title: list of metop-sg best practices procurement items...
TRANSCRIPT
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 1/39
Title: List of MetOp-SG Best Practices procurement items and ITT release planning
NAME AND FUNCTION DATE SIGNATURE
Prepared by
Michel PENDARIES
Satellite A Industrial Manager
René FAYARD
Satellite B Industrial Manager
Verified by
Christian ETIENNE
Satellite A Project Supply Manager
Felix BRAUN
Satellite B Project Supply Manager
Approved by
Armelle GIACOMETTO
Satellite A Commercial Manager
Volker HASHAGEN
Satellite B Commercial Manager
Authorized by Dominique PAWLAK Programme Manager
Application
authorized by
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 2/39
Summary
The MetOp Second Generation (MetOp-SG) programme is the space segment component of EUMETSAT’s Polar System Second Generation (EPS-SG). MetOp-SG is a cooperative undertaking between ESA and EUMETSAT.
The space segment consists of two series of MetOp-SG satellites, so-called “Satellite A” and “Satellite B” series, with a baseline of three units for each series. The MetOp-SG series of satellites will provide continuity, with improved products performances, of the observation carried out since 2006 by the first generation of MetOp satellites.
The ESA MetOp-SG Programme encompasses the development and qualification of the first satellite of each series (together with the associated instruments). The EUMETSAT EPS-SG Programme encompasses the recurrent MetOp-SG satellites. ESA will procure the recurrent satellites (together with the associated instruments) on behalf of EUMETSAT.
ESA has concluded a contract with Airbus Defence and Space SAS and Airbus DS GmbH, members of Airbus Defence and Space group, for the procurement of the series of MetOp-SG satellites, Satellite A with Airbus Defence and Space SAS in France and Satellite B with Airbus DS GmbH in Germany.
The MetOp-SG procurement in phase B2 refers to the activities led by the satellite prime contractors and their core team, together with ESA, in order to build-up an industrial consortium to undertake the satellites development.
The procurement encompasses all steps from the preparation and release of ITT, tendering phase, evaluation, recommendation and selection, up to negotiation and kick-off. It is governed by the contract and its applicable appendices: ESA Best Practices “For the selection of subcontractors by Prime Contractors in the frame of ESA’s major procurements”
The list of items to be subcontracted and ITT release planning, subject of this document, provides the consolidation of all the procurement actions which will be undertaken by the core team and of the associated planning. It is intended to be published on EMITS in order for the potential bidders to prepare / plan their proposals in response to the forthcoming ITT’s.
Note: the schedule information provided in this document is valid at the date of issuing of the document. The present document will be regularly updated and published on EMITS. Nevertheless, the formal communication for each procurement item is through the Intended ITT and ITT release on EMITS by the Issuing Company.
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 3/39
Document change log
ISSUE/
REVISION DATE MODIFICATION NB
MODIFIED PAGES
OBSERVATIONS
01 30/09/2014 All First issue of the document for publication on EMITS
02 06/02/2015 §5-6-7 Updated for 2nd publication on EMITS
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 4/39
Table of contents
1 Scope of document ..................................................................................................................... 5
1.1 Purpose ................................................................................................................................. 5
1.2 Definitions .............................................................................................................................. 5
2 References ................................................................................................................................... 7
2.1 Applicable documents ............................................................................................................ 7
2.2 Reference documents ............................................................................................................ 7
2.3 Abbreviations ......................................................................................................................... 7
3 Procurement Responsibilities .................................................................................................... 9
3.1 Contracts Structure ................................................................................................................ 9
3.2 Core Team Composition ...................................................................................................... 10
3.3 Procurement Responsibilities .............................................................................................. 11
3.4 Common elements ............................................................................................................... 12
4 Selection Procedure .................................................................................................................. 13
5 Items to be subcontracted ........................................................................................................ 14
5.1 List of items ......................................................................................................................... 14
5.2 Grouped ITT’s ...................................................................................................................... 21
5.3 Purchase Items .................................................................................................................... 23
6 ITT Release Schedule ................................................................................................................ 24
6.1 Overall Plan ......................................................................................................................... 24
6.2 Released ITT ....................................................................................................................... 31
7 Industrial Policy Requirements ................................................................................................ 33
7.1 Geographical Return Requirements ..................................................................................... 33
7.2 Non-LSI Requirements and Reserved ITT’s ........................................................................ 34
8 Notes for Potential Bidders ...................................................................................................... 37
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 5/39
1 SCOPE OF DOCUMENT
1.1 Purpose
The MetOp Second Generation (MetOp-SG) programme is the space segment component of EUMETSAT’s Polar System Second Generation (EPS-SG). MetOp-SG is a cooperative undertaking between ESA and EUMETSAT.
The space segment consists of two series of MetOp-SG satellites, so-called “Satellite A” and “Satellite B” series, with a baseline of three units for each series. The MetOp-SG series of satellites will provide continuity, with improved products performances, of the observation carried out since 2006 by the first generation of MetOp satellites.
The ESA MetOp-SG Programme encompasses the development and qualification of the first satellite of each series (together with the associated instruments). The EUMETSAT EPS-SG Programme encompasses the recurrent MetOp-SG satellites. ESA will procure the recurrent satellites (together with the associated instruments) on behalf of EUMETSAT.
ESA has concluded a contract with Airbus Defence and Space SAS and Airbus DS GmbH, members of Airbus Defence and Space group, for the procurement of the series of MetOp-SG satellites, Satellite A with Airbus Defence and Space SAS in France and Satellite B with Airbus DS GmbH in Germany.
The MetOp-SG procurement in phase B2 refers to the activities led by the satellite prime contractors and their core team, together with ESA, in order to build-up an industrial consortium to undertake the satellites development.
The procurement encompasses all steps from the preparation and release of ITT, tendering phase, evaluation, recommendation and selection, up to negotiation and kick-off. It is governed by the contract and its applicable appendices: ESA Best Practices “For the selection of subcontractors by Prime Contractors in the frame of ESA’s major procurements”
The list of items to be subcontracted and ITT release planning, subject of this document, provides the consolidation of all the procurement actions which will be undertaken by the core team and of the associated planning. It is intended to be published on EMITS in order for the potential bidders to prepare / plan their proposals in response to the forthcoming ITT’s.
Note: the schedule information provided in this document is valid at the date of issuing of the document. The present document will be regularly updated and published on EMITS. Nevertheless, the formal communication for each procurement item is through the Intended ITT and ITT release on EMITS by the Issuing Company.
1.2 Definitions
Airbus DS, as Prime Contractor of the MetOp-SG satellites, is leading a consortium of companies to undertake all activities relevant to the Phase B2, Phase C/D, Phase E1, support to Phase E2 and to Phase F, for both series of MetOp-SG satellites (A and B).
Within its responsibilities, the Prime Contractor organises the procurement and selection activities, i.e. the build-up of the industrial consortium in accordance with the MetOp-SG satellites requirements.
The Phase B2 covers the satellites definition and architectural design tasks and terminates with the Preliminary Design Review, having also performed a SRR (System Requirements Review) in the first months after kick-off.
The Phase C covers the detailed design and development and is finalised with the CDR. Phase D comprises the manufacturing, integration and test of both series of MetOp-SG satellites up to the successful FAR.
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 6/39
The Phase E1 covers the Launch Campaign, Launch and Early Orbit Phase (LEOP), and the Satellites in-Orbit Verification (SIOV) and commissioning.
The phase E2 covers support to the Satellites routine operations.
The principal objective of Phase F is to complete successfully the in-orbit disposal (controlled re-entry) of each satellite at the end if its mission life, in accordance with the space debris mitigation requirements.
The following definitions will be used throughout this document:
The term “To Be Confirmed” (TBC) will be used in all cases where a statement or requirement has only informal character and may be subject to changes. Typically a “TBC” is used in combination with the numerical definition of some performance parameters, the final value of which may be changed as a result of the engineering work.
The term “To Be Determined” (TBD) will be used whenever a requirement can only be qualitatively specified. In particular a “TBD” is used for the numerical definition of a parameter at a later stage. Engineering assumptions shall be made in consultation with the customer for interim numerical definitions.
The term “Issuing Company” represents a legal entity, a company being in charge of procuring under the rules of ESA Best Practices.
The term “Agency” is used for The “European Space Agency” / ESA.
The term “Procurement” comprises all process steps of the tendering and subcontractor selection process up to the kick-off.
The term “Subcontracting” represents the monitoring and control of the subcontractor’s implementation activities from kick-off to delivery and post-delivery support up to contract close out. It comprises the process and tools to ensure on time and on quality delivery of equipment units.
The term “Prime Contractor” is used to identify the company who is responsible vis a vis ESA of the contract for the phases B2, C/D, and E of the Satellite series (A or B):
Airbus Defence and Space SAS (former Astrium SAS) is the Prime Contractor for the Satellite A contract;
Airbus DS GmbH (former Astrium GmbH) is the Prime Contractor for the Satellite B contract.
The term “CPI instruments” defines the Contractor Provided Item instruments.
The term “Core Team” is used to identify the Prime Contractor plus the part of the industrial team which has been pre-selected at the time of the phase B2 kick-off,
either under RFP / tender process by ESA for what concerns the CPI instruments,
or, during the proposal phase for what concerns the Satellites Prime Contractors,
as required to accomplish the programme objectives.
The term “Industrial Team” or “Industrial Consortium” defines the whole of Prime Contractor, CPI contractors, and lower level subcontractors.
The term “items to be subcontracted” or “procurement items” is used to identify the products or tasks which will be subcontracted by the Core Team and which will be selected through the Subcontractors Selection Procedure in Best Practices.
The term “Supply Chain” represents the multiple levels and multi-stage subcontracts for value creation in the design, development and production of goods.
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 7/39
2 REFERENCES
2.1 Applicable documents
The MetOp-SG procurement will be undertaken in accordance with the ESA Best Practices.
Applicable document
Title Reference
AD1 Procedure for the Selection of Sub-Contractors: Best Practices for the Selection of Subcontractors by prime Contractors in the frame of ESA’s Major Procurements
ESA/IPC(2012)65, rev.2
AD2 Best Practices Tender Evaluation Manual Appendix 1 to AD1 PFL-LT/BPTEM-REY.01 dated 04 June 2012
2.2 Reference documents
A presentation of the MetOp-SG Best Practices procurement has been done at the Industry Days which were organised by ESA on 25&26th June 2014 in Noordwijkerhout with participation of the Prime and the CPI’s. All the presentation materials are available on the EMITS.EE News of ESA (see News page of Airbus Defence and Space SAS, http link here-below).
Reference document
Title Link
RD1 MetOp-SG Industry Days Presentations 25&26th June, 2014
http://emits.sso.esa.int/emits-doc/ASTRIUMSAS/NEWS/MetOp-SG_Industry-Days_Presentations.zip
2.3 Abbreviations
CPI Contractor Provided Item
DN Direct Negotiation
IPM Industrial Procurement Meeting
ITT Invitation To Tender
LSI Large System Integrator
OC Open Competition
RC Restricted Competition
RFP Request For Proposal
RFQ Request For Quotation
TBC To Be Confirmed
TBD To Be Determined
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 8/39
TEB Tender Evaluation Board
TOB Tender Opening Board
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 9/39
3 PROCUREMENT RESPONSIBILITIES
3.1 Contracts Structure
While the procurement of the MetOp-SG space segment will be done through two separate contracts for Satellite A series and Satellite B series, the MetOp-SG programme is a single system. It is structured as a single programme featuring two contracts for Satellite A and satellite B.
ESA has selected the CPI Instrument Contractors for the MWS, 3MI, RO, MWI, and ICI instruments. Airbus DS GmbH has been selected as the Contractor for the SCA Instrument. The Prime Contractors have the responsibility for the management of the CPI Instruments Contractors since the Phase B2 kick-off.
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 10/39
3.2 Core Team Composition
The Core Team for Satellite A consists of the following companies:
Airbus Defence and Space SAS (France) is the Satellite A Prime Contractor;
Airbus DS GmbH (Germany) is part of the Core Team as subcontractor of Airbus Defence and Space SAS for Satellite A;
Airbus Defence and Space Ltd (UK) is the MWS CPI Instrument Contractor. The MWS Core Team also includes TAS-UK for the Instrument Control Subsystem, Airbus Defence and Space SAS for the Quasi Optics Network engineering, Airbus DS GmbH for the Scan Mechanism engineering.
Selex ES (IT) is the 3MI CPI Instrument Contractor. E2v is part of the 3MI Core Team as subcontractor having in charge the VNIR detector development.
RUAG Space (SE) is the RO CPI Instrument Contractor. RUAG Space (AT) is part of RO Core Team as subcontractor participating to the System Engineering with MetOp GRAS heritage.
The Core Team for Satellite B consists of the following companies:
Airbus DS GmbH (Germany) is Satellite B Prime Contractor;
Airbus Defence and Space SAS (France) is part of the Core Team as subcontractor of Airbus DS GmbH for Satellite B;
CGS (IT) is the MWI CPI Instrument Contractor. The MWI Core Team also includes Airbus Defence and Space SAS for the RF architecture and RF Assembly development, Space Engineering for the Antenna engineering and the Calibration assembly development. Airbus Defence and Space SAS has a responsibility as issuing company in the procurement of the RF Assembly equipment. Space Engineering has a responsibility as issuing company in the procurement of the Calibration Assembly equipment;
EADS Casa Espacio (ES) is the ICI CPI Instrument Contractor. The ICI Core Team also includes RPG for the Front End, Crisa for the Digital Engineering, Airbus Defence and Space SAS for the support to the Micro-Wave, Operations, and EMC engineering. RPG has a responsibility as issuing company in the procurement of the Front End channels;
RUAG Space (SE) is the RO CPI Instrument Contractor. RUAG Space (AT) is part of RO Core Team as subcontractor participating to the System Engineering with MetOp GRAS heritage;
Airbus DS GmbH (DE) is the SCA CPI Instrument Contractor. The SCA Core Team also includes EADS Casa Espacio (ES) for the SCA Antenna. EADS Casa Espacio has a responsibility as issuing company in the procurement of the SCA antenna equipment.
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 11/39
3.3 Procurement Responsibilities
The procurement tasks and responsibilities have been assigned in the MetOp-SG core team to accomplish the industrial build-up as follows:
Satellite items. The satellite items are all common to both satellite A and satellite B, except one item (the isolators) which is specific to satellite A. The satellite A prime contractor (Airbus Defence and Space SAS in France, formerly Astrium SAS) will undertake the procurement of the subcontracted items.
MWS items. The MWS CPI contractor (Airbus Defence and Space Ltd in UK, formerly Astrium Ltd), with his own core team, will undertake the procurement of the subcontracted items.
3MI items. The 3MI CPI contractor (Selex ES in Italy) will undertake the procurement of the subcontracted items.
RO items. The RO CPI contractor (Ruag Space in Sweden) will undertake the procurement of the subcontracted items.
MWI items. The MWI CPI contractor (CGS in Italy), with his own core team, will undertake the procurement of the subcontracted items.
ICI items. The ICI CPI contractor (EADS Casa Espacio in Spain), with his own core team, will undertake the procurement of the subcontracted items.
SCA items. The SCA CPI contractor (Airbus DS GmbH in Germany), with his own core team, will undertake the procurement of the subcontracted items.
Each company in its assigned procurement responsibility will act as the Issuing Company referred to in AD1 and AD2, and it will:
Prepare the ITT procurement packages, submit them for review and approval;
Release the ITT procurement packages under the ESA EMITS server;
Organize the opening and distribution of tenders, including appointment of the Tender Opening Board (TOB);
For each ITT, appoint the Tender Evaluation Board (TEB) and organize the evaluation of tenders;
Implement the decision as communicated by ESA through the Prime Contractor, negotiate and kick-off the selected subcontractors.
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 12/39
Within the Satellite A Core Team and Satellite A contract, the companies which have a procurement responsibility as Issuing Company are summarized in the table here-below.
Satellite A Core Team Member Issuing Company for Notes
Airbus Defence and Space SAS Satellite items ITT and TEB for all Platform, GSE, test facilities, SSE, and Prime support tasks items
Airbus Defence and Space Ltd MWS procurement items ITT and TEB for MWS items
Selex ES 3MI procurement items ITT and TEB for 3MI items
RUAG Space RO procurement items ITT and TEB for RO items, common with Satellite B
Notes: common elements include: platform, GSE, test facilities, prime support, and RO items
Within the Satellite B Core Team and Satellite B contract, the companies which have a procurement responsibility as Issuing Company are summarized in the table here-below.
Satellite B Core Team Member Issuing Company for Notes
Airbus DS GmbH SCA CPI instrument prime ITT and TEB for the SCA CPI instrument (Prime level only) (*)
CGS MWI procurement items ITT and TEB for MWI items
Airbus Defence and Space SAS MWI RFA procurement items ITT and TEB for MWI RFA items
Space Engineering MWI CA procurement items ITT and TEB for MWI CA items
EADS Casa Espacio ICI procurement items ITT and TEB for ICI items
RPG ICI Front End items ITT and TEB for ICI Front End items
Airbus DS GmbH SCA procurement items ITT and TEB for SCA items
EADS Casa Espacio SCA antenna procurement items ITT and TEB for SCA antenna items
The procurement of the RO items is done under the Satellite A (RO is a common element).
3.4 Common elements
All the Platform items, the Ground Support Equipment and the Test Facilities, the Satellite Simulator, the RF suitcases, the RO instrument are common elements to both Satellite A and Satellite B.
The common elements are developed under the responsibility of Airbus Defence and Space SAS, the Satellite A Prime Contractor, whereas Airbus DS GmbH, the Satellite B Prime Contractor, is providing inputs and is also part of the Satellite A Core Team.
A tri-partite contract will be established for the common elements, signed between the two Satellite Prime Contractors and the common element contractor.
A single management, technical, and contractual interface is identified under the responsibility of Satellite A, while the financial shares and the associated flows (including Milestones Payments Plans) are separately allocated to Satellite A and Satellite B.
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 13/39
4 SELECTION PROCEDURE
The build-up of the industrial team is based on the ESA Best Practices “For the Selection of Subcontractors by Prime Contractors in the frame of ESA’s Major Procurements” (AD1 and AD2). The major steps are summarized here-below:
Intended ITT: this is completed in advance, at least 2 weeks before the ITT release.
ITT preparation and approvals: this is completed when all the ITT documentation has been reviewed and finalised by the Tender Evaluation Board, approved by ESA and the Prime Contractor, and is ready for release. It includes the definition of evaluation criteria and weighting factors for the evaluation.
Issue of ITT - Tendering phase: the ITT bid packages are published on the ESA EMITS system. The time left for the proposal elaboration is nominally six weeks from the ITT release until proposal delivery.
Receipt, opening and distribution of tenders: this is made by the relevant ITT Issuing Company and witnessed by the Prime Contractor and ESA in preparation of and following receipt of the subcontractors’ tenders.
Evaluation of tenders: this is made under the responsibility of the TEB whose composition is defined before the ITT release. TEB membership includes staff of the Issuing Company, the CPI Contractor, the Prime Contractor, and ESA. The evaluation phase ends with the signature and issuing of the TEB report.
Recommendation: for each item, a recommendation is made by the Issuing Company based on the TEB report. The final recommendation is made by the Prime Contractor to ESA in batches of procurement items based on the TEB reports, the Issuing Companies’ recommendations, and on overall project considerations including geographical return.
Coordination Body: the Prime Contractor recommendation for batches of procurement items will be presented at the monthly Industrial Procurement Meetings (IPM) of the Coordination Body to which the ESA and Prime Contractor project managers will participate.
Final decision: ESA will endorse the Prime Contractor recommendation to make the final decision within one week, or otherwise submit it to a Senior Procurement Board.
The planned duration is approximately 4 month between the ITT release and the date of the kick-off with a selected subcontractor, taking into account 6 weeks for the tender phase.
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 14/39
5 ITEMS TO BE SUBCONTRACTED
5.1 List of items
The list of items to be subcontracted has been consolidated for MetOp-SG. It includes 165 items which will be subject of 135 ITT’s, organised as follows:
Category Contractor / Issuing company Number of items
Number of ITT’s
Satellite items Airbus Defence and Space SAS 60 56
MWS items Airbus Defence and Space Ltd 19 13
3MI items Selex ES 15 13
RO items RUAG Space 4 4
MWI items CGS + MWI core team (Space Engineering, Airbus Defence and Space SAS)
30 16
ICI items EADS Casa Espacio + MWI core team (RPG) 15 11
SCA items Airbus DS GmbH + SCA core team (EADS Casa Espacio)
22 22
The present document identifies all the items for which a procurement action will be performed under the ESA Best Practices for MetOp-SG.
The list identifies:
The name of the item to be subcontracted;
The reference number of the item in the Best Practices list;
The identification as Satellite A specific, Satellite B specific, or common to both Satellite A and Satellite B;
The responsible entity for procurement (the Issuing Company);
The method of procurement (open competition, restricted competition, direct negotiation);
The purchase items, when this simpler method of procurement has been selected.
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 15/39
Satellite items
Category / Major procurement
Procurement Item Reference Sat-A, Sat-B, common
Procurement Responsible
(Issuing Company)
Procurement Method
Platform Platform items Header Header Header Header
Structure Structure 001 common Airbus DS SAS OC
Thermal Thermal hardware 002 common Airbus DS SAS OC
Isolators Isolators 003 Sat-A Airbus DS SAS DN
Propulsion Propulsion system 004 common Airbus DS SAS OC
OBC 005 common Airbus DS SAS DN
RIU 007 common Airbus DS SAS OC
S-band Antenna 008 common Airbus DS SAS OC
S-band TRSP 009 common Airbus DS SAS OC
PCDU 010 common Airbus DS SAS OC
Solar array 011 common Airbus DS SAS OC
SADA - mechanism
SADA - electronics
Battery 013 common Airbus DS SAS OC
Harness 014 common Airbus DS SAS OC
Coarse Earth Sensor 015 common Airbus DS SAS OC
Coarse Sun Sensor 016 common Airbus DS SAS OC
Star tracker 017 common Airbus DS SAS OC
Reaction wheel 018 common Airbus DS SAS OC
GNSS receiver 019 common Airbus DS SAS OC
Magnetotorquer 020 common Airbus DS SAS OC
Magnetometer 021 common Airbus DS SAS OC
MMFU 022 common Airbus DS SAS OC
Ka-band Transmission 023 common Airbus DS SAS OC
Ka-band Antenna & Mechanism 024 common Airbus DS SAS OC
X-band Transmission 025 common Airbus DS SAS OC
X-band Antenna 026 common Airbus DS SAS OC
Radiation Monitoring Unit RMU 027 common Airbus DS SAS OC
CSW CSW 028 common Airbus DS SAS DN
CSW development support 029 common Airbus DS SAS OC
PF DHS
TT&C
AOCS
Power
common012
PDHT
Airbus DS SAS OC
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 16/39
Satellite items (continued)
Category / Major procurement
Procurement Item Reference Sat-A, Sat-B, common
Procurement Responsible
(Issuing Company)
Procurement Method
Satellite Satellite items Header Header Header Header
GSE & Facilities GSE & Facilities items Header Header Header Header
Trolleys & stands 030 common Airbus DS SAS OC
Lifting Devices 031 common Airbus DS SAS OC
Adaptors 032 common Airbus DS SAS OC
TV targets accommodation jig 033 common Airbus DS SAS OC
Miscellaneous MGSE 034 common Airbus DS SAS OC
CCS 035 common Airbus DS SAS OC
Umbical SCOE 036 common Airbus DS SAS OC
SAPS SCOE 037 common Airbus DS SAS OC
Battery simulator 038 common Airbus DS SAS OC
RF SCOE (S-band) 039 common Airbus DS SAS OC
RF SCOE (Ka-band / X-band) 040 common Airbus DS SAS OC
TM/TC SCOE 041 common Airbus DS SAS OC
MMFU SCOE 042 common Airbus DS SAS OC
SimFE 043 common Airbus DS SAS OC
GNSS Stimulator 044 common Airbus DS SAS OC
FVI - lead (infrastructure, tools, models, AIV) 045 common Airbus DS SAS DN
FVI - RTS models support 046 common Airbus DS SAS OC
Test Facilities Test Facilities 047 common Airbus DS SAS OC
SSE SSE items Header Header Header Header
SATSIM - lead 048 common Airbus DS SAS DN
SATSIM - RTS models support 049 common Airbus DS SAS OC
SATSIM - infrastructure support 050 common Airbus DS SAS OC
Ka-band RF Suitcase 051
X-band RF Suitcase 052
S-band RF Suitcase 053
Prime support Support tasks items Header Header Header Header
CADM support 054 common Airbus DS SAS OC
PA/QA support 055 common Airbus DS SAS OC
RAMS support 056 common Airbus DS SAS OC
Database support 057 common Airbus DS SAS OC
ISVV 058 common Airbus DS SAS OC
Mechanical & thermal analyses 059 common Airbus DS SAS RC
Structure / Propulsion / Thermal / Harness AIT 060 common Airbus DS SAS OC
Transports (launch campaigns) 061 common Airbus DS SAS RC
common
Support tasks
Satellite Simulator
RF Suitcase
EGSE
MGSE
Functional Validation
Infrastructure
OCAirbus DS SAS
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 17/39
MWS items
Category / Major procurement
Procurement Item Reference Sat-A, Sat-B, common
Procurement Responsible
(Issuing Company)
Procurement Method
MWS MWS items Header Header Header Header
Scan mechanism sub-assemby 062
Scan Control Electonics Assembly 063
ICS/S Harness Set 064 Sat-A Airbus DS Ltd with DC harness
Instrument Control Unit (ICU) 065 Sat-A Airbus DS Ltd OC
QON Assembly 066 Sat-A Airbus DS Ltd OC
Dichroics 067 Sat-A QON supplier with QON
23.8 GHz DDR
31.4 GHz DDR
50 - 57 GHz SHR Unit
89 GHz DDR Unit
164 - 167 GHz SHR Unit
183 GHz SHR Unit
229 GHz SHR Unit
Back-end Receiver Assembly A (54 GHz)
Back-end Receiver Assembly B (54 GHz)
Back-end Receiver Assembly C
Back-end Receiver Assembly D (183 GHz)
DC Harness including connection plate 072 Sat-A Airbus DS Ltd OC
Orthogonal Mode Transducer (OMT) 073 Sat-A QON supplier with QONStructure, thermal, RF cables, master oscillator, rotary
switch- Sat-A Airbus DS Ltd purchase
System Software Mission and Application Software (including 074 Sat-A Airbus DS Ltd OC
ISVV ISVV 075 Sat-A Airbus DS Ltd OC
OBCT Assembly Target Element / Housing / Baffle (OBCT) 076 Sat-A Airbus DS Ltd OC
MGSE 077 Sat-A Airbus DS Ltd OC
Rad Cal Test Rig (RCTR) 078 Sat-A Airbus DS Ltd DN
EGSE 079 Sat-A Airbus DS Ltd OC
Level 1b Ground Procesor Prototype
Instrument Data Simulator
Instrument Functional Simulator
071
OC080
Airbus DS Ltd OC
Sat-A
Sat-A
Sat-A
Sat-A
Sat-A
Receiver Back End
System HardWare
GSE
Simulator and Processors
Instrument Control Sub-System
Quasi Optics Network
Airbus DS Ltd OC
OCAirbus DS Ltd
068
069
070
Sat-A
Front-End Receiver Equipmen
Airbus DS Ltd
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 18/39
3MI items
RO items
Category / Major procurement
Procurement Item Reference Sat-A, Sat-B, common
Procurement Responsible
(Issuing Company)
Procurement Method
3MI 3MI items Header Header Header Header
ICU ICU Assembly, incl. Software, EGSE 081 Sat-A Selex ES OC
OMU - Structure CFRP Baseplate 082 Sat-A Selex ES OC
Heat Pipe and Radiator, incl. GSE 083 Sat-A Selex ES OC
MLI 084 Sat-A Selex ES OC
OMU - VNIR and SWIR Aspheric Lenses 085 Sat-A Selex ES OC
VNIR FPA and FEE, incl. GSE 086 Sat-A Selex ES OC
SWIR FPA and FEE, incl. GSE 087 Sat-A Selex ES OC
SWIR Detector 088 Sat-A Selex ES OC
Filter Wheel Assembly and Filter Wheel Control Board 089 Sat-A Selex ES OC
Band Pass Filters 090 Sat-A FWS contractor purchase
Polarizers 091 Sat-A FWS contractor purchase
Ground Processor Prototype (GPP), incl. Instrument
Data Simulator (IDS)092 Sat-A Selex ES OC
Harness 093 Sat-A Selex ES OC
On-Ground Calibration (Test Facilities) 094 Sat-A Selex ES OC
ISVV 095 Sat-A Selex ES OC
Services : Support
OMU - Filter Wheel System
OMU - Thermal Hardware
GSE and harness
OMU - VNIR and SWIR FPA /
FEE
Category / Major procurement
Procurement Item Reference Sat-A, Sat-B, common
Procurement Responsible
(Issuing Company)
Procurement Method
RO RO items Header Header Header Header
Frequency Generation Module (FGM) 096 common RUAG (SE) OC
GRAS-2 Receiver Module (GRM-Z, GRM-V, GRM-AV)
Navigation Software (NAV SW)
Boot SW
GRM Driver Software
Radio Occultation Software and Instrument Control
(ROIC SW) Software, including GPP098 common RUAG (SE) OC
Support Test Equipment Platform (TEP) 099 common RUAG (SE) OC
ISVV ISVV - common RUAG (SE) OC
USO and harness USO and harness - common RUAG (SE) purchase
OCRUAG (SE)
GRAS-2 Electronic Unit (GEU)
common097
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 19/39
MWI items
Category / Major procurement
Procurement Item Reference Sat-A, Sat-B, common
Procurement Responsible
(Issuing Company)
Procurement Method
MWI MWI items Header Header Header Header
18.7 / 23.8 GHz
31.4 GHz
50/54 GHz
89 GHz
118 GHz
165 GHZ
183 GHz
SH RX 18.7 GHz
SH RX 23.8 GHz
RX 31.4 GHz 103
Down Converter 50/54 GHz
RX 89 GHz
Down Converter 118 GHz
Down Converter 165 GHz
Down Converter 183 GHz
BE 50/54 GHz
BE 118.75 GHz
BE 165 GHz
BE 183 GHz
Reflectors Main Reflectors 107 Sat-B
Cold Sky Reflector 113
FE Baseplate 108 Sat-B Airbus DS SAS OC
RFA Main Structure 109 Sat-B Airbus DS SAS OC
RFA MLI 110 Sat-B Airbus DS SAS OC
RFA Harness 111 Sat-B Airbus DS SAS OC
On Board Calibration Target (OBCT) 112 Sat-B Airbus DS Ltd OC
CA Support Structure 114 Sat-B SpEng purchase
CA MLI 115 Sat-B SpEng purchase
CA Harness 116 Sat-B CGS purchase
Scan Mechanism Sub-assembly 117 Sat-B CGS OC
Launch Locking Device 118 Sat-B CGS OC
Front End Electronics (FEE) 119 Sat-B CGS OC
Control & Data Processing Unit (CDPU) 120 Sat-B CGS OC
Instrument Control Unit (ICU) 121 Sat-B ECE OC
Instrument MLI 122 Sat-B CGS purchase
Instrument baseplate - Sat-B CGS purchase
Instrument Harness Instrument Harness 123 Sat-B CGS purchase
EGSE 124 Sat-B CGS OC
MGSE 125 Sat-B CGS OC
OGSE 126 Sat-B CGS OC
Level 1B Ground Processor Prototype (GPP)
Instrument Data Simulator (IDS)
On Board SW Maintenance System (OBSMS)
SW Validation Facility (SVF)
Test Facilities Test Facilities (instrument) 160 Sat-B CGS OC
ISVV ISVV - Sat-B CGS OC
Sat-B
104
105
OC
OC
CGS
CGS
OCAirbus DS Ltd
Feed Clusters
SW Maintenance Tools / Facili
RFA Thermal and Mechanical
HW
Front End Receivers
Back End Electronics
Calibration Assembly
Mechanism
Electronics
Instrument Mechanical and Th
GSE
DPS
Sat-B Airbus DS SAS OC
100
101
102
106
127
128
Sat-B Airbus DS Ltd
Low Frequency Equipment
Integrated Receivers
Sat-B
Sat-B
OC
OCAirbus DS SAS
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 20/39
ICI items
SCA items
Category / Major procurement
Procurement Item Reference Sat-A, Sat-B, common
Procurement Responsible
(Issuing Company)
Procurement Method
ICI ICI items Header Header Header Header
ICU HW/SW 129 Sat-B ECE OC
CDPU 130 Sat-B ECE OC
Mechanism 131 Sat-B CGS OC
HDM 132 Sat-B ECE OC
Thermal Control HW 133 Sat-B ECE OC
Structure 134 Sat-B ECE OC
Harness - Sat-B ECE DN
325 GHz Front-End
243 GHz Front-End
183 GHz Front-End
664 GHz and 448 GHz Front-End 136 Sat-B ECE DN
Back End 137 Sat-B Airbus DS Ltd OC
OBCT 138 Sat-B Airbus DS Ltd OC
Level 1B Ground Processors 139 Sat-B ECE OC
MGSE 140 Sat-B ECE OC
EGSE 141 Sat-B ECE OC
OGCT 142 Sat-B ECE OC
EVT and Calibration 143 Sat-B ECE OC
ISVV - Sat-B ECE OC
Thermo-Mechanical HW
RF HW
Sat-B OCAirbus DS Ltd135
Electrical HW/SW
Project Office Tasks
Category / Major procurement
Procurement Item Reference Sat-A, Sat-B, common
Procurement Responsible
(Issuing Company)
Procurement Method
SCA SCA items Header Header Header Header
SCA instrument prime SCA prime 144 Sat-B Airbus DS Gmbh OC
Structure 145 Sat-B ECE OC
Thermal Control HW 146 Sat-B ECE OC
Hold Down and Release Mechanism (HDRM) 147 Sat-B ECE OC
Deploy and Latch Mechanism (DLM) 148 Sat-B ECE OC
Beam Forming Network (BFN) 149 Sat-B ECE OC
Radiating panels 150 Sat-B ECE TBD
RF-design 151 Sat-B ECE TBD
SAS MGSE 152 Sat-B ECE OC
SAS MGSE 0'g deployment 166 Sat-B ECE OC
Test facilities - RF 153 Sat-B ECE OC
Test facilities - EVT 154 Sat-B ECE OC
High Power Amplifier (HPA) 155 Sat-B Airbus DS Gmbh OC
Scatterometer Front-end (SFE) 156 Sat-B Airbus DS Gmbh OC
Digital Control Unit (DCU) 157 Sat-B Airbus DS Gmbh OC
Digital Control Unit SW (DCU-ASW) 158 Sat-B Airbus DS Gmbh OC
Radio Frequency Unit (RFU) 159 Sat-B Airbus DS Gmbh OC
Harness 161 Sat-B Airbus DS Gmbh OC
SES EGSE 162 Sat-B Airbus DS Gmbh OC
RF SCOE 163 Sat-B Airbus DS Gmbh OC
SES MGSE 164 Sat-B Airbus DS Gmbh OC
Ground Proc., Simulator & Tools 165 Sat-B Airbus DS Gmbh OC
Electronic Subsystem
Antenna Sub-system
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 21/39
5.2 Grouped ITT’s
Several items will be subject of grouped ITT’s in order to ease the implementation of commonalities or to merge one item under a bigger assembly.
Satellite items: FVI Lead and SATSIM Lead, RTS models support, RF suitcases,
CPI items: MWS QON assembly including the dichroics and OMT, MWS scan mechanism and control electronics, Front-End Receivers, Back-End Receivers, OBCT, 3MI Band Pass Filters and Polarizers under the Filter Wheel System, MWI / ICI scan mechanism, MWI / ICI ICU, MWI reflectors, harnesses.
The items n° in the Best Practices list for which grouping has been decided are given in the table below. There may be further grouping of items during phase B2.
List of grouped ITT’s
Procurement Item Reference Sat-A, Sat-B, common
Procurement Responsible(Issuing Company)
Grouping of ITT for items n°
Notes
Satellite items header header header header header
Platform items header header header header header
GSE & Facilities items header header header header header
FVI - lead (infrastructure, tools, models, AIV) 045 common Airbus DS SAS 045 / 048 FVI and SATSIM lead are grouped as one single item
FVI - RTS models support 046 common Airbus DS SAS 046 / 049 RTS support is common for FVI and SATSIM
SSE items header header header header header
SATSIM - lead 048 common Airbus DS SAS 045 / 048 FVI and SATSIM lead are grouped as one single item
SATSIM - RTS models support 049 common Airbus DS SAS 046 / 049 RTS support is common for FVI and SATSIM
Ka-band RF Suitcase 051
X-band RF Suitcase 052
S-band RF Suitcase 053
Support tasks items header header header header header
MWS items header header header header header
Scan mechanism sub-assemby 062
Scan Control Electonics Assembly 063ICS/S Harness Set 064 Sat-A Airbus DS Ltd 064 / 072 grouped with DC harness
QON Assembly 066 Sat-A Airbus DS Ltd
Dichroics 067 Sat-A QON supplier
23.8 GHz DDR
31.4 GHz DDR
50 - 57 GHz SHR Unit
89 GHz DDR Unit
164 - 167 GHz SHR Unit
183 GHz SHR Unit
229 GHz SHR Unit
Back-end Receiver Assembly A (54 GHz)
Back-end Receiver Assembly B (54 GHz)
Back-end Receiver Assembly C
Back-end Receiver Assembly D (183 GHz)
DC Harness including connection plate 072 Sat-A Airbus DS Ltd 064 / 072 includes the ICS/S harness
Orthogonal Mode Transducer (OMT) 073 Sat-A QON supplier 066 / 067 / 073 OMT procurement re-allaocated under QON
Target Element / Housing / Baffle (OBCT) 076 Sat-A Airbus DS Ltd 076 / 112 / 138 one grouped ITT for MWS, MWI, ICI
3MI items header header header header header
Filter Wheel Assembly and Filter Wheel Control
Board089 Sat-A Selex ES
Band Pass Filters 090 Sat-A FWS contractor
Polarizers 091 Sat-A FWS contractor
RO items header header header header header
070
071 071 / 106 / 137
051 / 052 / 053
068 / 069 / 070 / 102 /
103 / 104 / 105 / 135
all RF suitcases as one single procurement
all the Front End receivers will be grouped in one ITT
covering all channels / frequencies for all instruments:
MWS, MWI, ICI
066 / 067 /073Dichroics and OMT procurement re-allocated under
QON
Airbus DS SAS
Airbus DS Ltd
Sat-A
Sat-A
Sat-A
common
Sat-A Airbus DS Ltd 062 / 063 grouped assembly (one single ITT, one specification)
068
069
all the Back End receivers will be grouped in one ITT
covering all channels / frequencies for all instruments:
MWS, MWI, ICI
089 / 090 / 091Band Pass Filters and Polarizers re-allocated under
FWS as purchase items by the FWS contractor
Airbus DS LtdSat-A
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 22/39
List of grouped ITT’s (ct’d)
Procurement Item Reference Sat-A, Sat-B, common
Procurement Responsible(Issuing Company)
Grouping of ITT for items n°
Notes
MWI items header header header header header
18.7 / 23.8 GHz
31.4 GHz
50/54 GHz
89 GHz
118 GHz
165 GHZ
183 GHz
SH RX 18.7 GHz
SH RX 23.8 GHz
RX 31.4 GHz 103
Down Converter 50/54 GHz
RX 89 GHz
Down Converter 118 GHz
Down Converter 165 GHz
Down Converter 183 GHz
BE 50/54 GHz
BE 118.75 GHz
BE 165 GHz
BE 183 GHz
Main Reflectors 107
Cold Sky Reflector 113
On Board Calibration Target (OBCT) 112 Sat-B Airbus DS Ltd 076 / 112 / 138 one grouped ITT for MWS, MWI, ICI
CA Harness 116 Sat-B CGS 116 / 123CA harness grouped with instrument harness and
procured as purchase item
Scan Mechanism Sub-assembly 117 Sat-B CGS 117 / 131one single ITT for the common scan mechanism of
MWI and ICI
Instrument Control Unit (ICU) 121 Sat-B ECE 121 / 129 one grouped ITT for MWI, ICI
Instrument Harness 123 Sat-B CGS 116 / 123CA harness grouped with instrument harness and
procured as purchase item
ICI items header header header header header
ICU HW/SW 129 Sat-B ECE 121 / 129 one grouped ITT for MWI, ICI
Mechanism 131 Sat-B CGS 117 / 131one single ITT for the common scan mechanism of
MWI and ICI
325 GHz Front-End
243 GHz Front-End
183 GHz Front-End
Back End 137 Sat-B Airbus DS Ltd 071 / 106 /137all the Back End receivers will be grouped in one ITT
covering all channels / frequencies for all instruments: OBCT 138 Sat-B Airbus DS Ltd 076 / 112 / 138 one grouped ITT for MWS, MWI, ICI
SCA items header header header header header
107 / 113 all reflectors as one single procurement
Airbus DS Ltd
101
102
all the Back End receivers will be grouped in one ITT
covering all channels / frequencies for all instruments:
MWS, MWI, ICI
105
106 071 / 106 / 137
068 / 069 / 070 / 102 /
103 / 104 / 105 / 135Airbus DS Ltd
Sat-B Airbus DS SAS
Sat-B Airbus DS Ltd
Sat-B Airbus DS SAS
100 / 101all the feed clusters will be grouped in one ITT
covering all channels / frequencies
104
135068 / 069 / 070 / 102 /
103 / 104 / 105 / 135
all the Front End receivers will be grouped in one ITT
covering all channels / frequencies for all instruments:
MWS, MWI, ICI
Sat-B
100
all the Front End receivers will be grouped in one ITT
covering all channels / frequencies for all instruments:
MWS, MWI, ICI
Sat-B
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 23/39
5.3 Purchase Items
Some items are identified as purchase items in the list. It means that, for such items, the procurement action will be fully delegated to the Issuing Company. This consists in preparing the procurement package, organizing the consultation of potential suppliers, making the evaluation, and performing the selection without the set-up of a Tender Evaluation Board involving ESA and the Prime.
The evaluation findings will be reported to the Prime and ESA. The relevant activity could then be contracted under a purchase order.
The items n° in the list are given in the table below.
Procurement Item Reference Sat-A, Sat-B, common
Procurement Responsible
(Issuing Company)
Procurement Method
Satellite items Header Header Header Header
Platform items Header Header Header Header
GSE & Facilities items Header Header Header Header
SSE items Header Header Header Header
Support tasks items Header Header Header Header
MWS items Header Header Header HeaderStructure, thermal, RF cables, master oscillator, rotary
switch- Sat-A Airbus DS Ltd purchase
3MI items Header Header Header Header
Band Pass Filters 090 Sat-A FWS contractor purchase
Polarizers 091 Sat-A FWS contractor purchase
RO items Header Header Header Header
USO and harness - common RUAG (SE) purchase
MWI items Header Header Header Header
CA Support Structure 114 Sat-B SpEng purchase
CA MLI 115 Sat-B SpEng purchase
CA Harness 116 Sat-B CGS purchase
Instrument MLI 122 Sat-B CGS purchase
Instrument baseplate - Sat-B CGS purchase
Instrument Harness 123 Sat-B CGS purchase
ICI items Header Header Header Header
SCA items Header Header Header Header
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 24/39
6 ITT RELEASE SCHEDULE
6.1 Overall Plan
For each subcontracted item, the ITT procurement package will be prepared by the contractor who is in charge of the procurement, referred to as “the Issuing Company” in AD1.
All the ITT procurement packages documentation will be subject to review by ESA and the Prime Contractor for approval in particular to ensure the fairness of competition and the overall consistency.
The ITT procurement packages will be published on the ESA EMITS system. The time left for the proposal elaboration will nominally be six weeks from the ITT release until the closing date for proposal delivery.
The table here-after show, for each item, the date for the ITT release as a calendar month defined as KO+xm, meaning x month following the programme phase B2 Kick-Off on 01 June 2014. The correspondence with the calendar month is also provided.
The ITT release schedule is driven by the maturity of the specifications on one side, and the need for the item kick-off on the other side. The process for selection and kick-off is nominally of 4 months from the ITT release, except in circumstances where the need for early selection has been identified compared to the kick-off date.
Note: the schedule information provided here-after is valid at the date of issuing of the document. The present document will be regularly updated and published on EMITS. Nevertheless, the formal communication for each procurement item is through the Intended ITT and ITT release on EMITS by the Issuing Company.
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 25/39
Satellite items
Category / Major procurement Procurement Item Reference Sat-A, Sat-B, common
Procurement Responsible
(Issuing Company)
ITT/RFQ issue date(calendar)
Satellite Satellite Items Header Header Header Header
Platform Platform items Header Header Header Header
Structure Structure 001 common Airbus DS SAS Nov 14
Thermal Thermal hardware 002 common Airbus DS SAS Sep 15
Isolators Isolators 003 Sat-A Airbus DS SAS Oct 14
Propulsion Propulsion system 004 common Airbus DS SAS Jan 15
OBC 005 common Airbus DS SAS Oct 14
RIU 007 common Airbus DS SAS Feb 15
S-band Antenna 008 common Airbus DS SAS Feb 15
S-band TRSP 009 common Airbus DS SAS Feb 15
PCDU 010 common Airbus DS SAS Feb 15
Solar array 011 common Airbus DS SAS Feb 15
SADA - mechanism
SADA - electronics
Battery 013 common Airbus DS SAS Mar 15
Harness 014 common Airbus DS SAS post PDR
Coarse Earth Sensor 015 common Airbus DS SAS Jan 15
Coarse Sun Sensor 016 common Airbus DS SAS Mar 15
Star tracker 017 common Airbus DS SAS Jan 15
Reaction wheel 018 common Airbus DS SAS Apr 15
GNSS receiver 019 common Airbus DS SAS Jan 15
Magnetotorquer 020 common Airbus DS SAS Mar 15
Magnetometer 021 common Airbus DS SAS Mar 15
MMFU 022 common Airbus DS SAS Feb 15
Ka-band Transmission 023 common Airbus DS SAS Dec 14
Ka-band Antenna & Mechanism 024 common Airbus DS SAS Jan 15
X-band Transmission 025 common Airbus DS SAS Feb 15
X-band Antenna 026 common Airbus DS SAS Feb 15
Radiation Monitoring Unit RMU 027 common Airbus DS SAS Apr 15
CSW 028 common Airbus DS SAS Jul 14
CSW development support 029 common Airbus DS SAS Apr 15
012 common Airbus DS SAS
Power
PF DHS
AOCS
PDHT
CSW
TT&C
Feb 15
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 26/39
Satellite items (continued)
Category / Major procurement Procurement Item Reference Sat-A, Sat-B, common
Procurement Responsible
(Issuing Company)
ITT/RFQ issue date(calendar)
GSE & Facilities GSE & Facilities items Header Header Header Header
Trolleys & stands 030 common Airbus DS SAS post PDR
Lifting Devices 031 common Airbus DS SAS post PDR
Adaptors 032 common Airbus DS SAS post PDR
TV targets accommodation jig 033 common Airbus DS SAS post PDR
Miscellaneous MGSE 034 common Airbus DS SAS post PDR
CCS 035 common Airbus DS SAS Jun 15
Umbical SCOE 036 common Airbus DS SAS Jun 15
SAPS SCOE 037 common Airbus DS SAS Jun 15
Battery simulator 038 common Airbus DS SAS Jun 15
RF SCOE (S-band) 039 common Airbus DS SAS Jul 15
RF SCOE (Ka-band / X-band) 040 common Airbus DS SAS Jul 15
TM/TC SCOE 041 common Airbus DS SAS Jun 15
MMFU SCOE 042 common Airbus DS SAS Jul 15
SimFE 043 common Airbus DS SAS Apr 15
GNSS Stimulator 044 common Airbus DS SAS Nov 15
FVI - lead (infrastructure, tools, models, AIV) 045 common Airbus DS SAS Oct 14
FVI - RTS models support 046 common Airbus DS SAS Apr 15
Test Facilities Test Facilities 047 common Airbus DS SAS post PDR
SSE SSE items Header Header Header Header
SATSIM - lead 048 common Airbus DS SAS Oct 14
SATSIM - RTS models support 049 common Airbus DS SAS Apr 15
SATSIM - infrastructure support 050 common Airbus DS SAS Apr 15
Ka-band RF Suitcase 051
X-band RF Suitcase 052
S-band RF Suitcase 053
Prime support Support tasks items Header Header Header Header
CADM support 054 common Airbus DS SAS Jun 15
PA/QA support 055 common Airbus DS SAS Jun 15
RAMS support 056 common Airbus DS SAS Jun 15
Database support 057 common Airbus DS SAS Jun 15
ISVV 058 common Airbus DS SAS Jun 15
Mechanical & thermal analyses 059 common Airbus DS SAS Jul 14
Structure / Propulsion / Thermal / Harness AIT 060 common Airbus DS SAS Nov 14
Transports (launch campaigns) 061 common Airbus DS SAS post PDR
post PDRcommon
MGSE
EGSE
Satellite Simulator
RF Suitcase
Functional Validation
Infrastructure
Support tasks
Airbus DS SAS
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 27/39
MWS items
Category / Major procurement Procurement Item Reference Sat-A, Sat-B, common
Procurement Responsible
(Issuing Company)
ITT/RFQ issue date(calendar)
MWS MWS items Header Header Header Header
Scan mechanism sub-assemby 062
Scan Control Electonics Assembly 063
ICS/S Harness Set 064 Sat-A Airbus DS Ltd Mar 15
Instrument Control Unit (ICU) 065 Sat-A Airbus DS Ltd Feb 15
QON Assembly 066 Sat-A Airbus DS Ltd Mar 15
Dichroics 067 Sat-A QON supplier Mar 15
23.8 GHz DDR
31.4 GHz DDR
50 - 57 GHz SHR Unit
89 GHz DDR Unit
164 - 167 GHz SHR Unit
183 GHz SHR Unit
229 GHz SHR Unit
Back-end Receiver Assembly A (54 GHz)
Back-end Receiver Assembly B (54 GHz)
Back-end Receiver Assembly C
Back-end Receiver Assembly D (183 GHz)
DC Harness including connection plate 072 Sat-A Airbus DS Ltd Mar 15
Orthogonal Mode Transducer (OMT) 073 Sat-A QON supplier Mar 15Structure, thermal, RF cables, master oscillator, rotary
switch- Sat-A Airbus DS Ltd -
System Software Mission and Application Software (including
maintenance)074 Sat-A Airbus DS Ltd Apr 15
ISVV ISVV 075 Sat-A Airbus DS Ltd Jun 15
OBCT Assembly Target Element / Housing / Baffle (OBCT) 076 Sat-A Airbus DS Ltd Dec 14
MGSE 077 Sat-A Airbus DS Ltd Mar 15
Rad Cal Test Rig (RCTR) 078 Sat-A Airbus DS Ltd Mar 15
EGSE 079 Sat-A Airbus DS Ltd Apr 15
Level 1b Ground Procesor Prototype
Instrument Data Simulator
Instrument Functional Simulator
Airbus DS Ltd
Airbus DS Ltd
Sat-A
Sat-A
Sat-A
Sat-A
Sat-A
Oct 14Sat-AInstrument Control Sub-System
Quasi Optics Network
Front-End Receiver Equipments068
Receiver Back End
System HardWare
GSE
069
070
071
080
Simulator and Processors
Airbus DS Ltd
Airbus DS Ltd
Aug 14
Oct 14
Mar 15
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 28/39
3MI items
RO items
Category / Major procurement Procurement Item Reference Sat-A, Sat-B, common
Procurement Responsible
(Issuing Company)
ITT/RFQ issue date(calendar)
3MI 3MI items Header Header Header Header
ICU ICU Assembly, incl. Software, EGSE 081 Sat-A Selex ES Feb 15
OMU - Structure CFRP Baseplate 082 Sat-A Selex ES Aug 15
OMU - Thermal Hardware Heat Pipe and Radiator, incl. GSE 083 Sat-A Selex ES Apr 15
MLI 084 Sat-A Selex ES Mar 15
OMU - VNIR and SWIR Objectives Aspheric Lenses 085 Sat-A Selex ES Oct 15
OMU - VNIR and SWIR FPA / FEE VNIR FPA and FEE, incl. GSE 086 Sat-A Selex ES Mar 15
SWIR FPA and FEE, incl. GSE 087 Sat-A Selex ES Mar 15
SWIR Detector 088 Sat-A Selex ES Sep 14
Filter Wheel Assembly and Filter Wheel Control Board 089 Sat-A Selex ES Nov 14
Band Pass Filters 090 Sat-A FWS contractor Nov 14
Polarizers 091 Sat-A FWS contractor Nov 14Ground Processor Prototype (GPP), incl. Instrument
Data Simulator (IDS)092 Sat-A Selex ES Apr 15
Harness 093 Sat-A Selex ES Oct 15
On-Ground Calibration (Test Facilities) 094 Sat-A Selex ES Mar 15
ISVV 095 Sat-A Selex ES Oct 15
GSE and harness
Services : Support
OMU - Filter Wheel System
Category / Major procurement Procurement Item Reference Sat-A, Sat-B, common
Procurement Responsible
(Issuing Company)
ITT/RFQ issue date(calendar)
RO RO items Header Header Header Header
Frequency Generation Module (FGM) 096 common RUAG (SE) Dec 14
GRAS-2 Receiver Module (GRM-Z, GRM-V, GRM-AV)
Navigation Software (NAV SW)
Boot SW
GRM Driver Software
Radio Occultation Software and Instrument Control
(ROIC SW) Software, including GPP098 common RUAG (SE) Mar 15
Support Test Equipment Platform (TEP) 099 common RUAG (SE) Mar 15
ISVV ISVV - common RUAG (SE) -
USO and harness USO and harness - common RUAG (SE) -
common RUAG (SE)097
GRAS-2 Electronic Unit (GEU)
Mar 15
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 29/39
MWI items
Category / Major procurement Procurement Item Reference Sat-A, Sat-B, common
Procurement Responsible
(Issuing Company)
ITT/RFQ issue date(calendar)
MWI MWI items Header Header Header Header
18.7 / 23.8 GHz
31.4 GHz
50/54 GHz
89 GHz
118 GHz
165 GHZ
183 GHz
SH RX 18.7 GHz
SH RX 23.8 GHz
RX 31.4 GHz 103
Down Converter 50/54 GHz
RX 89 GHz
Down Converter 118 GHz
Down Converter 165 GHz
Down Converter 183 GHz
BE 50/54 GHz
BE 118.75 GHz
BE 165 GHz
BE 183 GHz
Main Reflectors 107
Cold Sky Reflector 113
FE Baseplate 108 Sat-B Airbus DS SAS May 15
RFA Main Structure 109 Sat-B Airbus DS SAS May 15
RFA MLI 110 Sat-B Airbus DS SAS May 15
RFA Harness 111 Sat-B Airbus DS SAS May 15
On Board Calibration Target (OBCT) 112 Sat-B Airbus DS Ltd Dec 14
CA Support Structure 114 Sat-B SpEng Mar 15
CA MLI 115 Sat-B SpEng post PDR
CA Harness 116 Sat-B CGS -
Mechanism Scan Mechanism Sub-assembly 117 Sat-B CGS Dec 14
Launch Locking Device 118 Sat-B CGS Mar 15
Electronics Front End Electronics (FEE) 119 Sat-B CGS Apr 15
Control & Data Processing Unit (CDPU) 120 Sat-B CGS Mar 15
Instrument Control Unit (ICU) 121 Sat-B ECE Jan 15
Instrument MLI 122 Sat-B CGS post PDR
Instrument baseplate - Sat-B CGS -
Instrument Harness Instrument Harness 123 Sat-B CGS post PDR
EGSE 124 Sat-B CGS Apr 15
MGSE 125 Sat-B CGS May 15
OGSE 126 Sat-B CGS Mar 15
Level 1B Ground Processor Prototype (GPP)
Instrument Data Simulator (IDS)
On Board SW Maintenance System (OBSMS)
SW Validation Facility (SVF)
Test Facilities Test Facilities (instrument) 160 Sat-B CGS post PDR
ISVV ISVV - Sat-B CGS -
ReflectorsNov 14
GSE
DPS
SW Maintenance Tools / Facilities
127
128
Calibration Assembly
Feed Clusters
Low Frequency Equipment
Integrated Receivers
Instrument Mechanical and
Thermal HW
104
105
106
100
101
102
Nov 14Airbus DS SAS
Airbus DS Ltd
Sat-B
Sat-B
Front End Receivers
Back End Electronics
RFA Thermal and Mechanical HW
Aug 14
CGS
Apr 15
Oct 14Sat-B
Airbus DS Ltd
Sat-B
Sat-B May 15
CGS
Sat-B Airbus DS SAS
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 30/39
ICI items
SCA items
Category / Major procurement Procurement Item Reference Sat-A, Sat-B, common
Procurement Responsible
(Issuing Company)
ITT/RFQ issue date(calendar)
ICI ICI items Header Header Header Header
ICU HW/SW 129 Sat-B ECE Jan 15
CDPU 130 Sat-B ECE Mar 15
Mechanism 131 Sat-B CGS Dec 14
HDM 132 Sat-B ECE Mar 15
Thermal Control HW 133 Sat-B ECE Apr 15
Structure 134 Sat-B ECE Mar 15
Harness - Sat-B ECE -
RF HW 325 GHz Front-End
243 GHz Front-End
183 GHz Front-End
664 GHz and 448 GHz Front-End 136 Sat-B ECE Nov 14
Back End 137 Sat-B Airbus DS Ltd Oct 14
OBCT 138 Sat-B Airbus DS Ltd Dec 14
Level 1B Ground Processors 139 Sat-B ECE May 15
MGSE 140 Sat-B ECE Jun 15
EGSE 141 Sat-B ECE May 15
OGCT 142 Sat-B ECE Feb 15
EVT and Calibration 143 Sat-B ECE Jul 15
ISVV - Sat-B ECE -
Airbus DS LtdSat-B
Project Office Tasks
Electrical HW/SW
Thermo-Mechanical HW
135 Aug 14
Category / Major procurement Procurement Item Reference Sat-A, Sat-B, common
Procurement Responsible
(Issuing Company)
ITT/RFQ issue date(calendar)
SCA SCA items Header Header Header Header
SCA instrument prime SCA prime 144 Sat-B Airbus DS Gmbh Jul 14
Structure 145 Sat-B ECE Jul 15
Thermal Control HW 146 Sat-B ECE Jun 15
Hold Down and Release Mechanism (HDRM) 147 Sat-B ECE Apr 15
Deploy and Latch Mechanism (DLM) 148 Sat-B ECE Apr 15
Beam Forming Network (BFN) 149 Sat-B ECE May 15
Radiating panels 150 Sat-B ECE Jun 15
RF-design 151 Sat-B ECE May 15
SAS MGSE 152 Sat-B ECE Jul 15
SAS MGSE 0'g deployment 166 Sat-B ECE Jul 15
Test facilities - RF 153 Sat-B ECE Oct 15
Test facilities - EVT 154 Sat-B ECE Nov 15
High Power Amplifier (HPA) 155 Sat-B Airbus DS Gmbh Jul 15
Scatterometer Front-end (SFE) 156 Sat-B Airbus DS Gmbh May 15
Digital Control Unit (DCU) 157 Sat-B Airbus DS Gmbh May 15
Digital Control Unit SW (DCU-ASW) 158 Sat-B Airbus DS Gmbh Jan 16
Radio Frequency Unit (RFU) 159 Sat-B Airbus DS Gmbh Jun 15
Harness 161 Sat-B Airbus DS Gmbh Jun 15
SES EGSE 162 Sat-B Airbus DS Gmbh Nov 15
RF SCOE 163 Sat-B Airbus DS Gmbh Nov 15
SES MGSE 164 Sat-B Airbus DS Gmbh Dec 15
Ground Proc., Simulator & Tools 165 Sat-B Airbus DS Gmbh Sep 15
Antenna Sub-system
Electronic Subsystem
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 31/39
6.2 Released ITT
The ITT’s already released on EMITS at the beginning of February 2015 are:
Category / Major procurement Procurement Item N° Item Procurement Responsible
(Issuing Company)
ITTi ssue date
EMITS Ref Status
Satellite Satellite items date reference
Platform Platform items header header header header header
Structure Structure 001 Airbus DS SAS 24/11/2014 AO60111 under evaluation
Propulsion Propulsion system 004 Airbus DS SAS 13/01/2015 AO60114 issued
AOCS Coarse Earth Sensor 015 Airbus DS SAS 06/02/2015 AO60124 issued
Star tracker 017 Airbus DS SAS 29/01/2015 AO60120 issued
GNSS receiver 019 Airbus DS SAS 30/01/2015 AO60123 issued
Ka-band Transmission 023 Airbus DS SAS 19/12/2014 AO60119 issued
Ka-band Antenna & Mechanism 024 Airbus DS SAS 29/01/2015 AO60118 issued
GSE & Facilities GSE & Facilities items header header header header header
SSE SSE items header header header header header
Prime support Support tasks items header header header header header
Structure / Propulsion / Thermal / Harness AIT 060 Airbus DS SAS 05/12/2014 AO60113 issued
MWS MWS items header header header header header
Instrument Control Sub-System Scan mechanism sub-assemby 062
Scan Control Electonics Assembly 063
Front-End Receiver Equipments 23.8 GHz DDR
31.4 GHz DDR
50 - 57 GHz SHR Unit
89 GHz DDR Unit
164 - 167 GHz SHR Unit
183 GHz SHR Unit
229 GHz SHR Unit
Receiver Back End Back-end Receiver Assembly A (54 GHz)
Back-end Receiver Assembly B (54 GHz)
Back-end Receiver Assembly C
Back-end Receiver Assembly D (183 GHz)
OBCT Assembly Target Element / Housing / Baffle (OBCT) 076 Airbus DS Ltd 17/12/2014 AO70221 issued
3MI 3MI items header header header header header
SWIR Detector 088 Selex ES 03/10/2014 AO130007 in negotiation
OMU - Filter Wheel System Filter Wheel Assembly and Filter Wheel Control Board 089 Selex ES 27/11/2014 AO130026 issued
RO RO items header header header header header
GRAS-2 Electronic Unit (GEU) Frequency Generation Module (FGM) 096 RUAG (SE) 15/12/2014 AO520000 issued
Airbus DS Ltd
068
069
070
071 Airbus DS Ltd AO70218
31/10/2014 AO70217
A070215
04/11/2014
Airbus DS Ltd
11/08/2014
to be re-issued
in negotiation
under evaluation
in negotiation
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 32/39
Legend:
Under evaluation after receipt of tenders and admissibility agreed by the TOB
In negotiation after TEB / Prime recommendation and upon ESA final decision
Awarded after negotiation by the issuing company is completed and decision of contract award is final
To be re-issued re-issue of the ITT according to the Best Practices
Category / Major procurement Procurement Item N° Item Procurement Responsible
(Issuing Company)
ITTi ssue date
EMITS Ref Status
MWI MWI items header header header header header
Feed Clusters 18.7 / 23.8 GHz
31.4 GHz
50/54 GHz
89 GHz
118 GHz
165 GHZ
183 GHz
Low Frequency Equipment Integrated SH RX 18.7 GHz
SH RX 23.8 GHz
Front End Receivers RX 31.4 GHz 103
Down Converter 50/54 GHz
RX 89 GHz
Down Converter 118 GHz
Down Converter 165 GHz
Down Converter 183 GHz
Back End Electronics BE 50/54 GHz
BE 118.75 GHz
BE 165 GHz
BE 183 GHz
Reflectors Main Reflectors 107
Cold Sky Reflector 113
Calibration Assembly On Board Calibration Target (OBCT) 112 Airbus DS Ltd 17/12/2014 AO70221 issued
Mechanism Scan Mechanism Sub-assembly 117 CGS 10/12/2014 AO510001 issued
Instrument Control Unit (ICU) 121 ECE 28/01/2015 AO190138 issued
ICI ICI items header header header header header
Electrical HW/SW ICU HW/SW 129 ECE 28/01/2015 AO190138 issued
Thermo-Mechanical HW Mechanism 131 CGS 10/12/2014 AO510001 issued
RF HW 325 GHz Front-End
243 GHz Front-End
183 GHz Front-End
Back End 137 Airbus DS Ltd 04/11/2014 AO70218 in negotiation
OBCT 138 Airbus DS Ltd 17/12/2014 AO70221 issued
SCA SCA items header header header header header
SCA instrument prime SCA prime 144 Airbus DS Gmbh 01/07/2014 AO40181 awarded
135
106
11/08/2014 AO70215
AO70215
04/11/2014
11/08/2014
100
101
Airbus DS Ltd
105
20/11/2014
Airbus DS Ltd
102
104
Airbus DS SAS
AO70218
AO60117
in negotiation
in negotiation
under evaluation
in negotiation
Airbus DS SAS 20/11/2014 AO60116
Airbus DS Ltd
in negotiation
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 33/39
7 INDUSTRIAL POLICY REQUIREMENTS
7.1 Geographical Return Requirements
The overall requirements for the geographical distribution of work have been derived from the contribution levels of the ESA MetOp-SG programme. These geographical distribution requirements apply only to the development activities all of which are funded through the ESA MetOp-SG programme (excluding the EUMETSAT contribution).
The geographical return requirements are provided as % figures per country. The applicability is at Prime level and overall for Satellite A PFM and Satellite B PFM. A continuous monitoring will be done in Phase B2. Achieving the geographical return requirements in the distribution of work will be an industrial policy consideration of the Prime in his recommendations for selection in the Best Practices procurement.
Austria 2.09%Belgium 2.66%Cezch Republic 0.37%Denmark 0.62%Finland 0.87%France 26.05%Germany 26.05%Italy 11.54%Netherlands 1.86%Norway 2.31%Poland 0.62%Romania 0.25%Spain 6.43%Sweden 2.89%Switzerland 2.86%United kingdom 12.54%
Total 100.00%
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 34/39
7.2 Non-LSI Requirements and Reserved ITT’s
Currently the following economic operators are considered as being LSI:
Airbus Defence and Space SAS
Airbus DS GmbH
Airbus Defence and Space Limited
Thales Alenia Space France SAS
Thales Alenia Space Italia Spa
OHB systems AG
A fair distribution shall be achieved between Large System Integrator (LSI) and non-LSI contractors. The requirement is that 50% (by value) of the proposed Best Practices procurement will be selected among non-LSI.
The applicability of this requirement is at Prime level. A continuous monitoring will be done in Phase B2. Achieving 50% of non-LSI in the Best Practices procurement will be an industrial policy consideration of the Prime in his recommendations for selection.
To secure the achievement of this requirement, a number of ITT’s will be reserved for non-LSI in the Best Practices procurement. A preliminary list of ITT’s reserved for non-LSI is given here-after as provisional information. It will be formally confirmed at the time of the ITT release and clearly identified, for each ITT, in the ITT letter on EMITS.
Non-LSI reserved ITT’s
Category / Major procurement Procurement Item
ReferenceSat-A, Sat-B,
common
Procurement Responsible
(Issuing Company)
Procurement
Method
Reserved for
non-LSI
Satellite Satellite items Header Header Header Header Header
Platform Platform items Header Header Header Header Header
Thermal Thermal hardware 002 common Airbus DS SAS OC 1
S-band Antenna 008 common Airbus DS SAS OC 1
S-band TRSP 009 common Airbus DS SAS OC 1
Battery 013 common Airbus DS SAS OC 1
Harness 014 common Airbus DS SAS OC 1
Coarse Earth Sensor 015 common Airbus DS SAS OC 1
Star tracker 017 common Airbus DS SAS OC 1
Reaction wheel 018 common Airbus DS SAS OC 1
Magnetotorquer 020 common Airbus DS SAS OC 1
Magnetometer 021 common Airbus DS SAS OC 1
X-band Antenna 026 common Airbus DS SAS OC 1
Radiation Monitoring Unit RMU 027 common Airbus DS SAS OC 1
CSW development support 029 common Airbus DS SAS OC 1
GSE & Facilities GSE & Facilities items Header Header Header Header Header
Trolleys & stands 030 common Airbus DS SAS OC 1
Lifting Devices 031 common Airbus DS SAS OC 1
Adaptors 032 common Airbus DS SAS OC 1
TV targets accommodation jig 033 common Airbus DS SAS OC 1
Miscellaneous MGSE 034 common Airbus DS SAS OC 1
Umbical SCOE 036 common Airbus DS SAS OC 1
SAPS SCOE 037 common Airbus DS SAS OC 1
Battery simulator 038 common Airbus DS SAS OC 1
RF SCOE (S-band) 039 common Airbus DS SAS OC 1
RF SCOE (Ka-band / X-band) 040 common Airbus DS SAS OC 1
TM/TC SCOE 041 common Airbus DS SAS OC 1
MMFU SCOE 042 common Airbus DS SAS OC 1
GNSS Stimulator 044 common Airbus DS SAS OC 1
FVI - RTS models support 046 common Airbus DS SAS OC 1
Test Facilities Test Facilities 047 common Airbus DS SAS OC 1
TT&C
Power
PDHT
CSW
MGSE
EGSE
Functional Validation Infrastructure
AOCS
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 35/39
Non-LSI reserved ITT’s (ct’d)
Category / Major procurement Procurement Item
ReferenceSat-A, Sat-B,
common
Procurement Responsible
(Issuing Company)
Procurement
Method
Reserved for
non-LSI
Satellite Satellite items Header Header Header Header Header
SSE SSE items Header Header Header Header Header
SATSIM - infrastructure support 050 common Airbus DS SAS OC 1
Prime support Support tasks items Header Header Header Header Header
CADM support 054 common Airbus DS SAS OC 1
PA/QA support 055 common Airbus DS SAS OC 1
RAMS support 056 common Airbus DS SAS OC 1
Database support 057 common Airbus DS SAS OC 1
ISVV 058 common Airbus DS SAS OC 1
Transports (launch campaigns) 061 common Airbus DS SAS RC 1
MWS MWS items Header Header Header Header
DC Harness including connection plate 072 Sat-A Airbus DS Ltd OC 1
ISVV ISVV 075 Sat-A Airbus DS Ltd OC 1
OBCT Assembly Target Element / Housing / Baffle (OBCT) 076 Sat-A Airbus DS Ltd OC 1
MGSE 077 Sat-A Airbus DS Ltd OC 1
Rad Cal Test Rig (RCTR) 078 Sat-A Airbus DS Ltd DN 1
EGSE 079 Sat-A Airbus DS Ltd OC 1
3MI 3MI items Header Header Header Header
OMU - Structure CFRP Baseplate 082 Sat-A Selex ES OC 1
OMU - Thermal Hardware Heat Pipe and Radiator, incl. GSE 083 Sat-A Selex ES OC 1
MLI 084 Sat-A Selex ES OC 1
OMU - VNIR and SWIR Objectives Aspheric Lenses 085 Sat-A Selex ES OC 1
Filter Wheel Assembly and Filter Wheel Control Board 089 Sat-A Selex ES OC 1Ground Processor Prototype (GPP), incl. Instrument Data
Simulator (IDS)092 Sat-A Selex ES OC 1
Harness 093 Sat-A Selex ES OC 1
On-Ground Calibration (Test Facilities) 094 Sat-A Selex ES OC 1
ISVV 095 Sat-A Selex ES OC 1
RO RO items Header Header Header Header
Radio Occultation Software and Instrument Control (ROIC
SW) Software, including GPP098 common RUAG (SE) OC 1
Support Test Equipment Platform (TEP) 099 common RUAG (SE) OC 1
Satellite Simulator
Support tasks
OMU - Filter Wheel System
GRAS-2 Electronic Unit (GEU)
System HardWare
GSE and harness
Services : Support
GSE
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 36/39
Non-LSI reserved ITT’s (ct’d)
Category / Major procurement Procurement Item
ReferenceSat-A, Sat-B,
common
Procurement Responsible
(Issuing Company)
Procurement
Method
Reserved for
non-LSI
MWI MWI items Header Header Header Header
FE Baseplate 108 Sat-B Airbus DS SAS OC 1
RFA Main Structure 109 Sat-B Airbus DS SAS OC 1
RFA MLI 110 Sat-B Airbus DS SAS OC 1
RFA Harness 111 Sat-B Airbus DS SAS OC 1
Launch Locking Device 118 Sat-B CGS OC 1
EGSE 124 Sat-B CGS OC 1
MGSE 125 Sat-B CGS OC 1
OGSE 126 Sat-B CGS OC 1
Level 1B Ground Processor Prototype (GPP)
Instrument Data Simulator (IDS)
On Board SW Maintenance System (OBSMS)
SW Validation Facility (SVF)
Test Facilities Test Facilities (instrument) 160 Sat-B CGS OC 1
ICI ICI items Header Header Header Header
HDM 132 Sat-B ECE OC 1
Thermal Control HW 133 Sat-B ECE OC 1
Structure 134 Sat-B ECE OC 1
664 GHz and 448 GHz Front-End 136 Sat-B ECE DN 1
Level 1B Ground Processors 139 Sat-B ECE OC 1
MGSE 140 Sat-B ECE OC 1
EGSE 141 Sat-B ECE OC 1
OGCT 142 Sat-B ECE OC 1
EVT and Calibration 143 Sat-B ECE OC 1
SCA SCA items Header Header Header Header
Structure 145 Sat-B ECE OC 1
Thermal Control HW 146 Sat-B ECE OC 1
Deploy and Latch Mechanism (DLM) 148 Sat-B ECE OC 1
Beam Forming Network (BFN) 149 Sat-B ECE OC 1
Radiating panels 150 Sat-B ECE TBD 1
RF-design 151 Sat-B ECE TBD 1
SAS MGSE 152 Sat-B ECE OC 1
SAS MGSE 0'g deployment 166 Sat-B ECE OC 1
Test facilities - EVT 154 Sat-B ECE OC 1
Scatterometer Front-end (SFE) 156 Sat-B Airbus DS Gmbh OC 1
Harness 161 Sat-B Airbus DS Gmbh OC 1
RF SCOE 163 Sat-B Airbus DS Gmbh OC 1
SES MGSE 164 Sat-B Airbus DS Gmbh OC 1
CGS
Antenna Sub-system
RFA Thermal and Mechanical HW
Mechanism
GSE
DPS127
Project Office Tasks
Thermo-Mechanical HW
RF HW
SW Maintenance Tools / Facilities128
CGS
1OC
1OC
Electronic Subsystem
Sat-B
Sat-B
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 37/39
8 NOTES FOR POTENTIAL BIDDERS
The following notes are given as additional information, guidelines, and/or specific requests for the potential bidders in order to better prepare for the ITT release and tendering phase.
Level of subcontracting. The list of items to be subcontracted has been established in accordance with the product tree one level below the major products, i.e. the platform, the instruments, the Ground Support Equipment, etc... which are directly procured by the core team companies. Except in specific cases, the present list does not identify the lower tier levels which will be subcontracted, procured, or purchased, by the selected subcontractors for the respective items to be subcontracted of this document.
Selection of lower tier contractors. It is the responsibility of the potential bidders for each item to establish their own industrial team as part of their proposal. The tenders shall encompass the complete responsibility of the subject item without the need of a subsequent Best Practices procurement action. Offers shall be committing and incorporate lower tier commitments as necessary.
Express of interest and acknowledgement of receipt. An express of interest can be sent at any time in advance, e.g. at Industry Days or upon publication of the present note or in answer to the Intended ITT. It allows to identify the potential suppliers in our own database. Upon release of the ITT, an acknowledgement of receipt / intent to bid form will be available. The tenderers are invited to declare their intended bid. This will allow to better prepare for the receipt, dispatching of tenders, and the evaluation phase.
Fairness of competition. The ESA Best Practices put a great emphasis on impartiality, equity and fairness of competition. ESA will be involved in the ITT release and subcontractor selection process in order to guarantee these principles. ESA will review all the ITT procurement packages, and will evaluate all bids jointly with the Issuing Company, the CPI’s, and the Prime Contractor.
Confidentiality. All information pertaining to the MetOp-SG ITT’s, tenders, evaluations, and all documents arising will be treated as confidential.
Participating States. The following States are participating in the MetOp-SG programme: Austria, Belgium, Czech Republic, Denmark, Finland, France, Germany, Italy, Netherlands, Norway, Poland, Romania, Spain, Sweden, Switzerland, United Kingdom. The ITT’s will be addressed to economic operators (including those deemed to act as subcontractors) whose registered office is established in such Member and Associated States which, by the time of the Contract award decision, will be a participating State in the ESA MetOp-SG Space Segment Development Programme.
Non-European procurements and export licences. MetOp-SG, as an ESA programme, has to make maximum use of European industrial competences. The procurement of components and/or units subject to stringent export licence regulations such as ITAR shall, wherever possible, be avoided, and the procurement of components / units from non-European sources shall be minimised. If retained, such procurements shall only be undertaken after consultation, and agreement, with ESA. When activities, products, or components (at the level below the level of subcontracting of the items to be subcontracted of this document) are proposed to be procured outside Europe, they have to be clearly identified and a justification has to be provided. This may occur, e.g. for a qualified product instead of a new development to provide cost/schedule efficiency and risk mitigation. In such case, the tenderer must ensure that all export control requirements will be met and authorisations obtained. This is particularly valid for U.S. procurements and ITAR regulations. A specific request for
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 38/39
information about export control classification will be provided in the ITT’s, which has to be filled in case of U.S. procurements.
Baseline configuration. ESA received confirmation from EUMETSAT that the baseline configuration to be used for the MetOp-SG Best Practices procurements shall be the so-called “3+3 configuration” (i.e. 3 x Satellite A plus 3 x Satellite B). This means that the units for the FM3 satellites can be included in the baseline. All future Best Practices ITT’s will include this approach as the baseline.
Reference: MOS.LIS.ASF.SYS.01040 Issue: 02 Date: 06.02.2015
This document is Airbus Defence & Space SAS / Airbus DS GmbH proprietary and should not be dispatched or the content disclosed without written authorization ● Page 39/39
AIRBUS DS
AIRBUS DS
ESA
Instruments
X Bayle F. X Braun F. X ftp site 3MI
X Bousquet V. X Fayard R. X Barsanti I. X De Vidi R.
X Chinal E. X Gotsmann M. X Corpaccioli E. X Pomilia A.
X Clochet A. X Hashagen V. X Loiselet M.
X Corradin P. X Paul E. X Mason G.
X Damilano P. X Riede M. X Oremus R. ICI
X Duquesne J.L. X Schull U. X Gonzalez Sola R.
X Durand C. X Zaglauer A. X Ortin Puche M.
X Etienne C.
X Giacometto A. RO
X Langevin M. X Liljegren T.
X Mena B. X Christensen J.
X Pawlak D.
X Pendaries M. MWI
X Perreau P. X Sacchetti A.
X Rieu J.P. X Tominetti F.
X Streppel J.
X Tabart C. MWS
X DOC OFFICE X Masterson D.
X Dommersen S.
SCA
x Ulrich D.
EUMETSAT