the rfp for development of irnss sps gps receivers is revised. vendors ... · mode, for gps...

34
Request For Proposal for the development of IRNSS SPS_GPS User Receivers Page 1 of 34 The RFP for Development of IRNSS SPS_GPS Receivers is revised. Vendors are requested to bid as per the revised RFP only.

Upload: others

Post on 05-Jun-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 1 of 34

The RFP for Development of IRNSS

SPS_GPS Receivers is revised.

Vendors are requested to bid as per

the revised RFP only.

Page 2: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 2 of 34

SAC/SNTD/SNAA/IRNSS/RFP1/BulkRx/12/2013_Ver1

RESTRICTED

REQUEST FOR PROPOSAL

FOR

THE DEVELOPMENT OF

IRNSS SPS_GPS USER RECEIVERS

Version - 1

March 2014

Space Applications center

Indian Space Research Organization

AHMEDABAD

Page 3: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 3 of 34

This page is kept blank intentionally

Page 4: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 4 of 34

CONTENTS

1. Introduction ..................................................................................................................................................................... 6

2. Scope of work .................................................................................................................................................................. 6

3. Objectives ........................................................................................................................................................................ 7

4. SAC/ISRO’s Responsibilities .......................................................................................................................................... 8

5. Vendor’s Responsibility .................................................................................................................................................. 8

6. Specifications of IRNSS SPS User Receivers .............................................................................................................. 13

6.1 IRNSS Signals in Space (SIS) ........................................................................................................................ 13

7. Reliability & Quality Assurance Requirements ............................................................................................................ 19

7.1 Parts and materials ............................................................................................................................................... 19

7.2 Fabrication process .............................................................................................................................................. 20

7.3 Packaging and Transportation .............................................................................................................................. 20

7.4 Identification and marking ................................................................................................................................... 20

8. Test Philosophy ............................................................................................................................................................. 21

9. Deliverable Documents : ............................................................................................................................................... 22

10. Milestone based Monitoring, Payment & Delivery Schedule ................................................................................. 23

11. List of Deliverable items .......................................................................................................................................... 23

12. Terms and Conditions .............................................................................................................................................. 25

13. ANNEXURE – I ...................................................................................................................................................... 27

14. ANNEXURE – II Technical changes in previous RFP document……………………………………………….29

TABLES

Table 1: Format for the Quotation .................................................................................................... 10

Table 2 : IRNSS Signals Frequency bands ...................................................................................... 13

Table 3 : Typical IRNSS Signal Power level at Receiver Antenna .................................................... 13

Table 4: IRNSS SPS Receivers Specifications ................................................................................. 14

Table 5: Major Specifications of GPS L1 C/A code Receiver……………………………………………18

Table 6: Milestone based Monitoring, Payment & Delivery Schedule………………………………... 23

Table 7: List of deliverable items...………………………………………………………………………... 23

Page 5: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 5 of 34

Abbreviations

AMC On site Annual Maintenance Contract

ATP doc Acceptance Test Plan Document

BPSK Binary Phase Shift Keying modulation

C/A Clear/Coarse Access

DVM Design Validation Model

FAT doc Factory (At vendor’s premises) Acceptance Test document.

GDOP Geometrical Dilution of Precision

GEO Geo Equatorial Orbit

GNSS Global Navigation Satellite System

GPS Global Positioning System

GSO Geo Synchronous Orbit

ICD Interface Control Document

IRNSS Indian Regional Navigation Satellite System

ISRO Indian Space Research Organization

MCPS Mega Chips Per Second

NDA Non Disclose Agreement

NRE Non Recurring Expenditure

PR Pseudo Range

PVT Position, Velocity, Time

QAM Quality Assurance Model for the verification of performance repeatability.

REQ ID Requirement Identification number

RF FEP RF Front End Processor

RFI Radio Frequency Interference

RFP Request For Proposal

RHCP Right Hand Circular Polarization

SAC Space Applications Centre ( A centre of ISRO, at Ahmedabad, India)

SIS Signal In Space

SPS Standard Positioning Service

SV ID Satellite ID

WGS84 World Geodetic System 84

QAM Quality Assurance Model for the verification of performance repeatability.

Page 6: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 6 of 34

REQ

ID Requirements description / details

Vendor’s

Response

1. Introduction

Indian Regional Navigation Satellite System (IRNSS) is ISRO’s initiative to build an

independent and regional satellite navigation system based on a constellation of

GEO and GSO satellites. IRNSS will have three main segments, namely the space

segment, the ground segment and the user segment.

The satellites will be placed in two different orbital planes; 3 satellites in the Geo-

stationary orbit (GEO) and 4 satellites in the Geo-synchronous orbit (GSO) with an

inclination of 29º . The IRNSS costellation may be extended to eleven satellite

constellation. The space segment is continuously monitored, controlled and

managed by the ground segment. User segment is related to user receivers in

which “IRNSS SPS_GPS Receivers” will be used to receive IRNSS/GNSS signals.

This document is prepared for inviting the proposals from the industries for the

design, development and onsite delivery of “IRNSS SPS_GPS User Receivers”

herein after it will be referred as “Receivers” throughout this document. This

document provides details and nominal specifications of “Receivers”. The vendors

are required to provide their techno-commercial proposals seperately in the sealed

covers for development and realization plan/schedule of the “Receivers”.

2. Scope of work This Request For the Proposal (RFP) is made to invite competent industries for the

design, development, manufacturing and onsites delivery of accepted “Receivers”

(1 No. of DVM, 4 Nos of QAM and 100 Nos. of recurrent units). They should meet

the specifications as stated in the sections 6.0 and 7.0 in this document.

The “Receivers” will have to receive simultaneously S and L5 Band IRNSS

satellites downlink signals and GPS L1 C/A signal and have to provide the PVT

solutions as per the specified mode of configurations.

This document contains the following details :

Section 5.0 contains vendor’s responsibilities and format for the quotation.

Details on Reliability & Quality assurance requirements, fabrccation process,

packaging & transportation requirements and identification mark is provided in the

section 7.0.

Details related to FAT/ATP and test philosophy is provided in saction 8.0.

List of deliverable documents, deliverable items and delivery shedule are provided

in the sections 9.0, 11.0 (Table – 5) and section 10.0 respectively.

Page 7: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 7 of 34

3. Objectives

The primary objectives of “Receivers” are as below:

REQ-1 Acquire signals simultaneously from all the IRNSS and visible GPS satellites using

best satellites geometry of configured constellation(s) (w.r.t. GDOP & Signal

strength), provide the PVT solution as outputs and display the same.

REQ-2 Compute & Display the downlink signal strength along with SV ID of L5, S & L1

signals of all the configured satellites, Dopplers and PVT parameters.

REQ-3 Mitigate the effects of multi-path and RF interference from Distance Measuring

Equipment (DME) and TACtical Air Navigation (TACAN), FM Radio signals & FM

harmonics, Land mobile, WCDMA, Wimax/Wi-Fi signals, Doppler collision etc.

using state of the art techniques. Vendor has to demonstrate performance of

implemented mitigation techniques/algorithms with all such RF interferences of -80

dBm power level.

REQ-4 The receiver shall exclude satellite from PVT computation in the following cases:

The ALERT FLAG is set.

The SIGNAL HEALTH bit is set

The Satellite is DISABLED by user command.

REQ-5 User receivers should use the following algorithms by default to minimize the

ionosphere delay and other errors as per the following modes of configurations.

(i) Single frequency mode :

GPS : Use SBAS parameters

IRNSS : Either L5 or S band : By default, Grid based ionosphere delay

correction parameters broadcasted from IRNSS satellites and Klobuchar like in-

built ionosphere delay correction algorithm/model in absence of grid based

parameters.

(ii) Dual frequency mode – IRNSS L5 and S bands (IRNSS Dual bands) Dual frequency

based algorithm to minimize ionosphere delay.

(iii) IRNSS + GPS (Hybrid) Mode :

For GPS solution SBAS and for IRNSS solution grid or Klobuchar

parameters must be used for delay errors correction. Final Hybrid PVT

solution must be with ionosphere delay and other errors corrections.

REQ-6 The receivers can have preferably built-in UNB model for Troposphere delay

Page 8: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 8 of 34

correction.

REQ-7 NIL - Removed & Not required

REQ-8 1 PPS output synchronized to IRNSS time and user receiver must take external

1 PPS as per the specifications. Internal 1 PPS must be used as a default

measurement instant and external 1 PPS as and when applied. In hybrid mode of

operation, 1 PPS should be constraint to IRNSS time only.

REQ-9 The User receivers should have in-built internal frequency reference source with

appropriate (short & longe term) stability and must be phase lock to external 10

MHz frequency reference source (10 MHz, sinewave, 0 dBm +/- 3 dB). Internal or

external reference frequency source selection should be automatic. By default, it

must be with internal reference frequency source.

REQ-10 The receiver shall have provision to load user coarse location/position and timing

parameters through key board or GUI which can aid fast signal acquisition.

REQ-11 IRNSS system time stamped navigation and measurement data.

REQ-12 Format the measurement data, navigation data and equipment status data into

specified formats and make them available at specified output ports for logging.

REQ-13 To save/store Navigation, Measurement data and broadcast Messages of 24 hours

duration locally and it should be achievable through suitable output port.

REQ-14 The necessary details of SPS codes for all the IRNSS satellites and other relevant

details (IRNSS SPS ICD) shall be provided to the qualified (short listed) vendor

separately with Legal Non-Disclosure Agreement at the time of contract

finalization/Purchase Order (PO).

REQ-15 Receiver should provide status updates every one second.

4. SAC/ISRO’s Responsibilities REQ-16 SAC shall clarify vendors’ queries if any. REQ-17 SAC officials will review FAT/ATP document prepared by the vendor and provide

feedback if any for up-dating/editing and finalizing the FAT/ATP document.

REQ-18 SAC officials will participate in FAT at vendor’s site / place before shipment and the

vendor shall communicate the schedule in advance to SAC/ISRO.

5. Vendor’s Responsibility REQ-19 Vendor should have sufficient experience in the field of development of “Receivers”

Page 9: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 9 of 34

for satellite based navigation system and documentary evidence for the same

should be provided in their response.

REQ-20 Design, Development, Manufacturing and delivery of Receivers which meets the

objectives and specifications as described in the sections 3.0 and 6.0 respectively.

Vendor has to prepare FAT/ATP document, to carryout FAT in presence of ISRO

officials as per the final FAT/ATP document, deliver accepted Receivers at

“specified end users site(s) anywhere over Indian land mass” herein after it will

be referred as “end users site(s) or onsite(s)” through out in this RFP

document. Vendor has to provide onsite training related to the operations of user

receiver. Vendor also has to carry out final on-site basic functional tests with live

satellites signals at end user’s sites. (The sites will be anywhere over the Indian

land mass and sites locations details will be provided later on).

REQ-21 All the specifications/requirements and terms and conditions are applicable for all

the specified three frequency bands i. e. L5, L1 and S bands.

REQ-22 The User receivers should be portable, Independent, stand alone and should

operate with DC supply. The necessary DC supply should be provided from at a

time any one of the following external power supply source:

(i) AC to DC adapter operated on 230 V AC +/- 10% input or

(ii) DC to DC adapter operated on DC voltage up to 48V as input

(iii) Chargeable battery of rated voltage.

The external chargeable battery must provide backup support for the specified time

span. The AC to DC and DC to DC adapters, chargeable battery and its charger

must be of standard reputed brand/OEM and all these are the deliverable items.

REQ-23 The User Receivers shall have capability to receive IRNSS frequency bands (L5 & S

Bands) and GPS L1 C/A signal. User receivers must display PVT solution based on

signals received from IRNSS or GPS satellites (Independent constellation) or IRNSS

+ GPS satellites (Hybrid solution based on dual constellations) and other defined

parameters derived from these signals. Receiver must correct PVT solution

using SBAS signal in GPS and in GPS + IRNSS (Hybrid) mode. In Hybrid

mode, for GPS solution, SBAS and for IRNSS solution, dual

frequency/grid/Klobuchar parameters must be used for errors

correction.

REQ-24 For GPS L1 C/A code signal details are as per the GPS ICD 200 E or latest GPS

L1 C/A code signal ICD which is available on GPS web site.

REQ-25 After successful FAT, vendor should deliver DVM of “Receivers” as shown in Table

Page 10: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 10 of 34

1, for further evaluation & qualification with professional simulator(s) at SAC

Ahmedabad. If any deviations with respect to specifications, in the performance are

found then vendor should incorporate necessary modifications to meet the

intended specifications/performance. The contract for the production of

recurrent units will only be awarded by SAC/ISRO after successful and

satisfactory acceptance of DVM and repeatable performance of QAM units.

Rest of the units shall be delivered as per the specified delivery schedule.

REQ-26 Vendor should strictly comply with the legal agreement of the contract, terms and

conditions laid down by SAC/ISRO in this RFP document for maintaining secrecy of

all the technical & non-technical materials, correspondence, hardware/software

details etc.

REQ-27 The Contractor (Vendor) and Purchaser (SAC/ISRO) each shall designate in writing

competent representatives (Focal persons) in respect of different tasks like

Technical Interfacing, Progress Monitoring, Scheduling of inspection and

Acceptance tests (FAT) for the timely execution of the agreement.

REQ-28 SAC/ISRO shall decide at the time of contract finalization, about the purchase or

not to purchase complete Joint IP (JIP) right alone with the receivers. Joint IP right

means Vendor or/and SAC/ISRO can re-produce same Receivers OR SAC/ISRO

can provide this JIP to third party for the re-production of same receivers

independently in future as per their requirements.

REQ-29 It is mendatory for the Vendors to quote (in price bid part & confirmation of the

bid in Table-1) for each items as per the following format in the Table 1.

Table 1: Format for the Quotation

Sr.

No. Description Quantity

Confirm that

you quoted

as per this

format

1 Design, Development, Manufacturing, carry

out FAT/ATP and onsite delivery of

accepted “Receiver” along with all the

deliverables items as listed in Table No. 6

1 No.

DVM unit

2 Production of accepted above DVM, carry

out FAT/ATP and onsite delivery of

accepted “Receivers” along with all the

4 Nos.

QAM units

Page 11: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 11 of 34

deliverables items as listed in Table No. 6

3 Production of accepted above QAM, carry

out FAT/ATP and onsite delivery of

accepted “Receivers” along with all the

deliverables items as listed in Table No. 6

Up to 100

Nos

Recurrent

Units, in the

slab of

1-50 and

51-100 Nos

4 Applicable all the taxes if any for each

above items Sr. No. 1 to 3. (Specify item

wise)

5 Optional item : Quote for additional units in

slab of 50 Nos. up to 500 numbers and its

validity should be for two years from the

date of acceptance of QAM.

101-150

151- 200

201- 250

251- 300

301- 350

351- 400

401- 450

451- 500

6 Optional item : Quote with inclusive of

applicable Taxes (if any) for onsites

additional two years (For 2nd & 3rd years)

paid up comprehensive warranty support

Per Unit /

Year

7 Optional item : Quote with inclusive of

applicable Taxes (if any) for onsites

additional two years (For 4th & 5th years)

paid up comprehensive AMC support.

Per Unit /

Year

8 Optional item : Quote with inclusive of

applicable Taxes (if any) for the delivery of

complete “Joint Intellectual Property

(JIP) rights.”

All the IPs

of complete

Receiver

REQ-30 Offer shall be submitted separately in two parts in sealed envelopes. The offer

needs to be clearly marked as “Part-1: Technical offer“ with prices masked and

“Part-2 Commercial offer”. In “Part-2-Commercial offer”, vendor should quote

cost for DVM, QAM & cost of reproduction units per unit & total separately.

Page 12: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 12 of 34

Vendor must also quote in slab of fifty for the recurrent units.

REQ-31 The vendor must comply to one year, onsite, comprehensive standard warranty

support without any extra charges.

REQ-32 The vendor must quote separately as an optional item for additional two years

(For 2nd & 3rd years) paid up onsite comprehensive warranty support.

REQ-33 The vendor also must quote separately as an optional item for two years (For 4th &

5th Years) Onsite Comprehensive Annual Maintenance Contract (OCAMC)

support. The proposed responsibilities, terms and conditions of OCAMC is as per

the Annexure-I

REQ-34 The warranty for a given unit will be effective from the date of demonstration of

final functional tests and its final acceptance by SAC/ISRO.

REQ-35 In case of failure & maintenance of faulty unit(s), the sole responsibilities and all the

expences/charges lies on vendor’s part including packaging, freight, forwarding,

back and forth transportation from onsites to factory/service center, repairing, re-

packing, delivery and functional demonstration at sites and so on.

REQ-36 The total breakdown period including back and forth transportation, maintenance

etc must not be more than eight days from the date of intimation of failure of the

“Receiver(s)”.

REQ-37 The vendor should establish service center in India to provide stated/requisite

onsite comprehensive support for total five years. The vendor may have to keep

some spare hardware of all the sub-systems or complete user receivers for

immediate onsites support during failure.

REQ-38 SAC/ISRO reserves full right to finalize the quantity of recurrent units (Sr. No. 3 in

above Table 1), additional paidup warranty and AMC support etc at the time of

recommendation based on quotation received, requirements and considering

technical & commercial aspects.

REQ-39 The “Receivers” should have direct & detachable connecting facility with Active

Antenna either with suitable low loss (Ecoflex-15, LMR 400 or equivalent) 15

meters long TNC (M) RF cable or through small (2 m) TNC (M) cable

REQ-40 The vendor must supply similar “Receivers” to SAC/ISRO at a rate not exceeding

price of reproduction/recurrent unit i.e. without NRE charges and development

cost upto two years after the delivery of QAM.

REQ-41 During the evaluation of bids, SAC/ISRO at its discretion may seek any clarification

from the vendors of their bid. The request for clarification and the response shall be

in writing, if the response to the clarification is not received within the stipulated

Page 13: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 13 of 34

period then SAC/ISRO reserves the right to make its own reasonable

assumptions/decision at the total risk and cost of the vendor.

REQ-42 Deviation or mismatch if any in specification(s)/parameter(s)/details between RFP

and IRNSS ICD, then immediately it should be brought to the notice to SAC/ISRO

for clarification and the final clarification has to be considered as the final.

REQ-43 The receiver shall perform initiated Built in Test (IBIT) at user receiver power-up or

upon hardware software reset.

REQ-44 The user receiver shall provide a watchdog mechanism to detect and respond to a

system hang.

6. Specifications of IRNSS SPS User Receivers

6.1 IRNSS Signals in Space (SIS)

REQ-45 Table 2 : IRNSS Signals Frequency bands

Sr.

No. Signal

Carrier

Frequency

Total allocated bandwidth

1. SPS – L5 band 1176.45 MHz 24 MHz (1164.45 -1188.45 MHz)

2. SPS – S band 2492.028 MHz 16.5 MHz (2483.778 – 2500.278 MHz)

Table 3 : Typical IRNSS Signal Power level at Receiver Antenna

Sr.

No.

Signal Signal Component

Typical IRNSS signal power

at Rx Antenna (dBw)

1. L5 band SPS – BPSK -158.0

2. S band SPS – BPSK -161.0

Page 14: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 14 of 34

REQ-46 Table 4: IRNSS SPS Receivers Specifications

Sr

No. Parameters L 5 Band S Band

1. Center

Frequency/Band 1176.45 MHz+/- 12 MHz

2492.028 MHz+/- 8.25

MHz

2. Modulation /

Polarization

BPSK / RHCP

3. Number of

channels

36 Channels - 11 Channels in L5 + 11

Channels in S band of IRNSS for SPS

signals reception + 12 channels for GPS

L1 C/A code signal + 2 Channel for SBAS

(GAGAN) signal reception. i. e. Available

IRNSS satellite signal(s) and required rest

from GPS satellites L1 C/A code signals

reception at L1 frequency band. SBAS code

details will be provided to the qualified

vendor.

4. Code Type / Rate Gold code, selectable from the list as per the

IRNSS SPS ICD / Rate = 1.023 Mcps

5. Code Length 1023 Chips

6. Minimum

Tracking C/No 32 dBHz at LNA input.

7.

Signal level

Acquisition

Sensitivity

-166 dBw (-136 dBm) or better at L5 Band

with G/T=-27 dB/k and EL=150 and

-169 dBw (-139 dBm) or better at S band

with G/T=-25 dB/k and EL=150

8. Total Frequency

uncertainty +10 KHz

9.

Horizontal

Position

Accuracy -

3D, 1σ value

IRNSS 3D Position Accuracy (Considering

GDOP=3.6, 1σ value)

<10 m in single frequency mode,

coefficient based &

<5 m in dual frequency mode.

10. Velocity

Accuracy 0.05 m/s, 1σ value

Page 15: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 15 of 34

11. Time Accuracy 25 nsec, 1σ value

12.

Receiver self

Error

contribution

(1 Sigma value)

< 50 cm at C/No = 42 dBHz in a static test condition

without multipath, interferences and other

impairments. Vendor must provide the plot of C/No

(from 36 to 50 dBHz) against receiver self error.

13.

Multipath

residual error

(1 Sigma value)

The receiver shall limit the Pseudorange error

(standard deviation) to less than 1 m for a single

multipath with signal to multipath ratio (SMR) =3

dB for any relative delay.

14.

RF Interference

residual error

(1 Sigma value)

The receiver shall limit the Pseudorange error

(standard deviation) to less than 1 m for average

rate of DME pulse pair, TACAN pulses, CW @

Center Frequency or wideband interference power

level of - 80 dBm.

15. Nav. Data Rate 25 bps (un-coded) & 50 Sps after Rate=½ FEC

16.

FEC Rate, const.

length and

Polynomials

Rate=½ , k = 7, G1 = 171(o) , G2 = 133(o) ,

Sequence First G1 and then G2

17. Datum WGS 84

Antenna

18. Coverage Hemispherical, RHCP

19. Receiver G/T

@ 15 deg. EL

-27 dB/K or better @ L1 & L5 bands

-25 dB/K or better @ S band

20. Axial Ratio < 3 dB up to +/- 75 deg with respect to zenith

21. Protection of

Antenna

Protection against extreme exposed

environment such as Rain, Humidity,

Temperature, Dust, Ice/snow, Salty environment

etc. and proper sealing of Radome to avoid rain

water or any stagnation.

22.

Other Features

of Antenna &

LNA

Edge taper of 8 dB, for =00 to 75

0 in all phi planes

from 0 to 360. It must have multipath tolerant

design.

Page 16: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 16 of 34

Time To First Fix (TTFF) :

23. Cold start

< 120 sec average, Reference parameters like

coarse time & position, Ephemeris, code and

carrier offset details are not available.

24. Warm start < 60 sec, average, valid reference parameters like

coarse Time, Position and Ephemeris are available.

Dynamic operating conditions :

25. Altitude 18,000 meters max.

26. Velocity 515 meters/second max.

27. Acceleration 4 g

28. Jerk 5 m/s3

29.

Shock &

Vibration

In packed

condition

As per the MIL STD 810E, EP455 Mechanical Shock : Section 5.14.1 Operational Vibration : Section 5.15.1 Random Frequency: 5 to 50 : 0.250 g2/Hz 50 to 500 Hz : 0.012 g2/Hz Duration : 2 Hrs in each 3 axes

Resonance search before and after above test

shall be carried out at 0.5g, 2 octave/min.

30. EMI/EMC

As per MIL-STD-461E, for CECC (EN61000) CS, RS

103.

The design shall be such that its performance shall

not degrade under any Electro Magnetic

Interference.

31. Burn-in test Duration : 72 Hrs at ambient temperature.

I/O signal & Interface Details :

32.

Active Antenna

output & RFFE

input Ports

TNC(F), Return loss better than 10 dB across 50 Ω.

Provision for supplying DC for Active Antenna

(using bias-T network) either through small (2m)

RF cable/TNC(M) bullet directly or through 15 m RF

cable

Page 17: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 17 of 34

33.

Navigation data

output

Receiver Navigation data output in NMEA0183 V2.x

standard or latest @ RS-232 port. (output interval –

1 Hz)

RS232 to USB converter must be provided.

34. Data storage NIL - Removed & Not required

35. Auxiliary port

Coarse position & time input, command &

configuration data shall be sent to the

receiver through RS-232.

36.

Parameters to be

Displayed on

built-in display

3D Position in deg-mm-sec format, Velocity in m/s,

Time in hr-mm-sec format, Satellites IDs & their

signal strength display with vertical bar chart,

Doppler, Receiver final lock status, Battery charge

/ voltage status

37. LCD Display Built-in, easily detachable color TFT LCD display :

4.3” or larger size.

Environmental specifications

38. Operating

Temperature

- 20°C to + 60°C for Rx main unit (IDU) &

-30°C to + 60°C for Antenna & LNA (ODU)

6 Hrs Dwell time during thermal cycle for each

temperature extremes.

39. Storage

Temperature

- 30°C to +85°C

6 Hrs Dwell time during thermal cycle for each

temperature extremes.

40. Relative

Humidity

24 Hrs storage, 95 % RH @ 400 C followed by 4Hrs

operational, 95% RH @ 400 C

41.

Proposed Size

& weight -

Approximately

Size & weight must be commensurate to

Handheld unit and smaller in size and light in

weight are preferred.

Size : For IDU : Volume of 100 (Inches) 3 &

For ODU : Volume of 45 (Inches) 3 .

Weight : 2 Kg Approx.

(Excluding Battery)

Page 18: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 18 of 34

42.

Power supply

through circular

connector

User receivers must be operated from any one of

the following external DC supply source and with

output circular connector compatible to Receiver

circular connector.

(i) AC to DC external adapter : Operated with

external 230 VAC +/- 10 %, 50 Hz, single phase

mains supply as input

(ii) DC to DC adapter : Operated with DC up to

48V DC as input. DC to DC Adapter must be

with spike suppressor to suppress the spike

generated by vehicle engine during starting

& in motion. During engine ignition, due to

surge current, vehicle battery voltage will

drop momentarily. DC to DC Adapter must

regulate essential output voltage within

tolerable limit of hardware devices

irrespective of input DC variation.

(iii) External chargeable battery of rated voltage.

The external chargeable battery must provide

backup support for the period of 8 Hours.

The AC to DC and DC to DC adapters, chargeable

battery with compatible output circular connector

and its charger must be of standard reputed

brand/OEM and they are the deliverable parts.

43.

Exclusion of

display from

shock &

vibration tests

Built-in display should be easily detachable & re-

installable from main unit so that it can be

detached during shock & vibration tests and it will

not under go through these tests.

44. Test

methodology

All the specified environmental and dynamic tests

will be carried out as per the respective tests

guidelines & procedure laid down under MIL-STD-

810 / JSS 55555

Page 19: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 19 of 34

REQ-47 Table : 5 Major Specifications of GPS L1 C/A code Receiver

Sr.

No. Parameters Specifications

01 General description GPS L1 C/A code Receiver

02 Number of channels 12 channels

03 Horizontal Position Accuracy <2 m RMS

04 Vertical Position Accuracy 5 m RMS

05 Velocity Accuracy 0.1 m/s RMS

06 Time Accuracy 20 ns RMS

07 Update Rate 5 Hz

08 Signal Acquisition sensitivity -136 dBm

9 Signal Tracking sensitivity -140 dBm

10

Rest all the electrical, environmental, mechanical, dynamic and

other miscellaneous specifications should be equal or better than

the specifications of IRNSS User Receiver as specified in Table : 4

7. Reliability & Quality Assurance Requirements REQ-48

7.1 Parts and materials

Parts and materials proposed to be used in the “Receivers”shall be of latest

technology and these will be in continuous production.

Parts : The parts used in “IRNSS SPS_GPS Receivers” shall be of Industrial

Grade or better and capable to withstand all the environmental conditions worst

than specified above. It is preferred that both electronic and mechanical parts shall

be procured from reputed Indigenous/foreign manufacturers/vendors.

Materials : Materials proposed to be used in “Receivers”shall be of corrosion

resistant type and suitably processed to resist corrosion caused by atmospheric

conditions existent in storage or normal operational conditions. Only Non-magnetic

materials shall be used for parts except where magnetic materials are essential.

Organic and inorganic materials shall be stable under atmospheric conditions. Only

Page 20: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 20 of 34

qualified industrial grade epoxies, potting materials etc. shall be used within their

shelf life and with cure schedules as specified by the manufacturer.

REQ-49 7.2 Fabrication process

Along with the quotation, vendor shall provide the details of all the fabrication

process (starting from components selection till the end of finished product)

including soldering, epoxy application, surface treatment, mechanical package

design etc, and quality control & assurance methodology followed for all the

electronics & mechanical items. EMI/EMC and Thermal aspect shall also be taken

care while designing the package & PCB layout. The unit shall be manufactured as

per the standards normally associated with Hi-Rel fabrication.

It is preferred that cleanliness, environmental conditions and ESD control measure

shall be adhered properly in work area. Vendor must follow Quality Control process

at each design and fabrication stages and carry out Quality Assurance audit to

ensure that all planned Product Assurance activities are complied with the identified

procedures.

The proper marking and identification of all the components/parts, labeling of

wires/cables, input & output connectors is essential.

Vendor shall provide proper marking of Item name, model & serial and other details

on front/rear panel of unit. These marking details will be provided by SAC at

appropriate time. The permanency of the marking shall be sufficient to withstand

the specified environmental conditions and normal cleaning operations.

REQ-50 7.3 Packaging and Transportation

Suitable packaging shall be provided for the transportation of the units by air, ship

or road without any degradation / damage. The transportation package shall

suitably be made to protect the unit from rough handling.

The units shall be packaged in ESD (if applicable) protective package. This

package shall protect the unit from environmental conditions during transportation

like heat, humidity, dust, shock, vibration, ESD etc. The unit shall comply with the

vibration specification of 7.7g per Military Standard 810E

REQ-51 7.4 Identification and marking

A unique part number and serial number must be assigned to the “Receivers” and

Active Antenna units. The marking should be permanent and legible.

REQ-52 All the inputs and outputs ports must be labeled with proper font size and thickness

Page 21: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 21 of 34

so that they can be easily readable from the distance expected with the equipment

use.

8. Test Philosophy REQ-53 FAT/ATP document must contain the details of all the tests considering electrical,

functional, dynamic, environmental and mechanical specifications of this RFP. All

the tests shall be carrying out as per the final approved FAT/ATP document.

8.1 For DVM and QAM units

All the tests at vendor’s site and subsequently the limited prime tests will be carried

out with professional simulator(s) and with live satellites signals at SAC

Ahmedabad for final qualification.

8.2 For Recurrent units REQ-54 All the tests at vendor’s site, on 10 % of the total units selected randomly.

Basic functional tests, on remaining 90 % of units at vendor’s site.

A final functional test on all the units with live satellites signals at the end users

sites anywhere in India.

8.3 Proposed list of tests REQ-55 Active antenna (Integrated Antenna and LNA) tests (Independently)

Receive gain at bore sight for all band (L1, L5 and S band)

Radiation pattern from -180 degree to +180 degree of theta and ϕ=0 to 360 ° in

step of 10 °

Antenna phase centre measurement over the 0 to 90 deg. elevation angles at

all the three frequency bands

Gain Vs Frequency response

Output port Return Loss measurement

Performance tests over specified operating & dynamic environments.

Complete integrated user receiver tests :

Specified modes of configuration and PVT computation and SBAS

functionality.

Signal level sensitivity test

Verification test for number of channels.

Performance of Ionosphere & Troposphere delay correction algorithms.

Signal Acquisition and Tracking threshold tests with noise.

Frequency acquisition (uncertainty) range with 35 dBHz C/No.

C/No versus code jitter. (Over the range of C/No = 35 to 50 dBHz)

User receivers self error at 42 dBHz C/No and –132 dBm signal level

at LNA input port.

Page 22: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 22 of 34

TTFF at 35 dBHz C/No for cold and warm start modes and reacquisition

time

PVT Accuracy (Over the range of C/No = 35 to 50 dBHz) without

multipath.

PVT Accuracy with multipath errors for SMR of 2, 6, 12 to 15 dB and

over the multipath delay from 0.1,0.2, 0.3, 0.5, 0.7 and 1.0 chip

Reference source frequency stability – short term (per second) & long

term (Over a day) stability.

All the input/output interfaces functionality tests

Battery back-up test with all the Receiver hardware is powered ON

Verification of all the tracked satellites are used for PVT computation

Environmental tests :

Operating and storage temperature testing as per the specifications

Humidity test (5% to 95% non-condensing at + 400C)

Shock and Vibration tests as per the specified test standards

EMI/EMC tests as per the specified test standards

Burn-in test for 72 Hrs at ambient under Receiver power ON condition.

Vendor has to include any additional tests suggested by SAC during finalization of

FAT/ATP document.

REQ-56 After completing FAT of DVM & QAM and reviewing the test results and their

repeatability, if it is found acceptable then clearance for the production of recurrent

units will be provided by SAC.

9. Deliverable Documents : REQ-57 The following documents are to be supplied and shall be controlled and managed

as per the ISO 9001-2000 guidelines and as per the terms & conditions laid down in

legal agreement of contract. All documents should be supplied in CDs and hard

copies.

1 Document related to mechanical packages, internal & interfaces

connections details of board(s), components and I/O interfaces.

2 Document related to test setups, procedures and tests results achieved

during development.

3 Factory Acceptance Tests (FAT) & Final Acceptance Test Plan (ATP)

document(s) including list of tests, test setups, details of T & M equipments,

test procedures and blank tables for test results.

4 User operating manual.

Page 23: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 23 of 34

5 Certificate of Compliance (CoC)

10. Milestone based Monitoring, Payment & Delivery Schedule REQ-58 The proposed milestone based monitoring, payment and Delivery schedule is

provided as below :

The cost of each milestones & their payment must be considered excluding the cost

of extended warrantee – 2 years and AMC – 2 years. Vendors have to provide

details related to their milestones, delivery schedule and payment terms and these

will be finalized during negotiation mutually acceptable and agreed by both the

parties before placement of Purchase Order.

Table : 6 Milestone based Monitoring, Payment & Delivery Schedule

Sr. No. Milestones Delivery schedule Payment terms

1

Advance payment as per

the Government rules if any

against bank guarantee

After placement of

Purchase Order

After reception

of bank

guarantee

2

Delivery & Successful

completion of FAT & onsite

ATP of DVM – 1 No.

To + 5.5 months Cost of DVM

(NRE charges)

3

FAT, Delivery & Successful

completion of onsite ATP of

QAM – 4 Nos.

To + 6 months Cost of QAMs

4

Delivery & Successful

completion of onsite ATP of

production units– 100 Nos.

To + 9 months

Prorata bases

as per the

delivered units

REQ-59 The supplier shall complete the delivery of all the units within the stipulated time

agreed upon and as mentioned in purchase order. The delivery schedule shall be

strictly adhered to.

11. List of Deliverable items REQ-60 Vendor should deliver the following items as listed in the following Table

Table 7: List of deliverables

Page 24: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 24 of 34

Sr.

No

IRNSS SPS_GPS Receivers

Quantity

Nos.

1. IRNSS SPS_GPS User Receiver with SBAS

functionality as per the specifications &

requirements - 1 No. DVM

1 No. DVM

2.

Production of Quality Assurance Model after the

successful acceptance of above DVM as stated

under Sr. No. 1

04 Nos. QAM

3.

Production of recurrent units after the successful

acceptance of above DVM & QAM as stated under

Sr. No.1 & 2

In slab of 1-50 &

51-100 Nos of

Recurrent units

4.

(i) Active Antenna unit with Radome and

suitable mounting stand – 1 No

(ii) RF (low loss) 15 m long cable for connecting

“IRNSS SPS_GPS Receivers” to Active Antenna

with compatible TNC(M) connectors on both the

ends – 1 No

(iii) RF (low loss) 2 m long cable for connecting

“IRNSS SPS_GPS Receivers” to Active Antenna

with compatible TNC(M) connectors on both the

ends – 1 No

(IV) Mechanical tools kit for installation – 1 set

One set with

each Receiver

5.

Delivery of power supply adapters and battery of

standard reputed brand/OEM:

Mains 230 VAC +/- 10%, 50 Hz, single phase as

input to requisite DC supply – AC to DC Adapter

– 1 No.

DC voltage range up to 48 VDC as Input to

requisite DC output –DC to DC Adapter – 1 No.

Chargeable battery of requisite DC voltage &

current along with its charger – 1 Set

All the necessary I/O interfaces cables with suitable

matting connectors and adapters, Terminations etc

One set with

each Receiver

6. Standard reusable & long lasting carry bags to carry One with each

Page 25: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 25 of 34

“IRNSS SPS_GPS Receivers” (IDU) and Active

antenna unit (ODU) with proper packing arrangement

in carry bags

Receiver

7. All the Documents as listed in section 9.0 One set with

each Receiver

12. Terms and Conditions REQ-61 The design and production of critical subsystems shall be as per the international

quality certified realization process.

REQ-62 The advance payment if any, will be made against bank guarantee as per the

Government norms and rest of the milestone based payment will be made

subjected to successful completion of each milestone and due milestone

completion certification from SAC/ISRO Authority for the same i. e. Payment of

DVM (NRE) charges against onsite delivery & successful acceptance of DVM,

payment for QAM against onsite delivery & successful qualifacation of QAM and

prorata bases payment against onsite delivery & successful acceptance of

production units. The vendor may specify their payment terms/delivery schedule in

their offer. The final payment terms will be finalized during negotiation before issue

of purchase order to the qualified vendor.

REQ-63 All the documents must be in English language. REQ-64 The vendor may seek/request for any clarification, if required before the submission

of the offer.

REQ-65 Validity of the offer shall be at least for 120 days from the date of opening of tender. REQ-66 Vendor should arrange for all logistics requirements for Acceptance Test at

SAC/Ahmedabad.

REQ-67 Vendor shall go through all the sections of the RFP document and provide a point-

by-point response for each technical and commercial matters in compliance matrix

along with supportive documents. The vendor should bid after carefully examining

all the instructions, terms, conditions, requirements and specifications as mentioned

in RFP and tender notice. The bid should be precise and complete in all respects

as per the requirement of RFP/tender.

REQ-68 It is mendatory for the vendors to provide the documentary details related to

their technical competency, past design & development experience in this field,

Infrastructure required for such development work, skilled manpower in this field etc

alone with their offer. Since this is a specialized and new technological

development activity and considering criticality of requirements, ISRO reserves all

Page 26: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 26 of 34

the rights to accept or reject the commercially lowest or any other offer in whole or

in part without assigning any reason based on commercial offer, response in terms

of point-by-point complied/non-complied statement of each

parameters/requirements reflected in this RFP and tender, delivery schedule and

many other technical, non-technical & legal criteria laid down by ISRO. Failure to

furnish full required information or submission of a bid with unsolicited information

will be at the vendor’s risk and may result in rejection of bid/offer. The

Purchaser/ISRO is not bounded to provide any reason or justification for the same.

Selection of vendor will be based on compliance of technical specifications and

consideration of all above mentioned criteria.

REQ-69 If found necessary then ISRO may invite selected or all the vendors for the

presentation/discussion including technical and commercial matters to asses the

technical competency related to this RFP/Tender, ISRO officials may visit vendor’s

site if required to verify vendor’s capability in all respect. ISRO may invite suitable

vendor(s) to provide Best And Final Offer (BAFO) within stipulated time.

REQ-70 All the payments including advance payment (if any) will be made subject to

Performance Bank Guarantee issued by the Vendor valuing 10% of the total

contract value in the prescribed form issued by first class National or International

bank acceptable to State Bank of India towards bank guarantee with proper

validation period.

REQ-71 The warranty, AMC, rejection, replacement, delivery schedule, liquidated damages,

payment terms and rest all other terms and conditions laid down in RFP & Tender

must be applicable and binding to the vendor.

Page 27: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 27 of 34

13. ANNEXURE – I

Proposed responsibilities, terms & conditions for

Onsite Comprehensive Annual Maintenance Contract (OCAMC)

Vendor has to carry out the following OCAMC activities as per the proposed following terms &

conditions:

1.0 Onsite Comprehensive Annual Maintenance (Herein after referred as “OCAMC”)

a. The vendor shall carry out On Site Comprehensive Maintenance Services for IRNSS

SPS_GPS User Receivers Herein after referred as “Receivers” spread all over India for the

period of OCAMC.

b. The vendor should establish zonal or centralized helpdesk with Phone, Fax numbers and

email ID for registration of complaint of failed/faulty unit(s).

c. For any problem reported by the end user, the problem shall be attended to within 8 days.

d. The vendor has to prepare & submit (to SAC/ISRO) detailed monthly maintenance report

containing details such as date of complaint logged, date of complaint attended,

type/description of fault, functional status (complaint cleared with date or pending and if it is

pending then reason for the same) for each receiver.

2.0 Terms & Conditions

a. During OCAMC period vendor should accept any addition or deletion of Receivers for

OCAMC on pro rata basis on same rate.

b. The term comprehensive means Vendor will onsite diagnose, repair / replace the faulty

component / system, sub-systems / peripherals / software etc within specified time frame and

make system operational.

c. In the event of the damages to end user’s property or personal injury to Vendor’s

person/engineer due to the negligence or any other cause, the responsibility shall be solely

rest with vendor. ISRO shall not be responsible for any loss or life of employee of Vendor at

the time of performance of contract at the end user agency’s premises due to natural

calamities / accident etc, if any. The persons engaged by the Vendor for carrying out this

maintenance work will not have any right or claim for regular employment in any of the ISRO

centre/DOS.

Page 28: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 28 of 34

d. Replacement of defective spare parts shall be arranged by vendor at no extra charge. The

replacement shall be a new part or equivalent functional unit. In case maintenance is held up

due to non-availability of spares or any reason/cause and if the system is not working then

pro-rata based proportional amount shall be deducted from the OCAMC bill.

e. Vendor should define proper call reporting formats and reporting procedures and should not

try to advice the users by telephone to solve the problems after the call/complaint is lodged.

f. As maintenance is comprehensive in nature, Vendor should keep stock of spare sub-

systems, systems, critical components etc so that immediate repair can be performed.

g. Vendor must nominate Focal Person for all the activities related to OCAMC and all the

correspondences related to OCAMC shall be marked to the focal person.

h. The down time is 8 days from the date of complaint. For each subsequent day of delay after 8

days from the date of lodging the complaint, 0.25 % of unit cost of OCAMC value/unit/day

will be recovered from the OCAMC bill.

i. Dispute, if any, shall be settled mutually, failing which it shall be referred to a one man

arbitrator appointee by the Director, SAC, Ahmedabad in accordance with Arbitration Act

1996, whose decision shall be final and binding on both the parties.

j. ISRO reserves the right to terminate the contract if the performance of the Vendor is not

found satisfactory during the contract span by giving one month’s notice in writing without any

financial implications on either side.

k. Should a part of whole of the services covered in this contact be delayed due to reasons of

force Majeure (for sites identified by ISRO) which shall include Lock-outs, strikes, riots, civil

commotion, fire accidents, acts of God and war, stoppage of deliveries by Government,

refusal of or the training schedules referred in the respective orders shall be extended by a

period(s) not in excess of duration of such force Majeure. Each party undertakes to advise the

other as soon as it becomes aware of the circumstances of such force Majeure. So that

actions under the provisions of those orders can be mutually reviewed and agreed upon

between Vendor and ISRO if the force Majeure conditions extend over a period of six months

both the parties of the order shall mutually discuss and arrive at an agreement for

continuation or termination of the contact.

l. If the receiver is mounted on moving platform then it may not be available at a particular fixed

site at all the time, vendor has to carryout OCAMC as and where receiver(s) is/are available.

Page 29: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 29 of 34

14. ANNEXURE – II

Technical changes in previous RFP document

With reference to eGPS Tender Notice No. SAC/HPUR/2014 E0030901, for the Design,

Development and on-sites delivery of IRNSS SPS_GPS User Receivers. The following change in the

two RFP documents as referred below may please be noted and Vendor must respond as per the

RFP No. SAC/SNTD/SNAA/IRNSS/RFP1/Bulk Rx/12/2013_Ver1. The response with respect to

RFP No. SAC/SNTD/SNAA/IRNSS/RFP1/Bulk Rx/12/2013_Ver1 only will be considered.

Clause

No.

Ref :SAC / SNTD / SNAA / IRNSS /

RFP1 / Bulk Rx/12/2013

IN PLACE OF

Ref : SAC / SNTD / SNAA /IRNSS /

RFP1/ Bulk Rx/12/2013_Ver1

TO BE READ AS

REQ-5 User receivers should use the following

algorithms by default to minimize the

ionosphere delay as per the following

modes of user receiver’s configurations.

(i) Single frequency mode – Either

L5, L1 or S band : By default, Grid

based ionosphere delay correction

parameters broadcasted from

IRNSS satellites and Klobuchar like

in-built ionosphere delay correction

algorithm/model in absence of grid

based parameters.

(ii) Dual frequency mode – IRNSS L5

and S bands (IRNSS Dual bands)

Dual frequency based algorithm to

minimize ionosphere delay.

User receivers should use the following

algorithms by default to minimize the

ionosphere delay and other errors as per

the following modes of configurations.

(i) Single frequency mode :

GPS : Use SBAS parameters

IRNSS : Either L5 or S band : By

default, Grid based ionosphere delay

correction parameters broadcasted

from IRNSS satellites and Klobuchar

like in-built ionosphere delay

correction algorithm/model in

absence of grid based parameters.

(ii) Dual frequency mode – IRNSS L5

and S bands (IRNSS Dual bands)

Dual frequency based algorithm to

minimize ionosphere delay.

(iii) IRNSS + GPS (Hybrid) Mode :

For GPS solution SBAS and for

IRNSS solution grid or Klobuchar

parameters must be used for delay

errors correction. Final PVT solution

must be with ionosphere delay and

other errors corrections.

Page 30: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 30 of 34

REQ-7 They should also have Firmware up-

gradation facility. NIL - Removed & Not required

REQ-23 The User Receivers shall have capability

to receive IRNSS frequency bands (L5 &

S Bands) and GPS L1 C/A signal. User

receivers must display PVT solution

based on signals received from IRNSS or

GPS satellites (Independent constellation)

or IRNSS + GPS satellites (Hybrid

solution based on dual constellations) and

other defined parameters derived from

these signals.

The User Receivers shall have capability

to receive IRNSS frequency bands (L5 &

S Bands), GPS L1 C/A signal and SBAS

signals. User receivers must display

PVT solution based on signals received

from IRNSS or GPS satellites

(Independent constellation) or IRNSS +

GPS satellites (Hybrid solution based on

dual constellations) and other defined

parameters derived from these signals.

Receiver must correct PVT solution

using SBAS signal in GPS and in GPS

+ IRNSS (Hybrid) mode. In Hybrid

mode, for GPS solution, SBAS and for

IRNSS solution, dual

frequency/grid/Klobuchar parameters

must be used for errors correction.

REQ-46,

Table-4,

Sr. No. 3

Number of channels :

28 Channels- 11 Channels in L5 + 11

Channels in S band of IRNSS for SPS

signals Receiver with GPS ** L1 C/A

code signal reception feature (Minimum 6

Channels GPS L1 C/A code Receiver)

and PVT solution should be based on

independent (IRNSS or GPS) &

combined IRNSS + GPS (Hybrid)

signals. i.e. one or two IRNSS satellite

signal(s) and required rest from GPS

satellites L1 C/A code signals.

Number of channels :

36 Channels - 11 Channels in L5 + 11

Channels in S band of IRNSS for SPS

signals reception + 12 channels for

GPS L1 C/A code signal + 2 Channel

for SBAS (GAGAN) signal reception. i.

e. Available IRNSS satellite signal(s) and

required rest from GPS satellites L1 C/A

code signals reception at L1 frequency

band. SBAS code details will be provided

to the qualified vendor.

REQ-46,

Table-4,

Sr. No. 6

Minimum operating C/No :

36 dBHz

Minimum Tracking C/No :

32 dBHz at LNA input.

REQ-46, Signal level Acquisition sensitivity : Signal level Acquisition sensitivity :

Page 31: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 31 of 34

Table-4,

Sr. No. 7

-165 dBw (-135 dBm) or better -166 dBw (-136 dBm) or better at L5

band with G/T=-27 dB/k and EL=150and

-169 dBw (-139 dBm) or better at S

Band with G/T=-25 dB/k and EL=150

REQ-46,

Table-4,

Sr. No. 9

Position Accuracy-RMS:

<10 m in single frequency mode

&

<2 m in dual frequency mode.

(Considering GDOP=3.5, 1σ value)

IRNSS 3D Position Accuracy

(Considering GDOP=3.6, 1σ value)

<10 m in single frequency mode,

coefficient based &

<5 m in dual frequency mode.

REQ-46,

Table-4,

Sr.No. 19

Receiver G/T @ 15 deg. EL :

-28 dB/K or better @ L1 & L5 bands

-27 dB/K or better @ S band

Receiver G/T @ 15 deg. EL :

-27 dB/K or better @ L1 & L5 bands

-25 dB/K or better @ S band

REQ-46,

Table-4,

Sr.No. 29

Shock & Vibration (In packed condition)

As per the MIL STD 810E, EP455

Mechanical Shock :

Section 5.14.1 Operational

Vibration :

Section 5.15.1 Random

Frequency: 5 to 500 : 0.250 g2/Hz

50 to 500 Hz : 0.012 g2/Hz

Duration : 2 Hrs in each 3 axes

Resonance search before and after

above test shall be carried out at 0.5g, 2

octave/min.

Shock & Vibration (In packed condition)

As per the MIL STD 810E, EP455

Mechanical Shock :

Section 5.14.1 Operational

Vibration :

Section 5.15.1 Random

Frequency: 5 to 50 : 0.250 g2/Hz

50 to 500 Hz : 0.012 g2/Hz

Duration : 2 Hrs in each 3 axes

Resonance search before and after

above test shall be carried out at 0.5g, 2

octave /min.

REQ-46,

Table-4,

Sr.No. 34

Data storage :

Receiver should store Navigation &

measurement data in latest RINEX file

format for 24 Hrs and provide access

through Ethernet port.

NIL - Removed & Not required

REQ-46,

Table-4,

Sr.No. 35

Auxiliary port :

Firmware up-gradation, coarse position &

time input, command & configuration data

shall be sent to the receiver through RS-

232.

Auxiliary port :

Coarse position & time input, command

& configuration data shall be sent to the

receiver through RS-232.

REQ-46, Approx. Proposed Size & weight : Approx. Proposed Size & weight :

Page 32: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 32 of 34

Table-4,

Sr.No. 41

Size & weight must be proportional to

portable unit and smaller in size and light

in weight are preferred.

i.e. For IDU : Volume of 500 (Inches)3

For ODU : Volume of 80 (Inches)3

Weight : 5 Kg Approx.

(Excluding Battery)

Size & weight must be commensurate to

portable unit and smaller in size and light

in weight are preferred.

Size : Volume of 100 (Inches)3 for IDU

& Volume of 45 (Inches)3 for

ODU .

Weight : 2 Kg

(Excluding Battery)

REQ-46,

Table-4,

Sr.No. 42

Power supply through circular

connector

User receivers must be operated from

any one of the following external DC

supply source and with output circular

connector compatible to Receiver circular

connector.

(i) AC to DC external adapter : Operated

with external 230 VAC +/- 10 %, 50 Hz,

single phase mains supply as input

(ii) DC to DC adapter : Operated with DC

up to 48V DC as input

(iii) External chargeable battery of rated

voltage. The external chargeable battery

must provide backup support for the

period of 8 Hours. The AC to DC and DC

to DC adapters, chargeable battery with

compatible output circular connector and

its charger must be of standard reputed

brand/OEM and they are the deliverable

parts.

Power supply through circular

connector

User receivers must be operated from

any one of the following external DC

supply source and with output circular

connector compatible to Receiver

circular connector.

(i) AC to DC external adapter : Operated

with external 230 VAC +/- 10 %, 50 Hz,

single phase mains supply as input

(ii) DC to DC adapter : Operated with DC

up to 48V DC as input. DC to DC

Adapter must be with spike

suppressor to suppress the spike

generated by vehicle engine during

starting & in motion. During engine

ignition, due to surge current, vehicle

battery voltage will drop momentarily.

DC to DC Adapter must regulate

essential output voltage within

tolerable limit of hardware devices

irrespective of input DC variation.

(iii) External chargeable battery of rated

voltage. The external chargeable battery

must provide backup support for the

period of 8 Hours. The AC to DC and DC

to DC adapters, chargeable battery with

compatible output circular connector and

Page 33: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 33 of 34

its charger must be of standard reputed

brand/OEM and they are the deliverable

parts.

REQ-47,

Table:5,

Sr. No. 2

Number of channels :

6 channels or more

Number of channels :

12 channels

REQ-47,

Table:5,

Sr. No. 3

Horizontal Position Accuracy :

3 m RMS

Horizontal Position Accuracy :

<2 m RMS with SBAS

REQ-55 Complete integrated user receiver

tests :

Signal level sensitivity test

Specified modes of configuration and

PVT computation.

Verification test for number of

channels.

Performance of Ionosphere &

Troposphere delay correction

algorithms.

Signal Acquisition and Tracking

threshold tests with noise.

Frequency acquisition (uncertainty)

range with 36 dBHz C/No.

C/No versus code jitter. (Over the

range of C/No = 36 to 50 dBHz)

User receivers self error at 42 dBHz

C/No with –129 dBm signal level

TTFF at 36 dBHz C/No for cold and

warm start modes and reacquisition

time

PVT Accuracy (Over the range of

C/No = 36 to 50 dBHz) without

multipath.

PVT Accuracy with multipath errors

for SMR of 2, 6, 12 to 15 dB and over

the multipath delay from 0.1,0.2, 0.3,

Complete integrated user receiver

tests :

Signal level sensitivity test

Specified modes of configuration

and PVT computation and SBAS

functionality.

Verification test for number of

channels.

Performance of Ionosphere &

Troposphere delay correction

algorithms.

Signal Acquisition and Tracking

threshold tests with noise.

Frequency acquisition (uncertainty)

range with 35 dBHz C/No.

C/No versus code jitter. (Over the

range of C/No = 35 to 50 dBHz)

User receivers self error at 42 dBHz

C/No and –132 dBm signal level at

LNA input port.

TTFF at 35 dBHz C/No for cold and

warm start modes and reacquisition

time

PVT Accuracy (Over the range of

C/No = 35 to 50 dBHz) without

multipath.

PVT Accuracy with multipath errors

Page 34: The RFP for Development of IRNSS SPS GPS Receivers is revised. Vendors ... · mode, for GPS solution, SBAS and for IRNSS solution, dual frequency/grid/Klobuchar parameters must be

Request For Proposal for the development of IRNSS SPS_GPS User Receivers

Page 34 of 34

0.5, 0.7 and 1.0 chip

Reference source frequency stability

– short term (per second) & long term

(Over a day) stability.

1 PPS output waveform purity (Logic

Level, Pulse shape - rise and fall

time)

All the input/output interfaces

functionality tests

Battery back-up test with all the

Receiver hardware is powered ON

for SMR of 2, 6, 12 to 15 dB and

over the multipath delay from

0.1,0.2, 0.3, 0.5, 0.7 and 1.0 chip

Reference source frequency stability

– short term (per second) & long

term (Over a day) stability.

All the input/output interfaces

functionality tests

Battery back-up test with all the

Receiver hardware is powered ON

Verification of all the tracked

satellites are used for PVT

computation.

REQ-60,

Table-7,

Sr.No.-1

IRNSS SPS_GPS User Receiver as per

the specifications & requirements - 1 No.

DVM

IRNSS SPS_GPS User Receiver with

SBAS functionality as per the

specifications & requirements - 1 No.

DVM

Bidders may please note the above changes in technical details and submit bids accordingly before due date

and time mentioned in the notification.

Rest all other terms and conditions of said tender remain unchanged.