lowest bid will be termed as L1. If L1 is
Class-I local supplier, the contract will be awarded to L1.
ii) If L1 is not Class-I local supplier, the lowest bidder among the
Class-I local supplier, will be invited to match the L1 price subject to
Class-I local suppliers quoted price falling within the margin of
purchase preferences, and the contract shall be awarded to such
Class-I local supplier subject to matching the L1 price.
Class-II local supplier will not get purchase preference in any
procurement, undertaken by procuring entities.
Margin of Purchase Preference: The margin of purchase preferences
shall be 20%.
Verification of local content:
a) The Class –I local supplier/ Class-II local supplier at the time to
tender, bidding or solicitation shall be required to indicate percentage
of local content and provide self-certification that the item offered
meets the local content requirement for Class-I local supplier/ class-
II local supplier as the case may be. They shall also give details of the
location(s) at which the local value addition is made.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 51
b) In cases bid value in excess of Rs. 10crores, the Class-I local
supplier/Class-II local supplier shall be required to provide a
certificate from the statutory auditor or cost auditor of the company
(in the case of companies) or from a practicing cost accountant or
practicing chartered accountant (in respect of suppliers other than
companies) giving the percentage of local content.
False declarations will be in breach of the code of Integrity under Rule
175(1)(i)(h) of the General Financial rules for which a bidder or its
successors can be debarred for up to two years as per Rule 151 (iii) of
the general Financial Rules along with such other actions as may be
permissible under Law.
A supplier who has been debarred by any procuring entry for
violation of this order shall not be eligible for preference under this
order for procurement by any other procuring entity for the duration
of the debarment. The debarment for such other procuring entities
shall take effect prospectively from the date on which it comes to the
notice of other procurement entities, in the manner prescribed.
Any bidder from a country which shares a Land border with India will
be eligible to bid in this tender only if the bidder is registered with the
Competent Authority.
“Bidder” (including the term ‘tenderer’, 'consultant or ‘service
provider’ in certain contexts) means any person or firm or company,
including any member of a consortium or joint venture (that is an
association of several persons, or firms or companies) every artificial
juridical person not falling in any of the descriptions of bidders stated
hereinbefore, including any agency branch or office controlled by
such person, participating in a procurement process.
"Bidder from a country which shares a land border with India” for the
purpose of Order means: -
a) An entity incorporated, established or registered in such a country; or
b) A subsidiary of an entity incorporated established or registered in
such a country; or
c) An entity substantially controlled through entities incorporated
established or registered in such a country or
d) An entity whose beneficial owner is situated in such a country; or
e) An Indian (or other) agent of such an entity; or
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 52
f) A natural person who is a citizen of such a country; or
g) A consortium or joint venture where any member of the consortium
or joint venture falls under any of the above
The beneficial owner for the purpose of (iii) above will be as under:
In case of a company or Limited Liability Partnership, the beneficial
owner is the natural person(s), who whether acting alone or together
or through one or more juridical person has a controlling ownership
interest or who exercises control through other means
An “Agent” is a person employed to do any act for another, or to
represent another in dealings with third person
The successful bidder shall not be allowed to sub-contract works to
any contractor from a country which shares a land border with India
unless such contractor is registered with the Competent Authority.
Certification by Tenderers
“I have read the clause regarding restrictions on procurement from a
bidder of a country which shares a land border with India; I certify
that this bidder is not from such a country or, if from such a country,
has been registered with the competent Authority. I hereby certify
that this bidder fulfils all requirements in this regard and is eligible to
be considered [where applicable, evidence of valid registration by the
competent Authority shall be attached.]”
Certification by Tenders for Works involving possibility of sub-
contracting
“I have read the clause regarding restrictions on procurement from a
bidder of a country which shares a land border with India and on
sub-contracting to contractors from such countries, I certify that this
bidder is not from such a country or, if from such a country, has
been registered with the Competent Authority and will not sub-
contract any work to a contractor from such countries unless such
contractor is registered with the Competent Authority. I hereby certify
that this bidder fulfils all requirements in this regard and is eligible to
be considered. [Where applicable, evidence of valid registration by the
Competent Authority shall be attached.]".
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 53
22.Annexure-II: Guideline specifications for individual
components
Specifications of 1:2 Ku-Band Redundant LNA System
S.No. Parameter Specification Value
RF Characteristics
1. Frequency 10.7 to 12GHz
2. Noise temperature 80 K max. (Including LNA &
Switching)
3. Gain 60 dB min.
4. Gain flatness over the band ± 0.5 dB over 40MHz
5. Input VSWR 1.25: 1
6. Output VSWR 1.4: 1
7. I/P interface WR 75 CPR (G), (Standard feed
interface dimensions)
8. O/P interface N type (female) connector
9. Power O/P (1 dB compression) + 10 dBm min
10. Maximum Input power 0 dBm
11. The redundant LNA should automatically switch from faulty LNA.
Others
12. Operating Power Supply AC 230 volts, 50 Hz, dual inbuilt
power supply in control unit.
LNA power supply shall be extended
through control cable along with
other control signals.
13. MTBF >40000Hrs
14. Control Unit shall be 19-inch rack mountable.
General
15. Suitable front panel Human Machine Interface (HMI) (Display and Control)
shall be provided for LNA controller.
Specifications of IF to L-Band Up-converter S.No. Parameter Specification Value
FREQUENCY
1.
Range
950 – 2200 MHzor compatible with input frequency band of LTWTA (multiple LO may be part of solution). However, the total solution should meet the required transmit frequency
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 54
band (12.75-14.0 GHz).
2. Conversion Dual, No Inversion
3. Step Size 1 KHz
4. Stability (Time) 5X10–9/Day
5. Stability (Temp) 2X10–8 over 0 to 50 Deg. C
IF INPUT CHARACTERISTICS
6. Frequency Range 52 – 88 MHz (7018 MHz)
7. Return Loss 18 dB Minimum
8. Impedance 50 2 Ohms
9. Connector BNC (F)
RF OUTPUT CHARACTERISTICS 10. Output Level + 10 dBm @ 1 dB Comp.
11. Spurious
Non–Carrier: – 70 dBm or less Carrier: –60 dBc or less at 0dBm
output
12. Third order Intermod
-60 dBc min. (2 Carriers 1MHz apart) @ -10 dBm Output power
13. Impedance 50 2 Ohms
14. Connector N-type (F)
15. O/P Return Loss 15 dB Minimum
TRANSFER CHARACTERISTICS
16. Gain 25 dB min.
17. Gain Adjust 0–25 dB in 0.1 dB steps
18. Gain Stability 0.25 dB/Day
19. Gain Flatness
( 18 MHz) 0.5 dB
20. AM to PM Conversion 0.1 Deg/dB @ - 5 dBm Output
21.
External Reference
10 MHz @ +/- 3 dBm. In presence of external ref signal, the unit shall lock to the external ref automatically
22. Phase noise
1kHz: – 79 dBc/Hz or less
100kHz: – 102 dBc/Hz or less
23. Remote Control
TCP/IP (LAN) (serial port optional)
24.
Test Points (Front Panel)
RF sample: SMA (F) /N (F) or suitable arrangement for testing points
IF Sample: BNC(F) or suitable arrangement for testing points
25. Front Panel Indications Power On
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 55
Mute On / Off Local / Remote Faults & Stored faults
26. Power (Power ON switch to be
provided)
Voltage: 230VAC
Frequency: 50 Hz
27. Power chord suitable for Indian standard power sockets/outlets shall be provided with each unit.
28. Environmental
Temperature: 0 – 50 Deg C
29. Physical 19 Inch Rack Mountable
30. MTBF >40000Hrs
General 31. Suitable front panel Human Machine Interface (HMI) (Display
and Control) shall be provided.
Specifications of 750 W Ku-Band Linearised TWTA
S.No Specifications
1. Frequency of operation: 12.75 to 14GHz
2. Output Power: TWT- 750-Watt CW min. Amplifier Flange- 650-Watt min.
3. Gain: 70 dB min. at rated power output
4. RF Level Adjust Range: 0 to 25 dB (0.1 dB steps)
5. Gain Stability: ± 0.25 dB/24 hr max. (at constant drive and temp.)
6. Small Signal Gain Slope: ± 0.04 dB/MHz max.
7. Small Signal Gain Variation: 1 dB pk-pk across any 80 MHz band 5.5 dB pk-pk max. across 1.75 GHz band (with linearizer)
8. Input VSWR :1.5:1 max with BUC
9. Output VSWR: 1.3:1 max
10. Load VSWR: 2.0:1 max. Operational
11. Phase Noise: As per IESS-308/309 Phase Noise Profile and better
12. AM/PM Conversion: 2.5°/dB max. for a single carrier at 5 dB below
rated power
13. Harmonic Output: - 60 dBc at rated power
14. Noise and Spurious: <-150 dBW/4 kHz, 10.70 to 12.7 GHz <-60 dBW/4 kHz passband with BUC and lineariser
15. Intermodulation: - 25 dBc max. with two equal carriers at 5 dB back
off
16. Primary Power:230 V AC, 50 Hz, single phase
17. Power factor: 0.95 min
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 56
18.
Environmental (Operating) Ambient Temperature: 0°to+50°Coperating
0° to +70°C non-operating
19. Relative Humidity:Upto 100% condensing
20. Altitude: 10,000 ft. max. above MSL
21. Shock and Vibration: Normal transportation
22. Mechanical Cooling (TWT): Forced air
23. RF Input Connection: Type-N (F)
24. RF Output Connection: Waveguide, WR-75 (G)
25. RF Monitor: Type-N Female
26. MTBF:>40000Hrs
27. Mounting: Outdoor antenna hub mountable
28. The unit shall have Ethernet interface for M&C purpose or
controlling remotely.
29. Unit shall have internal reference and in presence of external
reference ,lock to external ref.
30. Suitable AC power chords shall be provided for each unit.
Specifications of Ku to IF Down-converter S.No. Parameter Specification Value
FREQUENCY
1. Range 10.7-12 GHz
2. Conversion Dual, No Inversion
3. Step Size 1 KHz
4. Stability (Time) 5X10–9/Day
5. Stability (Temp) 2X10–8 over 0 to 50 Deg. C
RF INPUT CHARACTERISTICS 6. Return Loss 19 dB Minimum
7. Impedance 50 2 Ohms
8. Connector N-type (F)
9. Noise Figure
13 dB Max or better at min. attenuation/ max. gain
IF OUTPUT CHARACTERISTICS
10. Frequency Range 52 – 88 MHz (7018 MHz)
11. Output Level
+10 dBm or more @ 1 dB Comp.
12. Spurious
Non–Carrier: – 70 dBm or less Carrier: –60 dBc or less at
0dBm output
13. Intermod
-58 dBc min. (2 Carriers 1MHz apart) @ 0 dBm
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 57
Output power
14. Impedance 50 2 Ohms
15. Connector BNC (F)
16. O/P Return Loss 20 dB Minimum
TRANSFER CHARACTERISTICS 17. Gain 40 dB min.
18. Gain Adjust 0–20 dB in 0.25 dB steps
19. Gain Stability 0.25 dB/Day
20. Gain Flatness
( 18 MHz) 0.5 dB
21. Image Rejection - 80 dB (In-band)
22.
External Reference
10 MHz @ +/- 3 dBm. In presence of external ref
signal, the unit shall lock to the external ref
automatically
23. Phase noise
1kHz: – 78 dBc/Hz or less
100kHz: – 95 dBc/Hz or less
24. Remote Control
TCP/IP (LAN) (serial port optional)
25. Test Points (Front Panel)
RF sample: SMA (F) /N (F)
IF Sample: BNC(F)
26.
Front Panel Indications
Power On Mute On / Off Local / Remote
Faults & Stored faults
27. Power (Power ON switch to be
provided)
Voltage: 230VAC
Frequency: 50 Hz
28. Power chord suitable for Indian standard power sockets/outlets shall be provided with each unit.
29. Environmental Temperature: 0 – 50 Deg C
30. Physical 19 Inch Rack Mountable
31. MTBF >40000Hrs
General
32. Suitable front panel Human Machine Interface (HMI) (Display and Control) shall be provided.
Specifications of Test Loop Translator S.No. Parameter Specification
RF SPECIFICATIONS
1. I/P Frequency 12.75-14 GHz
2. O/P Frequency 10.7-12 GHz
3. LO Frequency 2050 MHz and capable of taking external LO input
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 58
4. LO Step size 1 KHz
5. Phase Noise a) 1 KHz: -85 dBc/Hz b) 100 KHz: -105 dBc/Hz
6. I/P Return loss (dB) 18 min
7. O/P Return loss (dB) 18 min
8. Impedance: 50 ohm
9. Conversion Single Conversion, No Inversion
10. Max. Input Damage Level +8 dBm
FUNCTIONAL
11. Conversion loss 18 dB Max.
12. Amplitude response 0.5 dB over any 40 MHz
1.5 dB over O/P frequency band
13. Frequency stability 110-6 (0 to 50 C)
14. Level control 25 dB Min.
15. Intermodulation distortion
With two in-band I/P signals at –13 dB, third order inter-modulation products are less than 45 dBc.
16. I/P and O/P isolation 60 dB Min.
17. O/P Mute Facility From Local/Remote to be provided
18. Type Outdoor Mount
Additional Function
19. 10 MHz reference configuration: Automatic reference selection from internal to External 10 MHz source at 0+/-3dBm.
20. Remote control TCP/IP over Ethernet, RJ45 connector
PRIMARY POWER REQUIREMENTS
21. Voltage 230V
22. Frequency 50 Hz
ENVIRONMENTAL: OPERATING
23. Ambient temperature 0 to +50 C
24. Shock and Vibration Normal handling by commercial carriers
25. MTBF >40000Hrs
General
26. Suitable power cord for outdoor mount shall be provided with each unit.
Specifications of Signal Generator
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 59
S.No. Parameters Specifications
1 Frequency Range 250 KHz to 43 GHz or better
2 Frequency Resolution 1 Hz or better
3 Sweep List sweep and Step sweep
4 Reference Frequency Input & Output
10 MHz
5 Aging ≤ 3x10-8/ year or better
6 Max. Levelled output power ≥ + 9 dBm or more
7 Step attenuator 90dB in 10 dB steps or better
8 Modulation Internal AM, FM, Pulse, Phase Modulations with provision for external input for all modulations
9 SSB Phase noise @ 20 kHz frequency offset
- 95 dBc / Hz or better at max frequency
10 RF Output connector K type ,50 Ohms, if required suitable adapters may be provided
11 Remote interface LAN /USB
12 Power supply 230V, 50Hz
13 Operating temperature range 0 to 50-degree C
15 Rack mount kit with handles Suitable for 19” rack
Specifications of Spectrum Analyser
S.No. parameter Specification
1 Frequency Range 250 kHz to 43 GHz or better
2 External Reference frequency 10MHz
3 Aging Rate ±1X10^-7/year or better
4 Frequency Counter Resolution 1Hz or better
5 Frequency span 0 Hz(Zero span), 10Hz to max
frequency
6 Spectral purity at CF=1GHz,
SSB Phase Noise @10KHz offset
< -98 dBc/Hz
7 Sweep Time: Span>/= 10Hz Span=0 Hz
1 ms to 4000 s 10 micro s to 6000 s
8 Resolution& Video Bandwidth 1 Hz to 8 MHz in steps
9
Max. Input level for Protection: & for measurement
+30 dBm or better +20 dBm or better
10 Reference level setting -130dBm to +20dBm in 0.01dB steps
11 Displayed Average Noise Level < -120 dBm for entire range
12 Input attenuator 0 to 60 dB in 2 dB steps or better
13 VSWR <2.0
14 Display Scale units dBm, dBmV, dB micro V, dBmA, dB
micro A, V,W,A
15 No. of markers 12 or more
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 60
16 Traces 6 or more
17 Display ≥ 8 inches
18 Measurement features
C/N Ratio, Adjacent Channel Power & Occupied Bandwidth, Channel Power measurement, TOI, Harmonic distortion, Phase noise measurement
19 Input Connector K type, 50 Ohms, if required suitable
adapters may be provided
20 Interfaces
1000 Base T-LAN for Remote Control, USB 2.0(Both type-A & type-B) for supporting printer and flash drives
21 Remote programming language SCPI
22 Operating Temperature 0 to 50-degree C
23 Power Requirement 230 V ,50 Hz
25 Rack mount kit with handles Suitable for 19” rack
Specifications for Power Meter, Power Sensor, Extended sensor cable
Power Meter
S.No. Description Specification
Note: Power meter is not essential if power sensor is LAN based & suitable display panel should be provided in the RF rack.
1 Frequency Range 50 MHz to 43 GHz or better (Sensor dependent)
2 Power range - 70 to +20 dBmor better (Sensor dependent)
3 Number of channels 2
4 Inputs On Front Panel
5 Power Display units
Absolute: dBm, dBµV and Watts Relative: Percent and dB
6 Power Display resolution
0.001 dB or better
7 Accuracy ± 0.02 dB or better
8 Reference Calibrator 50 MHz, 1 mw with ±1.2%
9 Interfaces LAN /RS 232
10 Programming language SCPI compatible
11 Operating temperature range
0 to 50-degree C
12 Power supply 230V, 50Hz
13 Rack mount Kit with handles
Suitable for 19” rack
Power Sensor
1 Frequency range 50 MHz to 43 GHz
2 CW Dynamic Range -70 dBm to +20 dBm or better in a single sensor in CW power mode
3 RF connector K type, 50 ohms, if required suitable adapter may
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 61
be provided.
4 Sensor Cable Standard 1.5m sensor cable.
5 VSWR <1.63 over full frequency band
6 Maximum input power + 23dBm or better
Extended Sensor Cable (if applicable)
1 Sensor Cable length 50 m
2 Connector K type, 50 ohms
8x8 IF-band Fan-in/Combining Switch Matrix
SI No. Parameter Specification
1. Capacity 8 inputs x 8 outputs
2. Routing
Combining, DC blocking, Individual card for each
input and output.
Full Fan-in Matrix (or fully combining matrix): any
input can be routed to any output. Many inputs
can be routed to each output. Each input can
only be routed to one output.
3. Frequency Range 70±20 MHz (IF)
4. Gain Flatness 50-
90 MHz
±1 dB or better
5. Gain 0 dB ± 1 dB nominal
6. Input Return Loss 18 dB or better
7. Output Return
Loss
18 dB or better
8. 1 dB Compression +5 dBm or better
9. Noise Figure 22 dB or better
10. OIP3 +15 dBm or better
11. Port-Port Isolation
I/P – O/P: 65 dB or better
I/P – I/P: 65 dB or better
O/P – O/P: 65 dB or better
12. Local Control HMI Touchscreen or VGA Display with front panel
key
13. Remote Control Ethernet (RJ45), SNMP and web browser interface.
Individual Ethernet monitoring for each CPU
must be possible. Remote Monitoring & Control
software should be provided.
14. Operating
temperature
0 to 45˚C or better
15. Matrix Cards Single (one per input and one per output), Hot-swap.
Failure in one card should result in loss of only one
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 62
output
16. CPU Dual redundant, Hot-swap
17. PSU Dual redundant, Hot-swap
18. AC Power Dual Input AC Sockets
230 V 50Hz
19. Power failure In case of power failure in both AC sources, and
shutting down of the matrix, on turning it back
–the matrix should retain the same settings as
earlier, i.e. prior to the power shutdown
20. Alarms Continuous monitoring of amplifiers, CPU and PSUs
must be possible and any faults should result in
an alarm on front panel and remotely. Alarm
should report the fault down to the component
level.
21. Dimensions 19” Rack type
22. Connectors and
impedance
BNC-F, 50 ohms
25. ISO Certification is a must
26. The Product should be Off-the-Shelf.
27.
Interface Control Document (ICD) of the unit shall be provided.
8X8 Switch Matrix Full Fan out/Distributive Switch Matrix
S.No. Parameter Specification
1. Capacity 8 Inputs x 8 Outputs
2. Routing
Individual card for each input and output. Distributive, Non-blocking
Any input can be routed to any output. Many outputs can be connected to one input. Each output can only be routed to one input.
3. Frequency
Range 70 MHz ±20MHz (IF)
4. Flatness 50-90
MHz ±1 dB or Better
5. Gain 0dB ± 1dB
6. Input Return
Loss 18 dB or Better
7. Output Return
Loss 18 dB or Better
8. 1 dB
Compression +5 dBm or better
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 63
point
9. Noise Figure 18 dB or Better
10. Input Signal
level 0 dBm to -70 dBm
11. Port-Port Isolation
I/P - O/P: 65 dB or Better
I/P - I/P: 65 dB or Better
O/P - O/P: 65 dB or Better
12. Local Control HMI Touchscreen or VGA Display
13. Remote Control
Ethernet(RJ45), SNMP and web browser interface. Individual Ethernet monitoring for each CPU must be
possible. Remote Monitoring & Control software should be provided.
14. Operating
temperature 0 to 45˚C or Better
15. CPU Dual redundant, Hot-swap
16. PSU Dual redundant, Hot-swap
17. AC Power Dual Input AC Sockets, 230 VAC 50Hz
18. Power failure
In case of power failure in both AC sources, and shutting down of the matrix, on turning it back -the matrix
should retain the same settings like routing path, IP Address etc. as earlier, i.e. prior to the power
shutdown
19. Alarms
Continuous monitoring of amplifiers, CPU and PSUs must be possible and any faults should result in an alarm on front panel and remotely. Alarm should report the
fault down to the component level.
20. RF Path I/O
Cards Failure in one card should Result in loss of only one path
21. Dimensions 19” Rack type
22. Connectors
and impedance
BNC-F, 50 ohms
23. ISO Certification is must.
26 The Product should be Off-the-Shelf.
27 Interface Control Document (ICD) of the unit shall be provided.
GNSS based Time and Frequency System.
S/N Parameter Specifications
1. Description
GNSS (GPS or IRNSS) based Time and Frequency Rx
along with Frequency and time distribution
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 64
units&NTP server
2 Position and Time Accuracy
i Position
Accuracy
Latitude, longitude, altitude within 10 meters.
ii Timing
Accuracy 1
PPS
<20ns RMS to UTC
iii Frequency
Accuracy
1x 10^-12 when tracking satellites
iv Oscillator Low phase noise OCXO Oscillator
Phase Noise of High Stability OCXO or equivalent
dBc/Hz @ 10 MHz:
10 Hz: -130 or better,
10 KHz : -150 or better,
3 Outputs
i Time Code
Output
Should be compatible with Time code reader and Time
distribution unit
ii 10 MHz Sine Wave Output shall be provided. And should be compatible
with frequency distribution unit for giving 10 MHz reference to all the
RF equipment wherever applicable.
4 Frequency& time distribution unit shall have atleast 10 output ports/unit.
Time code reader
S.No.
parameter Specification
1. Time code format should be compatible with Time Rx/ distribution unit
2. LED colour Red
3. Character height 4 inch / 1 Inch
5. Display format Days: Hours: Minutes: Seconds
Specifications for IF over Fibre Transceiver
S.No. Specifications
1. Chassis Modular Construction for housing Transmitter, Receiver in Single
Chassis
2. Dual Redundant Power Supply Modules for Chassis
3. 19” Rack Mountable. With minimum 12 or more slot, it should accommodate Tx,Rx module with Dual redundant power supply: 230V/50Hz.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 65
4. Remote Monitoring and control: SNMP control of Modules over Ethernet port. RJ45 local monitoring LED or LCD display.
Transmitter channel specifications
5 Number of Transmission channels
4 No. (Can be provided either as One or Two Channels
per Module)
5.1 Input Frequency 50MHz to 200MHz
5.2 RF connector 50 Ohms BNC Female
5.7 Wavelength 1100 to 1600 nm
5.8 Input return loss: 15 dB or Better
5.9 Noise Figure 13 dB or Better
6.0 SFDR 100 dB/Hz2/3 or better
6.1 Optical connectors SC/APC (angle polished)
Receiver Module Specifications
7 Number of Receive Channels 4 No (Can be provided either as One or Two channels per module.)
7.1 Wavelength 1100to 1600 nm
7.4 Output Frequency 50MHz to 200MHz
7.7 RF connector 50 Ohms BNC Female
7.9 Output return loss 15dB or Better
8.0 Noise Figure 13 dB or Better
8.1 SFDR 100 dB/Hz2/3 or better
8.1 Optical connectors SC/APC (angle polished)
General Features
9 Suppliedproduct like Tx, Rx, should be CE and CSA certified, RoHS OR ISO certification
10 All modules should be hot swappable
12 Operating Temperature 0 to 50 Deg. C or better
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 66
Specifications for 19” FLOOR STANDING RACKS
S.No. Parameter MCF Specification
1. Type 19-inch floor standing steel racks / cabinets
2. Usable height 42 U (1U=44.4 mm)
3. Depth 900 mm
4. Frame Made out of 9 fold of 1.6mm sheet steel/Aluminium
extrusion
5. Racks shall have removable & lockable rear and side panels.
6. Top cover Made out of 1.6mm CRCA sheet with louvered for air
exhaust
7. Load capacity 500 kg
8. AC Power channel
Two nos of AC power boards, each having modular type 6 nos of 5A, 3 pin sockets of Make MDS/ROMA/CRABTREE. It should be fixed vertically at backside (Single side)
9. Earthing strip
Full length tin coated earthing copper strip of cross section size 25x3 mm to be provided &isolated for continuity point of view. M4 tapped holes to be provided at equal intervals (50 mm) all along the strip.
10. Cable channel
Cable channel with cabling loops of dimensions height 75 mm and depth 45 mm made out of PVC(
flexible & Unbreakable) to be fitted vertically at back side of the rack for full length.
11. Cooling arrangements
Fan housing unit with 4 nos of Fans of size 6 inch fitted at underneath of top cover for air exhaust. Totally wired with suitable indication. Fans shall
have low acoustic noise.
12. Colour Standard Grey for the frames
Specifications of Weather Monitoring Station
Automatic Weather Station (AWS) shall have the capability to measure six essential meteorological parameters viz.:
1. Air Temperature2. Relative Humidity 3. Barometric Pressure4. Anemometer (Wind Sensor) 5. Wind Direction6. Rainfall.
The AWS shall be offered with remote weather display console to display
above parameters in real time. Data-logger with Serial/LAN interface along with 75m interface cable shall be provided for logging and displaying the above meteorological parameters. The details specifications of each sensor are provided below.
Meteorological Sensors/Measurements
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 67
1. Air Temperature Sensor
Parameters Values
Range - 40 °C to + 60°C or better
Accuracy ± 0.1°
Resolution 0.1° C
Units of Measure °C (Degree Celsius)
2. Relative Humidity Sensor
Parameters Values
Range 0 to 100% RH
Accuracy ± 2 %
Resolution 1% RH
Units %RH
3. Barometric Pressure Sensor
Parameters Values
Range 650 – 1100 hPa
Accuracy ± 0.3 hPa
Resolution 0.01 hpa
4. Anemometer (Wind Sensor)
Parameters Values
Range (Wind Speed) 0 to 60 m/sec
Accuracy ±0.35 m/sec for speed ≤ 10 m/sec ± 2% for speed ≥ 10 m/sec
Resolution 1.0 unit
Units of Measure Wind Speed: m/s and km/h
5. Wind Direction
Range 0 – 359°
Accuracy ± 1°
Resolution 1°
Units Displayed East, West, North, South, N-E, N-W, S-E & S-W
6. Rain Fall Sensor
Parameters Values
Type Professional Quality Tipping Bucket Rain Gauge or Impact Sensor or Optical Sensor
Catchment Area 200 cm2 min.
Accuracy 2% up to 25mm/hr
Resolution 0.1 mm per Tip
Units of Measure Rain-rate in mm/hr and Rainfall
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 68
accumulation
Measurement Data Rate Configurable Rate (1s, 10s, 1m etc.)
Automatic Weather Station (Main Unit) Display Console/Software
Parameters Values
Real Time Display Console/Platform
Software based display system & capacity to store minimum two years of meteorological data.
Data Collection Platform/Data-logger
GNSS based Digital Data logger with inbuilt memory and support for using external memory like Pen drive.
Data logger should provide site location and timing information.
Output Interface Ethernet& configured with M&C
Power Supply 230V, 50 Hz
Operating Temperature 0°C to +50°C
Operating Humidity 0% to 100% humidity
Sensor Module Software Bidder shall provide real-time display software. It should be capable of retrieving the data from the solid state recorder and present the data in spreadsheet format. The software should also generate reports (Daily/Weekly/Monthly and Yearly) in Word or PDF or any other similar format.
Specifications for Integrated Baseband System
Overall Configuration of the Unit (block Diagram Enclosed below)
1 Number of IF Receivers: 3 Numbers.
One Rx Attached with Ranging Unit.
Two Rxs - each attached with 2 Demodulator chains
2 Number of Sub Carrier Demodulators : 4 No
All Demodulators equipped with CCSDS Viterbi/RS Decoding
3 Number of Modulators : 2 No
4 Number of Command Units : 1 No
5 Number of Ranging Units : 1 No
6 Number of Telemetry Simulator : 1 No
7 Full-fledged Monitoring and Control software (Graphical User Interface) should be
provided.
8 Should accept IRIG-B Time code for time stamping, Telemetry and Ranging data
9 Should accept external Reference source 10 MHz frequency
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 69
10 Unit should act as telemetry server with minimum 24 clients or More
11 TCP/IP Interface: all data (Telemetry, Ranging, Commanding, Monitoring and control, Receiver input level) should be available through Ethernet port 10/100 Mbps. (TCP/IP protocol) which is compatible with MCF Mission software.
Block Diagram
1.0 IF Receiver: 1 Number of IF Inputs : 3 No
2 Each IF Receiver should be individually capable of selecting any of the three Inputs.
3 Operating Mode: FM/PM,BPSK,QPSK,OQPSK selectable
4 No of IF Receivers:3 ( IFR-1,IFR-2 and IFR-3 )
5 Input Frequency:60 to 78 MHz or better
6 Input level:-25 to -100 dBm or better
1.1 PM Demodulation
7 PLL Type: 2nd order
8 Acquisition & tracking range : +/- 10 to +/- 500 kHz
9 Loop bandwidth :100Hz, 300Hz, 1000Hz, 3000Hz
1.2 Demodulation at Baseband
10 Sub carrier Demodulation : BPSK
11 BPSK Sub-carrier frequency: < 128 kHz (Programmable)
12 BIT Rate :100 bps to 25 kbps or better ( Programmable)
13 Number of sub-carriers chains:4
14 PCM Decoding :NRZ-L/M/S
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 70
1.3 Frame Synchronization
15 Frame synchronization: Synchronization word size: 8 to 32 bit
16 Frame size: 10 to 2048 bytes
17 Frame checking: CRC (CRC16, CCITT) CRC Polynomial & CRC preset values should be user – programmable. Checksum
1.4 Direct PCM Demodulation
18 Demodulation: Direct BPSK, QPSK, OQPSK
1.5 Bit Synchronization for Direct PCM demodulation:
19 PCM decoding: NRZ-L/M/S
20 Bit rate: Programmable from 100 bps to 5 Mbps or better
1.6 CCSDS De-commutation (Required for all Demodulator Chains)
21 Scrambling
22 CCSDS (convolution decoder): Convolution code with maximum likelihood Viterbi decoding
23 RS Decoding: J= 8 bits per RS symbol E=16RS-symbol error correction capability with in a RS code word (coded to decoded information ratio = 223/255)
24 Symbol interleave factor: Auto-adjusted (frame length dependent)
25 Other characteristics: CCSDS recommendation 101.0-B-3
1.7 Telemetry Storage and Replay
26 Telemetry storage on hard disc: Time tagged frames or blocks
27 Telemetry replay: Yes
2.0 Satellite Commanding
1. TCU shall support CCSDS commanding standard
2. Subcarrier modulation: BPSK
3. PCM coding: NRZ-L/M/S, RZ
4. Bit rate: 10 to 10000 bps or Better
5. BPSK SCF:100Hz to 100kHz or Better
33 Idle pattern: Programmable length(1 to 16 bits)and contents
34 Preamble length:0 to 224 bits
3.0 Ranging (Tone Type)
1. Ranging Standards : ESA, ESA Like
2. Ranging tones :tone frequency : 1.78 Hz to 100 KHz programmable
3. Number of tones: 1 major tone, 1 to 6 minor tones
4. Integration time : 0.25 to 2.5 seconds
5. PLL Bandwidth(2 Bn) : 0.1 to 8 Hz
6. Ambiguity resolution :Yes
7. Distance measurement Resolution : 1 ns
8. Spectrum correction : +90°, -90°, 180°, None
9. Range Quality indicator.
4.0 IF Modulation
1. Number of modulator: 2 No. IFM-1. IFM-2
2. Modulation mode: FM ,PM, BPSK,QPSK,OQPSK (selectable)
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 71
3. Carrier frequency: 60 to 78MHz or better
4. External analog input :2 V to 3V p-p / 50 Ω
5. Frequency deviation:0 to + 500 kHz
6. Modulation index:0 to 2.5 radians
7. Output level: Nominal output 0 to – 80 dBm;
5.0 Time code decoding & Data Time Tagging
1. Input code: IRIG-B; Amplitude :0.1 to 6V p-p
2. Time tagged data logging messages: Telemetry, Doppler and Range data.
5.1 External Frequency Reference
3. Input port:1 or More
4. Frequency : 10 MHz sine
5. Acquisition range:>500Hz for 10MHz
6. Impedance :50 Ω
5.2 Internal Frequency Reference
7 Frequency:10MHz
6.0 Telemetry Simulator
1. Simulated Telemetry data source: Disk File, TCP/IP data stream Modulated in Real time, Replay Mode or PRBS mode. Suitable polynomial degrees should be used to generate different PRN codes.
2. Output : BPSK sine or direct PCM
3. Sub Carrier Frequency : 40 Hz to 128 kHz BPSK sine wave
4. Bit rate : 100 to 5 Mbps
5. PCM Coding : NRZ-L/M/S
6. Data Encoding: None, Scrambling, Viterbi inverted, Viterbi, Viterbi Inverted +Scrambling. Viterbi+ Scrambling. Optional: Turbo Encoder
7.0 Miscellaneous
1 Chassis Size: Less than OR equal to 4 U 19 " Rack Mountable.
2 Power 230V AC 50Hz.
3 Criteria for reliability: product shall have MTBF figure ≥ 40000 Hours.
Work stations specifications
Sl. No. Item Description
1. Type Workstation rack mount model, RHEL certified hardware. All the required device drivers for RHEL7
2. Processor One Intel Xeon, 6 Cores, 12 Threads, 3.20 GHz Processor or better
3. Memory 32 GB DDR4 memory or better
4. Graphics NVIDIA Quadro P200 (2 GB Graphics Memory) or better
5. Drive Controller SAS controller with RAID 1 compatible with offered hard disks.
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 72
6. Internal Storage 2x 600GB SAS/SATA SSD disks in RAID 1 configuration or better.
HDD shall not be returned to vendor during warranty replacement
7. Network Controller
One PCle network adaptor card dual port gigabit Ethernet (in addition to the integrated network adaptor port)
8. Optical Drive Internal DVD RW drive
9. Ports Minimum front :2 USB, rear: 4 USB, Audio in, out and Microphone
10. Monitor LED monitor with 1920x1080 resolution or better. Monitor should be of same OEM as workstation. Required OEM certified video cables and convertors
11. Peripherals USB Keyboard and USB optical mouse of same OEM as workstation.
12. Sound Integrated sound card and internal speaker with required multimedia drivers.
13. Tool less access Tool less access to access panel, optical drive, hard drives, expansion cards, processor sockets, memory and internal cables and connectors
14. Cooling Cooling fans for internal power supply.
15. Power Dual hot swappable Internal power supply with 80% or better efficiency, Power Supply rating: 220 volt/50 Hz.
16. Operating System
Redhat Enterprise Linux Workstation latest version with one-year standard support.
• Failed disk retention policy during contract period will be followed
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 73
List of CEPO approved brands:
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 74
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 75
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 76
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 77
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 78
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 79
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 80
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 81
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 82
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 83
RFP for 11m Ku Band FMA & RF Systems
Information Proprietary to MCF/ISRO Page 84