tender specification for maritime search and rescue ...dgdp.gov.bd/dgdp/ap_ten/s_doc/2528.pdf ·...

30
SECRET A-1 of 30 SECRET ANNEX A TO 06.06.0000.275.07.100.18 DATED: 17 SEPTEMBER 2018 TENDER SPECIFICATION FOR PROCUREMENT OF 01 X PT-6 AIRCRAFT SIMULATOR FOR BANGLADESH AIR FORCE (BAF) PART- 1: GENERAL INFORMATION AND BIDDERS’ RESPONSIBILITY Introduction 1. BAF has planned to procure 01 x PT-6 aircraft simulator in the financial year 2018-2019. The said simulator will be employed to train BAF pilots and ground crews of PT-6 aircraft. The system should be capable of fulfilling the reasonable future requirements with least modifications. Primary software and hardware component modules need to be unified within the framework of PT-6 aircraft. 2. For better understanding and to evaluate all the prospective bidders on the same platform, this Tender Specification has been divided into three parts. Prospective bidders are to comply with the requirements, terms and conditions mentioned in Part-1, Part-2 and Part-3 of the Tender Specification: a. Part-1 :General Information and Bidders’ Responsibility. b. Part-2 :Operational and Technical Specification (Essential and Optional). c. Part-3 :General Terms and Conditions. 3. In Part-2, there are essential and optional features/ items. Bidders failing to comply with essential features will be considered as disqualified. However, bidder has to quote the price of all the optional items but BAF will have the right to choose or discard some or all optional features/ items as per the requirement. Cost of optional features/ items will not be considered for determining financial competitiveness lowest bidder. Prospective bidders are to submit their offer in two envelops: a. Technical Offer. b. Financial Offer. 4. Bidders qualifying in technical offer will only be eligible for evaluation of their financial offers. On completion of technical evaluation, final selection of bidder will be done on the basis of financial competitiveness. BAF reserves the right to accept or reject any/ all offers without assigning any reason what so ever. Bidders shall quote all main equipment as mentioned in Part- 2 in foreign currency (USD) on FOB basis. Eligibility of the Bidders 5. Bidders are to participate in the tender through their local agent enlisted in the Directorate General of Defense Purchase (DGDP) in Bangladesh. Bidders are to be a reputed manufacturer of simulator or authorized by the manufacturer. If a bidder is a manufacturer, then the bidder is to submit an authentication certificate mentioning that they are the original manufacturer of simulator (mentioning brand and model of their produced simulator). If a bidder is not a manufacturer, then the bidder is to mention the name and address of the manufacturer and must

Upload: others

Post on 03-Aug-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-1 of 30

SECRET

ANNEX A TO 06.06.0000.275.07.100.18 DATED: 17 SEPTEMBER 2018

TENDER SPECIFICATION FOR PROCUREMENT OF 01 X PT-6 AIRCRAFT SIMULATOR

FOR BANGLADESH AIR FORCE (BAF)

PART- 1: GENERAL INFORMATION AND BIDDERS’ RESPONSIBILITY Introduction 1. BAF has planned to procure 01 x PT-6 aircraft simulator in the financial year 2018-2019. The said simulator will be employed to train BAF pilots and ground crews of PT-6 aircraft. The system should be capable of fulfilling the reasonable future requirements with least modifications. Primary software and hardware component modules need to be unified within the framework of PT-6 aircraft. 2. For better understanding and to evaluate all the prospective bidders on the same platform, this Tender Specification has been divided into three parts. Prospective bidders are to comply with the requirements, terms and conditions mentioned in Part-1, Part-2 and Part-3 of the Tender Specification: a. Part-1: General Information and Bidders’ Responsibility.

b. Part-2: Operational and Technical Specification (Essential and Optional).

c. Part-3: General Terms and Conditions. 3. In Part-2, there are essential and optional features/ items. Bidders failing to comply with essential features will be considered as disqualified. However, bidder has to quote the price of all the optional items but BAF will have the right to choose or discard some or all optional features/ items as per the requirement. Cost of optional features/ items will not be considered for determining financial competitiveness lowest bidder. Prospective bidders are to submit their offer in two envelops:

a. Technical Offer.

b. Financial Offer. 4. Bidders qualifying in technical offer will only be eligible for evaluation of their financial offers. On completion of technical evaluation, final selection of bidder will be done on the basis of financial competitiveness. BAF reserves the right to accept or reject any/ all offers without assigning any reason what so ever. Bidders shall quote all main equipment as mentioned in Part-2 in foreign currency (USD) on FOB basis. Eligibility of the Bidders 5. Bidders are to participate in the tender through their local agent enlisted in the Directorate General of Defense Purchase (DGDP) in Bangladesh. Bidders are to be a reputed manufacturer of simulator or authorized by the manufacturer. If a bidder is a manufacturer, then the bidder is to submit an authentication certificate mentioning that they are the original manufacturer of simulator (mentioning brand and model of their produced simulator). If a bidder is not a manufacturer, then the bidder is to mention the name and address of the manufacturer and must

Page 2: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-2 of 30

SECRET

submit manufacturer’s authentication certificate along with the offer to establish that they are authorized to participate in the tender process. 6. Each offer should contain only one type of simulator along with its accessories. One bidder may submit alternative offer. Each offer must be independent and complete in all respects. The bidder must provide Original Equipment Manufacturers (OEM) certificates of simulators and all other items at the time of delivery (if any) and same is to be shown to the pre-shipment inspection (PSI) team. Bidder’s Responsibility 7. It is the responsibility of the bidder to have valid Government Assurance Certificate that there is no restriction from the respective Government to export the offered simulator to Bangladesh and export permit will be issued to the bidder if contract is awarded. 8. Bidders are to comply with all the clauses of this tender specification and submit full specification and relevant documents in English, latest brochures for the simulator along with the offer. The information in the brochure needs to be self-explanatory and must support and validate the information mentioned in the tender specification. Deviation or variation of information between the brochure and formally offered documents would be treated as non-compliance. 9. Bidders are to provide detailed explanation of the technical matters if deemed necessary and cross-reference to relevant pages of their offer/ original supporting documents. Bidder is to provide performance/technical data, specific figures and information as asked against each condition of tender specification. In addition, bidders are to mention compliance/ non-compliance against each condition of tender specification. BAF reserves the right to reject those offers which merely mention ‘Complied/Agreed’ without highlighting required information/ data/ figures/ graphs as asked against each condition. 10. Bidders may request for clarifications on any issue relating to the information contained in the tender specification from Air Headquarters (Directorate of Plans) in writing with an information copy to DGDP and apply to DGDP for a meeting (if felt necessary) on pre-agreed schedule from Directorate of Plans and DGDP. 11. Pre-bid Meeting. Bidders may ask for a pre-bid meeting at Directorate of Plans, Air Headquarters within 04 (four) weeks from the day of floating the tender by DGDP. To attend meeting, bidder is to submit necessary information and bio-data including photographs of the team to Air Headquarters (Directorate of Plans) at least 03 weeks before the presentation for arranging necessary security clearance. The team should include members as appropriate but must be able to clarify issues related to operation and maintenance during meeting. Bidder may also visit to orient with cockpit of BAF PT-6 aircraft available at BAF MTR, Jessore and also the site where the simulator will be assembled for preparation of their offers/proposals with prior permission and on pre-agreed schedule from Directorate of Plans, Air Headquarters. The purpose of the meeting will be to clarify issues about the project of new simulator supply including installation and for clarifications on any issue relating to the information contained in the tender specification. 12. Evaluation Procedure. The bid proposals submitted by bidders will be evaluated primarily on the basis of (but not only) the following elements (not in any priority order). Lowest bidder will be determined from the tech accepted bidder. Lowest bidder will be calculated on the basis of supply and installation of simulator including mandatory item supply, service, training and TST support. In addition to hard copy, bidders are to submit the authenticated soft copy of the bidding proposal including compliance sheet:

Page 3: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-3 of 30

SECRET

a. Compliance to eligibility criteria for bidding.

b. Responsiveness and compliance to the ‘Technical Specifications’ and ‘General Terms & Conditions’.

c. Presentation by bidders at BAF Headquarters. d. Bidders’ international standard certification. e. Financial competitiveness. 13. Presentation by Bidders. The bidder may be required to give a presentation at BAF Headquarters any time specified by BAF after submitting the offer at bidder’s expense. In that case, bidder is to submit necessary information, bio-data and photocopy of valid passport including photographs of the team members to Air Headquarters (Directorate of Plans) at least 03 weeks before the presentation. The presentation may cover all relevant aspects than those which have been covered in the bidder’s proposal, while must include a video clip of the simulator for PT-6 manufactured before including start up to switch off after flying a mission as appropriate. 14. Additional Features Offered by the Bidders. Bidders may suggest and/ or offer additional features for the system to tender schedule. In this case, bidders have to explain the detailed advantage of that/those features of the system in detail. 15. BAF reserves the right to accept or reject any bid or to annul the bidding process and reject all bids at any time prior to contract award (without thereby incurring any liability to the bidders).

Page 4: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-4 of 30

SECRET

PART-2: OPERATIONAL AND TECHNICAL SPECIFICATION ESSENTIAL REQUIREMENTS

Operational Requirements 16. The offered PT-6 aircraft simulator must be a Full Mission Simulator (FMS) compatible with military grade. 17. Operational Principle. The following principles should lie in the basis of the simulator construction:

a. Open Architecture. It is to enable using different IBM compatible computers and other standard components to enhance simulator reliability and performance characteristics using standard data exchange protocols, organizing the interaction of the simulator software modules with regard to the implemented configuration, including number of workstations and the performed procedures. b. Object Oriented Development.

(1) A system allowing for timely continuous updating of FMS hardware and programming consistent with aircraft modifications. (2) Self-testing for FMS hardware and programming to determine compliance with the FMS performance tests. Evidence of testing shall include FMS number, date, time, conditions, tolerance and the appropriate dependent variables portrayed in comparison with the aircraft standard. (3) The FMS operator shall submit a Qualification Testing Guide (QTG) in a form and manner acceptable to the competent authority. A recording system shall be provided that will enable the FMS performance to be compared with QTG criteria. (4) FMS computer capacity, accuracy, resolution and dynamic response sufficient for the specifications mentioned in this tender. (5) Daily preflight documentation either in the daily log or in a location easily accessible for review.

18. Operational Task. The offered simulator must be able to provide positive training to PT-6 aircraft pilots. The FMS is to enable practicing flight crew actions in normal, adverse and emergency flight situations on a real-time basis in accordance with the PT-6 aircraft flight manual. The simulator is to enable:

a. Simulation of all checks starting from pre-start up to shut down as per PT-6 aircraft check list. b. Taxi of aircraft on ground. c. Take off and landing including all types of circuits (Normal, flapless, bad weather etc). d. Acceleration, deceleration (Range 0-350 kph). e. Rate of climb and descent (Range 0-10 meter/ second).

Page 5: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-5 of 30

SECRET

f. Engine speed (RPM Range 0 to 3000). g. Boost range 300-1600 mm Hg P, including real time sound of PT-6 engine (Housai-6A). h. Inter link between Boost and RPM (Rotation per minute) as of PT-6 aircraft. j. All exercises/aerobatics of a General Flying mission like turnings, stall, spin etc. The aerobatics must include complete looping maneuver, 360 degree maximum rate turns, combination of both, Cuban-8, Split-S, Stall Turn, Clover leaf, Derry turn etc. The simulator should be able to perform exercises involving rotation in all three axes (e.g. Longitudinal, Lateral and Vertical) or in combination. The engine performance and aerodynamic flight characteristics of the simulator is to be as of PT-6 aircraft. Trimmer must function properly to trim off the flight control air loads. k. All exercises of Instrument Flying and instrument approach. l. Visual Flight Rules (VFR) and Instrument Flight Rules (IFR) navigation. m. Night flying in simulated night environment. All the flight control should synchronize with the individual instrument movement without delay. n. Formation flying (there should be provision for controlling formation flying independently from both the aircraft). p. All actions for different types of emergencies related to PT-6 aircraft as per aircraft check list. This should include any combination of multiple emergency and provision for new emergencies other than emergencies given in the PT-6 check list. q. Real time flying feeling of noise/ sound, sense in all engine and flight controls. f. Synchronization of all engine controls (RPM, Boost) with throttle movement. Also synchronization of all flight controls through control column input to single control or in combination of controls (aileron, elevator and rudder).

19. Operational Compliances.

a. Outer structure including the windows and windshield components are to be of actual PT-6 aircraft in construction of simulator is required.

b. PT-6 Aircraft Cockpit with Instrument Panel. A fully enclosed, full scale cockpit replica of PT-6 aircraft front cockpit operated in Bangladesh Air Force as to its type, shape and arrangements of:

(1) Full size panels with functional controls, switches, instruments and primary and secondary flight controls, which shall be operating in the correct direction and with the correct range of movement. All instruments and avionics are to be replica and with mechanical indicators (as applicable).

(2) The operation mode of operating parts, functions of displaying parts, logic relation, limitations and indications are to be identical to the real aircraft.

Page 6: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-6 of 30

SECRET

(3) Lighting of panels and instruments shall be as per the BAF PT-6 aircraft. Cockpit ambient lighting environment shall be dynamically consistent with the visual display and sufficient for the training event in BAF PT-6 aircraft. All the switches and gauges should be available in respect of different variation of cockpits of BAF existing PT-6 aircraft. (4) Relevant cockpit circuit breakers shall be located as per the BAF PT-6 aircraft and shall function accurately when involved in operating procedures or malfunctions requiring or involving pilot response. (5) Pilot’s seat including safety belt.

b. Aerodynamic and Flight Dynamic Modeling. The model is to provide an adequate imitation of the aircraft behavior depending on:

(1) Effect of aerodynamic changes for various combinations of airspeed and power normally encountered in flight, including the effect of change in aircraft attitude, aerodynamic and propulsive forces and moments, altitude, temperature, mass, center of gravity location and configuration. (2) All relevant cockpit instrument indications automatically response to control movement by pilot, aircraft performance or external simulated environmental effects upon the aircraft. (3) Navigational data with the corresponding approach facilities. Navigation aids should be usable within range without restriction. (4) Control forces and control travel which correspond to that of the replicated aircraft (PT-6). Control forces shall react in the same manner as in the aircraft under the same flight conditions.

20. Landscape.

a. The actual landscape of whole Bangladesh based on the map data, aerial survey and large surface and objects database which allows modeling of different types of terrain surface is to be included in the visual scene representation. b. The airport area like Runway, Taxiway, Tarmac, Lighting etc are to be with high/ minimum resolution of 0.01 m/pixel, up to 5x5 km around airfield with 0.1 – 0.3 m/ pixel, up to 10x10 km 0.5 m/ pixel, up to20x20 km 0.5 – 1.0 m/ pixel, up to 60x60 km 2.0 m/ pixel and rest areas 4-5 m/ pixel. Visual scene resolution across the length and breadth of the landscape is to be gradual to allow maximum benefit out of the training. c. At least 02 airports (runways and taxi tracks with the appropriate marking,

informative signs, runway edge lights, airport buildings, aprons, hangars, tarmac and the airport equipment) as decided by BAF is to be with high resolution (0.01 m/pixel) and minute details to provide realistic training to the pilots.

d. BAF may provide aerial support only (helicopter/ transport aircraft support for photography) for taking landscape and aerial picture databases for the high resolution required areas. Highest 02 sorties may be provided for each airfield where the flying time for each sortie will not cross 1:30 hrs. The cost of survey flying will be borne by BAF side after signing the contract.

Page 7: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-7 of 30

SECRET

21. Visual System.

a. Visual system has to be capable of meeting all the standards of validation tests as well as functional and subjective tests as applicable to the level of qualification requested. b. The direct projection system onto a dome screen to provide “Continuous” visual field of view (FOV) providing 2000 degrees horizontal and 900 degrees vertical is required. c. Visual cues to assess rate of change of height, height AGL, translational displacements and rates during takeoff, low altitude/ low airspeed maneuvering and landing. d. Test procedures to quickly confirm visual system colour, Runway Visual Range (RVR), focus, intensity, level horizon and attitude as compared with the specified parameters. e. Surface (Venire) resolution shall be demonstrated by a test pattern of objects shown to occupy a visual angle of not greater than 3 arc minutes in the visual display used on a scene from the pilot’s eye point. f. Light point size shall not be greater than 6 arc minutes, ie light point resolution of 3 arc minutes. g. Daylight, dusk and night visual scenes with sufficient scene content to recognize aerodromes, operating sites, terrain and major landmarks around the Final Approach Take-off (FATO) area and to successfully accomplish low airspeed/ low altitude maneuvers including landing and touch down. h. Daylight, twilight (dusk/ dawn) and night visual capability for system brightness and contrast ratio criteria as applicable for level D FMS. j. The visual system should be capable of producing:

(1) Full colour presentations. (2) Full colour texture to be used to enhance visual cue perception for illuminated landing surfaces.

k. The visual system should be capable of producing scene content comparable in detail with that produced by 6000 polygons for daylight and 7000 visible light points for night and dusk scenes for the entire visual system, as a minimum. The image quality should commensurate with the followings: l. The visual system should also comply with the followings:

Surface contrast ratio : Not less than 5:1

(2) Light point contrast ratio : Not less than 25:1

(3) Highlight Brightness : The minimum light measured at the pilot’s eye position should be 20 cd/m2 (6 ft-Lamberts).

(4) Image resolution : 4 arcmin/ pixel.

Page 8: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-8 of 30

SECRET

m. A minimum of 10 levels of occulting are to be provided. This capability should be demonstrated by a visual model through each channel. n. The visual system is to provide realistic presentation of beyond-the-cockpit field while performing the exercise. The software is to provide following but not limited to:

(1) Visual effects of atmospheric phenomena: rain, thunderstorm, fog, which are common in the climate of Bangladesh. (2) Visual effect of clouds (including thunder clouds) of different types and density. (3) Modeling of the time of day, including celestial body’s location, realistic reproduction of sunrises and sunsets, reference to the lunar phase and eclipses. (4) Modeling of the water surface with realistic effects of waves, reflection, flares, sun and moon phase. (5) The visual system provides modeling of static and dynamic objects images, generated from the object libraries in the context of Bangladesh.

(a) Static Objects. The scene is to be supplemented by an unlimited number of static objects. The database contains at least more than 6000 virtual 3D models. Most of them are to be buildings, bridges, berths, ports and airport facilities. To achieve high realistic representation and recognition of the area, unique objects can be created on the photo and video basis. Approximately 50 static objects are to be viewed in the visible area. (b) Dynamic Objects. Dynamic objects are to move along the scene during the exercise performance without interruption, ghosting, blare or pixelated. Movement should be capable of performing en-route or in compliance with any scenario. Approximately 20 (10X aircraft and 10X vehicle/ other moving objects)dynamic objects are to be viewed in the visible area. The dynamic objects are to include:

(i) Fixed and rotary wing aircrafts. (ii) Ground transport modes. (iii) Sea and river vessels etc.

(c) Illumination. Change from day to night and the other way round with twilight in between is to be gradual and realistic. The objects in the displayed scene are to be viewed with shades appropriate to the time of the day, distance from the own aircraft and visibility level (visibility dependent shading). (d) Sun Dependent Shadowing. All objects in the scene (including the sea surface, but except the lights) are to be shadowed depending on the sun position, with regard to its elevation and the object’s azimuth and orientation. (e) Lights. Lights to have the following parameters: colour, sectoring, flash characteristics and visibility range. Light intensity and size change according to the distance from the aircraft itself and visibility conditions.

Page 9: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-9 of 30

SECRET

(f) Local Visibility Areas. The visual system is to provide the display of local reduced visibility areas provoked by fog, clouds or rain. Fog, clouds and rain characteristics can be set from the RIOS and can be changed during the exercise.

22. Acoustic System. The acoustic details of the simulator in the cockpit should resemble with respective actual flight conditions.

a. Realistic amplitude and frequency of cockpit acoustic environment.

b. Acoustic of Engine start up and shut down including voice warning and other systems.

c. Noises produced when aircraft moves along the taxiway, runway and in-flight. d. Engine noises, including noises under abnormal engine operation modes. e. Sound of precipitation and other weather phenomena including bird hit or any object hitting the aircraft. f. Noise of high speed touch down and hard landing including excessive braking on the Runway or taxi way. g. The volume control is to have an indication of sound level setting which meets all qualification requirements.

23. Simulator Standard Set. The simulator standard delivery set will include following but not limited to:

a. PT-6 aircraft simulation cockpit.

b. Control loading system.

c. Remote Instructor Operating Station (RIOS).

d. Computer systems.

e. Acoustic Noises Simulator (ANS).

f. lntercom Simulator (lS).

g. Visual system (VS).

h. Video Surveillance System (VSS).

j. Video signal transmission system.

k. Electric Power Supply (EPS) system.

l. Common software.

m. Special software.

n. Operational documentation. 24. Remote instructor Operating Station (RIOS). The RIOS shall allow displaying the flight visualization from different angle, instrument panels, and performing the video surveillance over the pilots.

a. RIOS will consist of at least following items:

Page 10: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-10 of 30

SECRET

(1) lndividual Monitors for displaying:

(a) Data from the video surveillance system.

(b) Outside the Cockpit View.

(c) lnstrument indications.

(d) Flight map.

(e) Weather conditions.

(f) A list of failures and abnormal flight situations.

(2) Computers.

(3) Printer.

(4) Audio system with speakers, microphone and a headset.

b. During the simulation exercise, following provisions are to be kept with RIOS:

(1) To exercise an overall control over the exercise fulfillment process (position of the controls, readings of the flight and navigation devices and engine monitoring instrument etc).

(2) To change positions and routes of other aircrafts, to manage them during the exercise fulfillment (to move any aircraft to another position at one's own choice and to set up the required speed).

(3) To enter faults and failures of the onboard systems.

(4) To change and manage the weather conditions:

(a) Wind speed and direction.

(b) Speed, direction and amount of the vertical wind shear and turbulence. (c) Temperature and pressure.

(d) Visibility parameters.

(e) Type and quantity of the clouds and adjustment of cloud base.

(f) Presence of hazardous weather condition and their parameters (icing, thunderstorms, dust storms, snow whirls, etc.).

(g) Other atmospheric models to support the required training.

(5) To stop the exercise conduct. (6) lndependent freeze and reset facilities.

(7) The RIOS is to have the following modes:

(1) Communications between the instructor and the pilot.

Page 11: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-11 of 30

SECRET

(2) Audibility of the onboard systems audible warning by the instructor operator.

(8) Debriefing modes:

(a) A comprehensive debriefing provision. (b) Playback of whole exercise including outside the cockpit View. (c) To pause the playback of the completed exercise in any place of interest and resume the playback from this point. (d) ln addition to RIOS, there is to be an additional system in a separate location to debrief a student on the exercise completed which would have the required facilities as follows:

(i) A comprehensive debriefing system at a separate location from RIOS.

(ii) To pause the playback of the completed exercise in any place of interest and resume the playback from that point.

25. Video Surveillance System. The video surveillance system along with the flight data recorder is to represent an optional means of control over the trainees' actions in the simulator cockpit. The fixed video surveillance cameras are to allow observing the pilot. The received images are to be displayed on the RIOS display. For the purposes of further analysis and debriefing of the pilot’s actions, signals are to be recorded from the camera. The video server is to be installed in a suitable location without obstructing normal operation or view. The camera image is displayed on the RIOS video surveillance monitor. 26. DVI Video Signal Transmission System. The DVI video signal transmission system is to be intended for transmitting the DVI image signals from the computers, which are parts of RIOS, DC and VS, to the visual system projectors, RIOS touch screen monitors via the Ethernet cable. The DVI video signal transmission system is to comprise adequate number of channel transmitter, channel receiver, channel receiving unit and cable network. If any networking equipment and software is required for interfacing with the surveillance system and system software the supplier is to provide them. 27. System and Control Software. System and control software is to provide general control over the computing system operation, as well as coordination of operations of the applied specialized programs of certain systems. The system and control software is to include:

a. Operating system.

b. Antivirus software (original).

c. Software for data backup and HDD data recovery.

d. Control software of the following simulator sub systems:

(1) Network administration and network resources management services.

(2) Visual system - video surveillance system.

(3) Acoustic noises simulator - RIOS - power supply.

Page 12: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-12 of 30

SECRET

28. Special Software. Special Software (SSW) is to be intended for flight process simulation, as well as the simulator maintenance and setting. The simulator SSW is to enable imitation of:

a. Aerodynamics and flight dynamics.

b. Environmental exposures.

c. Acoustic noises.

d. Power plant operation.

e. Operation of the instrument equipment.

f. Operation of the flight and navigation equipment.

g. Operation of the onboard systems. 29. Power Plant Model. HOUSAI-6A engine of PT-6 power plant operation is to simulate with regard to the engine installation management algorithms, steady and transient characteristics under different operating conditions. Parameters of the transient processes and static characteristics are to be simulated on the basis of the flight tests. The model is to provide adequate imitation of engines operation with regard to the aircraft and its aerodynamics peculiarities, in different flight modes in standard conditions, under faults and failures input from the RIOS. The model is to take into account peculiarities of all system operation of actual aircraft. 30. Model of the Flight Navigation. Incorporation of GPS (AERA-500), VHF (FSG-90), ADF (KR-8 Bendix/ king) and/or any other appropriate equipment for real navigation to allow imitating the aircrafts spatial and geographic position is required. (This must imitate the BAF designated cockpit layout and instruments). 31. Digital Computer System. Digital Computer System is to be based on IBM compatible technologies which will enable high reliability, low cost and easy to handle with maintenance. Dynamical inter-host connection is to be based on standard network devices that provide the required rate of information transmission in real time mode. The computer's hardware is to be installed in a computer rack situated in a server room separate from the simulator cockpit. The computers are to be launched automatically with turning on of the supply system and to be turned off from the RIOS or from the service panel situated in a computer rack. For ease of maintenance, each computer name is to be written on the front side of the system units and on their rear panels inside a computer rack. A software protection dongle plugged in a USB connector and permitting the supplied licensed simulator software used on this computer shall be installed on each computer. A KVM switch is to have only a service panel, containing a monitor, a keyboard and a touchpad, which can be connected to any computer. The computers are to consist of appropriate equipment i.e, KVM switch, Network switch, Computer rack, License keys etc. 32. Operational Documentation Package. As part of the simulator, a documentation package in hard copy and electronic form shall be provided as follows:

a. Procedure and results of simulator acceptance tests.

b. Approved acts and reports of preliminary tests.

c. The supplier is to provide 02 (two) sets of hard copy of Technical Order (TO), Manual, Publication, Illustrated Parts Catalogue (IPC) (if any) etc with the simulator. The manufacturer is to inform BAF about any up gradation including up gradation of TO, manuals, items, changes of components used in the simulator in the shortest possible

Page 13: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-13 of 30

SECRET

time. ln this regard, BAF is required to know the exact system that is followed by the manufacturer through the automatic publication distribution. Delivery of Technical Bulletin are to be provided free of cost during the entire life cycle of simulator. The TO, Manuals and publications are to be in English language and updated for the supplied simulator and other items. The list of available TO, Manual and publications are to be provided along with the offer. The TO, Manual, Publication, Parts Catalogue etc. that are to be provided with the simulator are as follows but not limited to:

(1) Flight Operation Manual. (2) Operation and Maintenance manual of the simulator.

(3) Operation and maintenance manual of all equipment fitted to the simulator including electric, instrument, avionics and flight control. (4) Operation and Maintenance manual of the RIOS, (5) Technical instruction of simulator. (6) Operation and maintenance manual of all Tester/Testing Equipment.

(7) Maintenance practices and faults management.

(8) Troubleshooting guide/ manual. (9) Electric wiring/ circuit diagrams.

(10) List of maintenance single set of spare tools and accessories.

(11) Computer and software configuration manual.

(12) Soft copy of the followings is to be provided:

(a) All manuals mentioned above (1 to 10). (b) All training materials (both aircrew and technician training).

(c) Soft copy of diagram of different system and circuits for making poster size hard copy for rectification and repair purpose.

d. Documentation for the item components, including the following but not limited to:

(1) Acoustic noises simulator Technical certificate.

(2) Video surveillance system Technical certificate.

(3) DVI video signal transmission system Technical certificate.

(4) Visual situation simulator Technical certificate.

(5) PT-6 simulator cockpit technical certificate.

(6) RIOS Technical certificate.

(7) Power Supply System Technical certificate.

(8) Digital Computer Complex Technical certificate.

Page 14: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-14 of 30

SECRET

33. Environmental condition. The simulator must be capable of simulating operations in the climatological condition of Bangladesh with temperature range of -300to+ 500Celsius. There should not be any items which cannot be operated in Bangladesh weather. Technical Requirement 34. Make Model and Standard. The bidder is to mention the make and model of their offered simulator and all other related main items/ equipment. 35. Quality. The quality of the simulator and associated equipment installed in the simulator is to correspond to the standard technical conditions for the offered class of simulator. 36. Date of Manufacture. Simulator is, to be brand new, latest model and manufactured after signing of the contract. All associated/ related equipment and vendor items are also to be brand new, latest model and not manufactured before 2017. 37. Service Life of Simulator. Service life of simulator is to be 20,000 operational hours or 20 years whichever is later. Bidder is to be mention calendar and service life of simulator and it is to be counted from the date of introduction of simulator into service. 38. List of user countries. The offered company must have the experience of providing military grade simulator to at least 5 countries and valid document should be provided in this regard. 39. Certification. All certificates and documents submitted along with the quotation are to be original and signed by the authorized executives of the manufacturer. 40. Country of Origin/ Manufacturer. Countries of origin/ manufacture of major equipment are to be mentioned. 41. Electro-Magnetic Compatibility. The installed equipment and their installation shall be designed to ensure that all equipment is electro-magnetically compatible with one another while installed the simulator. The simulator manufacturer will be required to demonstrate their satisfactory integration. Maintenance Requirement 42. Spares, Tools and Equipment (to be provided free of cost). Bidders are to submit the list of the followings items (free of cost) which are critical in nature and required for minimum three (03) years operation of simulator and its associated equipment. The list must have part no and description and should include followings:

a. Spares, tools and equipment. b. Scaled toots and special tools. c. Fast moving critical spares.

43. Guarantee for Spares and Repair Support. The supplier is to ensure the availability of spares on demand till its life span. The bidder is to provide following with the offer:

a. A Guarantee Certificate for providing spares support to BAF for 20,000 operational hours or 20 years whichever is later.

Page 15: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-15 of 30

SECRET

b. A Guarantee Certificate for providing repair support/ rectification/ up gradation (if required) facilities to BAF for 20,000 operational hours or 20 years whichever is later. The supplier is to ensure the availability of spares on demand till its life span.

44. Names of Major Equipment and Life Component. The part number and names of major equipment and life component with technical nomenclatures are to be submitted along with the offer. Bidder is to mention the assigned life of the life component. Bidder is to mention the price of each items but this price will not be considered for determination of lowest bidder. 45. Maintainability. Regular maintenance shall be carried out no less than before 250 hours of operating time. The recovery period of simulator after a failure is not to be more than 2 hours. The warm-up period for simulator after switching on is to be not more than 10 minutes. The continuous working time is to be not less than 6 hours and the break before the following switching on is to be not more than 1 hour. Primary and secondary structure and critical system components are to be accessible for visual inspection, using magnifying aids as necessary. 46. Software and Program. Necessary program, software used for simulator and its backup copy are to be provided. The software should not be hardware bounded and should run IBM compatible PC. The bidder is to give the assurance that in case of any up gradation they will provide the upgraded software or existing software will be capable enough to be upgraded through adjustment or modification. In addition to main software the bidder is to provide following software and programme in English language program:

a. Fault finding software/ program.

b. Rebooting software/ program.

c. Rectification program software. Logistic Support Requirement 47. To ensure a smooth logistic support, the following information is to be provided:

a. List and addresses of the manufacturers and authorized dealers (copy of the certificates as authorized dealer is to be produced) in the country of origin and outside, for the followings during the submission of the offer:

(1) Acoustic System.

(2) Cockpit and instrumentation. (3) Computer hardware and Software. (4) Power System.

(5) Tester/ test equipment.

(6) Spares, components and testing equipment those will be supplied during the delivery of the items. (7) Critical and fast moving spares that are to be maintained by BAF after warranty period.

Page 16: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-16 of 30

SECRET

(8) Routine maintenance spares that are to be maintained by BAF after warranty period.

(9) Catalogue for all ranges of components and spares.

b. The financial offer must include the followings:

(1) All major components/ equipment/ parts (individually mentioned). (2) Fast moving/ critical items/ components/ spares. (3) Three years' recommended spares. (4) All related software (individual or package wise).

(5) Components and spares (where applicable).

(6) Support equipment required for the operation of the simulator with individual price (where applicable). (7) Tester/ Test equipment with individual price.

Construction of Simulator Complex 48. Simulator site is to have the provision of Simulator Hall, Class/ Debriefing Room, lnstructor’s Room, Technicians Room, Store Room etc. Bidder has to design, plan and submit the proposed simulator complex layout keeping the basic requirements. ln this regard, bidder may visit the site before submitting offer and submit works plan/ design of simulator complex along with offer. 49. Construction work along with site development will be the responsibility of the bidder. BAF will provide the power and water supply lines near to site. Power supply (required number of Air Conditioner, Transformer, Generator, Dehumidifier, Rectifier, inverter, Stabilizer, UPS connection etc) and water supply inside the complex are to be provided by the bidder. Bidder is to quote the price of construction work while submitting the offer. The bidder has to get the final approval regarding the construction of the simulator complex site from BAF. ln construction of the simulator complex, the bidder is to ensure the availability of the followings:

a. Simulator bay fulfilling the requirement to set up two domes of proposed FMS.

b. Spare parts, tools and equipment room.

c. lnstructor’s, engineering and technical staff room.

d. Briefing/debriefing room (01) to accommodate at least 30 students.

e. Room for lnstructor's workstation.

f. Power supply complex (PS).

k. Office accommodation for the followings: (1) OIC room (01 Room).

(2) Second-In-Command (2lC) -01 Room.

(3) Staff (01 Room).

Page 17: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-17 of 30

SECRET

Note: The above mentioned rooms are not to be considered as the only requirement of BAF. The Bidder is to propose any suitable configuration of rooms including wash rooms and service spaces. 50. General Requirement

a. Luminance level: general lighting - 300 lux, local lighting - 500 lux. b. Supplier is to ensure that during simulator operation the natural sunlight should not enter the simulator's hall. However, briefing and debriefing, storage and staff rooms must have shade protection from direct sunlight. c. Soundproofing should be done for simulator hall, briefing and debriefing rooms.

d. Simulator and all major equipment should be equipped with fire alarm and automatic, fire extinguishing system. e. The simulator room is to have the followings:

Parameter Value

Ambient temperature range +160C to +280C

Recommended operating temperature 22 + 40C

Speed of temperature changes 20C/ hour

Recommended relative humidity 60 + 10% at temperature + 250C

f. Required air conditioning facilities for cooling of cabinet equipment/ accessories and personnel are to be provided. The number of air conditioner with details specification for all rooms (except wash room) are to be mentioned including type of air conditioner, model, capacity (BTU/ tonnage) is to be mentioned in the offer.

51. Power Supply Requirement. The simulator power supply system is to provide uninterruptible power supply of all the components of the simulator with required power (voltage, hertz and phase). The power supply system of the simulator should be capable to with stand voltage and current fluctuation within or above the acceptable limits. Provision is to be made for emergency shutdown of simulator. Bidder is to provide generator conditioners and UPS of appropriate capacity for uninterrupted operation of simulator and also related air. Technical specifications are as follows:

a. Technical Specification for UPS:

(1) Back-uptime under full load - 10 minutes minimum.

(2) Back-up is to withstand operation of simulator and related air conditioners.

b. The Generator should have:

(1) Maximum output power – to be mentioned by the bidder.

Page 18: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-18 of 30

SECRET

(2) AC power generator is to have auto start up and shut down features along with Auto Transfer Switch (ATS) system on failure and resume of commercial electrical supply.

(3) The generator capacity should suffice to recharge the UPS battery while continuing simulator operation. (4) AC/DC control panel should have emergency stop button, Ammeter selector switch, voltmeter selector switch and frequency meter. (6) A valid certificate of the generator from OEM is to be provided. BAF will have the right to validate the authenticity of the certificate from OEM.

c. Technical specification of the Generator should have: Brand: Suitable Western model Company: OEM Engine: Suitable Western made Canopy: Sound proof Canopy Fuel type : Diesel Engine Characters Water-cooled Prime capacity: To be mentioned by the bidder Output Power: 380V/220V Frequency: 1500rpm/50Hz Voltage Control AVR Phase and wires: To be mentioned by the bidder Continuous running hours: Minimum 20 Hrs Starting sys: Electrical with auto transfer switch Efficiency 91.5% Made in: UK Warranty: 12 Months

52. Other Requirements.

a. Supplier is to provide safety assurance from electrical voltage impact by appropriate measures. b. The electrical cabinet should be equipped with indicators of the phase presence; power parameters control devices and electrical trip alarms.

c. The electrical cabinet should be provided with protective ground connection. External protective earth must be made available near the electrical cabinet in the form of a distributed bus, which should provide a minimum of 15 contact connections. The value of earth resistance should be less than 01 ohms. The ground- wiring must be of the same diameter as of the phase conductors. Provision for thunder arrester should be kept for the power supply plant through appropriate earthening facility.

d. Protective measures should be taken to equalize the potentials inside and along the outer perimeter of the building in accordance with regulatory requirements for electrical installations with voltage up to 1,000V AC with a low ground fault currents.

Page 19: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-19 of 30

SECRET

e. Each room should have at least, four free sockets 230V, one-phase neutral and earthening facility with a permissible continuous load of at least 16 Ampere each.

f. All stations inside simulator complex shall be equipped with intercom and speakerphones including RIOS. g. Bidders are to offer the fire detection system (automatic/ semi automatic) for simulator room along with offer. The bidder is to mention the brand/ model of offered fire detection system.

53. Work Plan.

a. Site Survey. The supplier shall conduct detail Site Survey at selected site for assembly of simulator immediately after signing the contract. The supplier shall work and co-ordinate with BAF to determine any site restrictions and constraints and identify the best solution for the assembly/ installation of the complete simulator. The Supplier shall provide a detail work plan with regard to design and architecture of the building for simulator complex. It should also contain information of activities to be accomplished prior to system assembly/installation. The work plan report shall be delivered to BAF within 30 days of contract award. b. Development Phase. During the development phase of the simulator 1x PT-6 qualified instructor pilot and 1X Eng (E-stream) officer should be present in the OEM for duration of three months for ensuring the user requirement and quality of the product. Date and time will be provided by the OEM (considering the important phase of the development).

Training Requirement 54. A comprehensive theoretical and practical training is to be conducted for 04x Pilots, 06 x Technical Personnel at supplier's site. Bidder may propose composition of the training team or suggest necessary qualifications for pilots, and technical personnel in this regard for BAF to select the members of training team accordingly. 55. Bidder is, to intimate training program to BAF within two months after signing the contract. The training is to start 03-04 months or the duration as suggested by the OEM prior to the delivery schedule of the simulator. The training syllabus and curriculum is to be approved by BAF with the provision of addition/ deletion to meet BAF requirement. Details of theoretical and practical training would be as under:

a. Aircrew Training. The training is required to be exhaustive and should include but not limited both theoretical classes and simulated lessons.

(1) Duration of Training. The duration of training for both theoretical and practical is to 8 weeks. However, OEM may suggest suitable duration of training additionally for further consideration of BAF. The training schedule should be programmed considering 8 hours/ day and 5 days/ week (holidays are not to be counted).

(2) Conduct of Training.

(a) The simulated flying syllabus should include all types of flying including emergencies mentioned in para-18.

Page 20: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-20 of 30

SECRET

(b) Bidder is to mention detail training programme specifying total simulated flying training hours to be imparted for pilots and technical personnel.

(c) Bidder is to arrange all phases of normal and emergency flying training for pilots. The flying duration may vary depending upon training accomplishment of pilots. (d) Bidder is to provide required simulator training syllabus for each pilot/ Technical Personnel. Bidder is to provide the entire training and operating manuals/ documents/ check list to BAF aircrew during the conduct of training and for their retention.

(3) Proposed Training Syllabus:

Ser No Nature of Training Contents Duration

1. Theoretical Training for pilots

Technical details of all operating systems of different,trades, all special equipment

To be proposed by bidder

2. Flying Training for pilots

As mentioned in paragraph:18 To be proposed by bidder

(4) Enabling objectives after the completion of the training:

(a) For Pilots.

(i) To acquire working knowledge on the overall operation of the simulator.

(ii) To be able to impart training for other pilots as instructor.

(iii) To be able to function from RIOS.

(iv) Develop briefing and debriefing skill analyzing RIOS facilities. (v) To be able to give different emergency situation including multiple combination of difficult situation.

b. Technical Personnel Training. The training is required to be exhaustive and should include both theoretical classes and practical lessons so that they can accomplish inspections of the simulator. The ground training should be arranged for 06 x Technical Personnel.

(1) Duration of Training. The duration of training for both theoretical and practical is to 8 weeks. The training schedule should be programmed considering 08 hours/ day and 5 days/ week (holiday not to be counted).

(2) Conduct of training. The training should enable BAF personnel to carryout rectification/ servicing and maintenance relate jobs. They should also be able to operate, repair and rectify testers and test equipment to be used during

Page 21: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-21 of 30

SECRET

periodic maintenance. Training/ Maintenance manuals are to be provided during conduct of training and for retention. (3) Proposed Training Syllabus.

Ser No

Nature of Training

Contents Duration

1. Daily operations and Routine maintenance of the simulator including minor rectification jobs

To be proposed by bidder

2. Training for maintenance personnel

All kinds of minor/major rectification, schedule/ unscheduled inspections, changing/replacement of all instruments/ equipment, training on tester and test equipment including hardware and software related training etc

To be proposed by bidder

(4) Enabling objectives after the completion of the training:

(a) To develop skill on the overall operation and maintenance of the simulator.

(b) To be able to rectify any software malfunction

(c) To be able to impart training for other technicians. (d) To develop skill on maintenance of hardware and software.

56. BAF will have the option to accept/ reject/ modify/ discard all or part of the training schedules/ syllabus. The final training syllabus for each module will be prepared in consultation with BAF before signing the contract. 57. During conduct of training at bidders' location, bidder is to provide detailed training syllabus of pilots/ Technical personnel of different level for subsequent conduct of training in BAF. 58. Bidder is to mention the schedule and place of training. 59. Training Cost. All relevant costs of training (total 10 personnel of BAF) are to be mentioned separately by the bidder as under:

a. Cost of simulator training for 04 x Pilots.

b. Cost of academic and practical training for O6 x Technical Personnel mentioned in Paragraph 59.

60. Arrangement of Accommodation During Training. Bidder will bear all expenditure for BAF aircrew and technical personnel) related to accommodation, food, transportation for internal movement, internet/ telephone communication, basic medical and other administrative facilities. Single room accommodation for 04 (four) personnel and twin sharing accommodation for rest 06 (six) personnel are to be arranged. BAF will provide both ways air ticket.

Page 22: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-22 of 30

SECRET

Stage Inspection/ On Site Project Development (OSPD) Team 61. BAF Stage lnspection Team (SlT) consisting of 04 (four) member shall inspect the simulator, and all other required accessories available in the simulator manufacturing plant during the major assembly phase or development phase at BAF expense. For this, a time table (Production Flow Chart) for the production/ assembly of the simulator is to be delivered by the supplier at the beginning of the production. As such, BAF would plan and determine the appropriate time for inspection in consultation with the supplier/ manufacturer. The SIT shall be allowed to visit simulator manufacturing plants and provide suggestions if needed. The duration of SIT shall be 05 working days. Stage inspection will be carried out when major structures are almost constructed and major equipment/ Vendor items are brought for installation. Warranty 62. The supplier is to provide guarantee for simulator, ground support equipment, tools and spares and all the equipment/ items supplied as follows:

a. lnstalled Equipment and Accessories. The warranty period for simulator, all instated equipment and accessories and scaled tools and spares (except for consumable tools and consumable spares) shall be 18 (eighteen) months from the date of acceptance of simulator by Bangladesh side.

b. Tester/ Test Equipment and Additional Tools. The warranty-period of tester and additional tools shall be 18 (eighteen) months from the date of acceptance of these equipment items by Bangladesh side. All tester/ test equipment shall be properly calibrated before delivery and their calibration shall remain valid for at least 03 (three) years from the date of their acceptance in Bangladesh.

c. Spares. The warranty period for supplied spares (03 years) (recommended spares) shall be 18 (eighteen) months from the date of installation in the simulator within each individual preservation period of the spares.

d. Replace/ repair of ltems During Warranty Period. lf any item(s) is found unserviceable during warranty period, the supplier shall replace or repair the item(s) at their own expense including both ways freight and insurance charges at the shortest possible time but not later than 60 days from the date of reporting of the defect to the supplier.

e. Extension of Warranty Period. During the warranty period, if the total unserviceable days (P1) under warranty responsibility of simulator are within 20 days, the warranty period of the simulator shall not be extended. lf P1 is more than 20 days, the warranty period for the simulator shall be extended for (P1-20) days but not less than 15 days".

63. The period of warranty will stop from the date of reporting a discrepancy. The period of warranty will resume after receipt of a serviceable/ replaced operational item to make the total warranty period of 18 (eighteen) months.

Page 23: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-23 of 30

SECRET

OPTIONAL REQUIRMENTS 64. On Condition Maintenance. Different options for the provisioning of on- condition details are to be mentioned. Cost of each option is to be mentioned separately along with the breakdown of the required items/ spares. However, this will not be considered for deciding the lowest bidder. 65. Overhaul/ performance Check. A bidder is to produce a certificate that their representative would carry out performance check of the simulator after four (04) years and would take necessary rectifications. Cost of rectification/overhauling (if needed) also to be mentioned with indication of year and simulator/equipment to be overhauled. 66. Simulator Certification. The bidder is not to include the cost of certification of the simulator (Certification from ICAO or any international authority). However, the bidder is to mention the cost of such certification and agree to provide all assistance once BAF desires to do so from such competent authority. 67. Full Flight Simulator. The bidder will also quote the price for full flight simulator (FFS) with hydraulic actuator having all the option mentioned in the operational requirement. Price quoting of all the optional items as mentioned in paragraph 64, 65, 66 and 67 is mandatory. BAF will have the option to accept/ reject/ modify/ discard all or any of the abovementioned services/ items. 68. Additional Training Requirement. Additional training requirements are as follows:

a. Bidder is to quote cost of training for additional 05 X technical Personnel (2 x Hardware/ Computer Maintenance Engineer, 2 x Software/ System Engineer and 1 x Mechanical Engineer) for 08 weeks. The cost of additional training will not be considered for lowest bidder determination. b. To ensure realistic formation flying training independently, the bidder is to quote the price of an additional dome with a set of simulator console (FMS) which will also be used as the standby/ backup system of main simulator in future. However, BAF will decide to accept the additional training on requirement basis.

Page 24: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-24 of 30

SECRET

PART 3: GENERAL TERMS AND CONDITIONS Delivery and Pre-Shipment Inspection (PSI) 69. Delivery. 01 x Simulator is to be delivered within 12 (twelve) months from signing the contract. 70. Pre-shipment Inspection (PSI). BAF PSI team consisting of 05 (five) member shall carry out the Pre-Shipment Inspection at the factory site before the shipment. They shall also inspect the tools, spares and other equipment in the simulator manufacturing plant for a duration of 05 (five) working days. The team must be given full access to all the relevant shops and documents. The supplier will also ensure that BAF team is allowed to check logbooks, certificates, compliances of bulletins, genuineness of installed components and any other associated documents/items during their stay at the manufacturer’s facility. Necessary security clearance for the BAF team is to be done by the supplier. All expenses excluding local transportation of the pre-shipment inspection team shall be borne by the BAF side. Local transportation shall be the responsibility of the supplier. PSI team will depart Bangladesh as per schedule submitted by the supplier. Bidder is to intimate BAF at least 60 days in advance about the PSI schedule. The team formation may be; 02 x Pilots, 01 x Hardware/ Computer Maintenance Engineer or Software/ System Engineer, 01 x Ground Technician and 01 x Logistic officer. 71. Transportation. The simulator will be transported by ship/air from the assemble place/factory. The bidder is to quote the cost of shipment both by sea and by air separately. In addition:

a. The supplier is to ship the simulator/ items within the time specified in the contract. Before shipment the supplier is to get a written clearance from DGDP/BAF for shipment of the simulator/items/equipment.

d. The contracted simulator and its associated equipment/items are to be delivered to BAF site at Chittagong in case of shipment by sea, and at BAF Bangabandhu, Dhaka in case of shipment by air freight for assembly. All removable segments must have appropriate safe packaging for transportation. The supplier is also to bear the expenditure for internal transportation from the port of entry to BAF site. e. Insurance expenditure related to shipment will be borne by BAF.

72. Assembly/ Installation and Commissioning Simulator.

a. The supplier will have to send an assembly/ installation team comprising suitable technicians to Bangladesh for the assembly and installation of simulator. BAF will not be responsible for the engineering works at assembly sites. BAF technicians are to be trained while installing the simulator. b. After completion of assembly/ installation of the simulator, the supplier shall carry out a Test Run of the simulator system. Turn-around time for completion of assembly/installation and acceptance will be maximum 30 (thirty) days from the date of arrival of all simulator/equipment at port of disembarkation in Bangladesh. c. All costs for assembly/ installation including food, internal transportation etc is to be borne by the supplier. However, on request of supplier, BAF may arrange food and accommodation (subject to availability of such facilities). In that case supplier is to pay the necessary bills to BAF.

Page 25: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-25 of 30

SECRET

73. Acceptance Check. Acceptance check of the simulator will be carried out at BAF site. During the acceptance, if the system is found unsatisfactory, acceptance check will be help up till the same is corrected. Acceptance will be completed after satisfactory Functional Check of the system. 74. Packing. Simulator and its equipment should be packed in such a way that those should transported by air, land and sea (as applicable). Package is to provide simulator (and its components) protection from the external mechanical and environmental factors exposure during its transportation and storage. The manufacturer shall pack the equipment in accordance with the packaging instruction. On the customer’s site, packaging shall be done in accordance GOST 9.014-78 as for the inner packaging VU-1 for a long-term storage for 2 (S) conditions and in accordance with GOST 15150-69 for 3 (ZhZ) conditions. In case total or partial preservation is required, the manufacturer shall apply a temporary anti-corrosive protection (preservation) to the equipment in accordance with the correspondent instructions. Technical Support Team (TST) 75. The supplier is to send 02 (two) members TST to Bangladesh with additional required number of interpreters (if they are not English spoken) for at least 06 (six) months period from the date of acceptance of simulator. In addition, the bidder is to mention cost of TST per month in case BAF decides to increase/ decrease the duration of TST. TST is to ensure the followings:

a. Routine maintenance and care of the simulator in respect of all the new/modified equipment(s). b. Diagnosis, trouble shooting and repair of all the new/modified equipment(s).

c. Support for operation. d. Train BAF technicians on all types of scheduled inspections of new equipment, maintenance and rectification of new equipment operation, maintenance, inspection and rectification. TST is to ensure transfer of knowledge on operation and maintenance to BAF personnel as far as possible. e. The TST is to raise warranty for unserviceable items and expedite for quick arrival of items. They will be responsible for making simulator or equipment serviceable as quick as possible.

76. The supplier shall bear all related cost of air tickets, food, accommodation and transportation etc for the members of TST and interpreter (if any). BAF shall provide the local transportation and primary medical support for the team within BAF area only. 77. Major Inspection. The TST will assist BAF in carrying out the major schedule inspections of the simulator equipment, in addition to imparting training to BAF technicians. Necessary spares, consumable items are to be provided by the supplier within the warranty period. 78. Expenses of the Bidder’s Specialist at Bangladesh. Accommodation, medical care, transportation, meals and all other expenses of the specialist team, installation team, TST and interpreter In Bangladesh will be borne by the bidder. However, on request of the bidder, BAF may arrange food, primary medical and accommodation for the bidder’s specialists, installation team, TST and interpreter on availability basis. In that case, the bidder is to pay the necessary charges to BAF as applicable.

Page 26: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-26 of 30

SECRET

79. Security Clearance. BAF will arrange security clearance for the visit of bidder’s specialists including TST for assembly and technical support of the simulator. The list of the team members along with necessary information is to reach Air HQ (Directorate of Plans) at least 30 days before their date of arrival. Schedules 80. A bidder is to provide the following schedule before signing the contract:

a. Training. b. Stage Inspection. c. Pre-shipment inspection (PSI). d. Shipment. e. Deliver and assembly. f. Simulator Test and acceptance. g. TST Schedule.

Miscellaneous Terms and Conditions 81. The following miscellaneous terms and conditions are to be followed: a. A bidder must mention the name and full address of the local agent (if any) in the

offer. b. Due to the fault of the supplier, if any changes/ amendment is required in the

contract/ LC, all such expenses/ charges shall be borne by the supplier.

c. The cost of simulator and additional equipment/ FOB including all charges is to be ‘Firm and Fixed’. No increase of price at any stage after signing the contract will be accepted. If any item other than those already contracted is required during assembly of simulator, those are to be provided by the supplier within the contracted price. d. Freight charges will be paid at actual, but not more than the contracted fright charge. As such, freight charge is to be mentioned in appropriate column of AWB/ BL. Otherwise, FOB value of the simulator and supplied items will be paid. e. Cost of freight/ transportation charge and insurance for any surplus spares/ accessories, which will be taken back after completion of assembly of simulator, is to be borne by the supplier. f. Bidders have to quote charges for sea/ air up to Chittagong/ Dhaka, Bangladesh. The transportation of the simulator and associated equipment in Bangladesh (from port of arrival to BAF site) is to be arranged and paid by the bidder. g. Bidders must mention the prices in USD which is to be firm and fixed. No increase of price at any stage will be accepted by BAF after submission of offer. h. Bidders are to mention the port/country of shipment of the offer. j. The transshipment is not allowed but if the bidder needs transshipment then they are to mention it in their offer about their requirement. In case of such requirements, transshipment will only be allowed under single AWB/ BL.

Page 27: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-27 of 30

SECRET

k. Part shipment is allowed but not more than 03 times. The payment will be made as per ‘Payment Terms’ mentioned in paragraph 90.

82. Vendors’ List and Vendor Items. Full address of the Vendors including Fax number and e-mail address are to be provided for all vendor items, used in simulator and its associated equipment. The lists of vendor items are also to be provided. 83. After Sales Service. A bidder is to furnish to Company’s after sales services program, if any, with the offer. 84. Maintenance Support after Warranty. A bidder is to submit a detailed proposal for maintenance support, which would be needed after expiry of warranty period. 85. Offer Validity. Offer must be valid for minimum 180 days or as per tender terms and conditions from the date of opening the tender. Within the validity of the offer, withdrawal of offer or un-willingness to sign the contract by the bidder will not be accepted and in such cases actions would be taken against the principal bidder and local agent as per Directorate General Defense Purchase (DGDP) rules. DGDP/ BAF also reserve the right to get the offer validity extended with the consent of the bidder. 86. Bidder is to inform along with offer whether any special infrastructure is required to be constructed or not. 87. Bidder must also provide with the offer the detailed technical specifications and features of the proposed simulator and ancillary equipment separately in the form of brochure/ catalogue. 88. Bidder may provide/ furnish with their offer any other information deemed necessary. 89. Bidder is to submit the compliance/ non-compliance state against each of the tender terms and conditions in the sequence maintained in the tender specifications. Terms of Payment 90. 100% Payment will be made through irrevocable Letter of Credit (LC) (expect the payment for the construction of simulator complex which will be made in local currency). The LC will be opened with any scheduled bank in Bangladesh under following terms and conditions:

a. 50% of the LC value (minus the cost of TST, Training and Civil Engineering Constructions/ Works/ Services) will be released on production of Shipping documents (including bill of Lading, Supplier’s Signed Invoice, Packing List, Certificate of Origin, Warranty/ Guaranty Certificate, Joint PSI certificate by the buyer and seller’s side and shipment clearance letter of DGDP) b. 20% of LC value (minus the cost of TST, Training and Civil Engineering Constructions/ Works/ Services) will be released on production of acceptance certificate of the simulator by BAF after joint acceptance test by both parties in Bangladesh. c. 20% of the LC value (minus the cost of TST, Training and Civil Engineering Constructions/ Works/ Services) will be released after satisfactory receipt of 100% major components, spares, tools, testers and test equipments, ground support/handling equipments by BAF as per the contract. In this regard payment will be made on production of Certificate Receipt Voucher (CRV) from 201 MU, BAF.

Page 28: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-28 of 30

SECRET

d. Remaining 10% of the LC value (minus the cost of TST, Training and Civil Engineering Constructions/ Works/ Services) will be released after expiry of the warranty period of the simulator, all other major components, spares, tools, testers and test equipment, ground support/handling equipment, documents etc. e. 100% cost of Training and TST will be released by BAF on production of Training completion and TST completion certificate.

f. The payment of Civil Engineering Constructions/ Works/ Services of Simulator Complex will be paid in local currency as under:

(1) 25% payment of the local cost will be released after completion of construction of foundation of simulator complex and after production of satisfactory job completion certificate by the concerned Garrison Engineer (Air). (2) 25% payment of the total cost will be released after completion of 60% of the building of simulator complex and after production of satisfactory job completion certificate by the concerned Garrison Engineer (Air). (3) 25% payment of the total cost will be released after completion of 100% of the building of simulator complex and after production of satisfactory job completion certificate by the concerned Garrison Engineer (Air). (4) 15% payment of the total cost will be released after completion of entire construction (including fittings, wiring etc) and after production of satisfactory job completion certificate by the concerned Garrison Engineer (Air). (5) Remaining 10% payment of the total cost will be released on expiry of the warranty period of the Civil Engineering Constructions/ Works/ Services of simulator complex after production of clearance certificate by the concerned Garrison Engineer (Air) and written clearance from DGDP. The period of validity of the warranty shall be 01 (one) year.

Note: Bidder has to comply with the payment terms mentioned above; otherwise the offer may not be accepted.

Page 29: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-29 of 30

SECRET

Financial Offer 91. All costs are to be mentioned in US dollars (USD) in FOB basis (except the payment for the construction of simulator complex which will be made in local currency). 92. Quoting price of the followings is essential:

a. Cost of basic simulator and all associated equipment/items which is required to meet the essential operational and technical characteristics mentioned in this tender specification from paragraph 18 to 47. b. Price of all Technical Order/ Manuals/ Publication and Software’s as mentioned in paragraph 32. c. Cost of Major Equipment and Life Components mentioned in paragraph 44. d. Cost of Equipment/ Spares as mentioned in paragraph 47(b). e. Price of construction of simulator complex along with all equipment and facilities as mentioned in paragraph 48 to 52 and price to be quoted in local currency. f. The supplier is to quote the price of single accommodation, meals and daily expense including transportation for 02 x Officers (1x Pilot and 1x Engg) stay during the development phase. g. Price of total Training package as mentioned in paragraph 54 to 60. h. Cost of Optional Requirements mentioned in paragraph 64 to 68 separately. j. Cost of shipment by Sea/ Air as mentioned in paragraph 71. k. Cost of Technical Support Team (TST) as mentioned in paragraph 75 and 76.

93. BAF will reserve the right to accept or reject any major components, spares, tools, testers and test equipment, ground support/ handling equipment from the offer. In addition, BAF will also reserve the right to ask the bidder to supply any provisioning/ equipment whose costs are asked to quote separately in the financial offer. Factors for Determining the Lowest Bidder 94. The bidder shall quote the price of the items as mentioned below, which will be considered for determining the lowest bidder:

a. Cost of basic simulator and all associated equipment/items which is required to meet the essential operational characteristics mentioned in this tender specification from paragraph 18 to 47. b. Price of all Technical Order/ Manuals/ Publications and software as mentioned in paragraph 32. c. Price of construction of simulator complex along with all equipment and facilities as mentioned in paragraph 48 to 52 and price to quoted in local currency. d. Price of total Training package as mentioned in paragraph 54 to 60.

Page 30: TENDER SPECIFICATION FOR MARITIME SEARCH AND RESCUE ...dgdp.gov.bd/dgdp/AP_TEN/s_doc/2528.pdf · emergency flight situations on a real-time basis in accordance with the PT-6 aircraft

SECRET

A-30 of 30

SECRET

e. Cost of shipment by Sea/ Air as mentioned in paragraph 71. f. Cost of Technical Support Team (TST) as mentioned in paragraph 75 and 76.

95. Simulator Evaluation. As a part of the technical evaluation, bidder (s) is (are) to arrange 03:00 hours (approximately 03-04 sorties) simulator flight for the performance evaluation of the simulator at bidder’s place. The evaluation team will comprise of 03 BAF members (02x pilots and 01x engineering officer). BAF will bear the expenses of both-ways air ticket, food and accommodation for the team. Bidder will bear all necessary simulator flying costs, primary medical and internal transportation. 96. Any other terms and conditions not covered here shall be as per standing rules of BAF/ DGDP. 97. BAF/ DGDP have all the rights to select any bidder or cancel the whole tender process at any time without assigning any reason.