REQUEST FOR PROPOSAL [RFP] FOR PROCUREMENT OF NEW AIRCRAFT ... · request for proposal [rfp] for...

29
REQUEST FOR PROPOSAL [RFP] FOR PROCUREMENT OF NEW AIRCRAFT FOR AERIAL REMOTE SENSING [TENDER DOCUMENT] NATIONAL REMOTE SENSING CENTRE INDIAN SPACE RESEARCH ORGANISATION Department of Space, Govt. of India Balanagar, Hyderabad 500037, AP, India

Transcript of REQUEST FOR PROPOSAL [RFP] FOR PROCUREMENT OF NEW AIRCRAFT ... · request for proposal [rfp] for...

REQUEST FOR PROPOSAL [RFP] FOR PROCUREMENT OF NEW AIRCRAFT FOR

AERIAL REMOTE SENSING [TENDER DOCUMENT]

NATIONAL REMOTE SENSING CENTRE INDIAN SPACE RESEARCH ORGANISATION

Department of Space, Govt. of India Balanagar, Hyderabad 500037, AP, India

nrsc

2

Contents

1.INTRODUCTION .................................................................................................................................................. 3

2. GENERAL INSTRUCTION FOR SUBMISSION OF PROPOSALS ................................................................................ 4

2.1 ELIGIBILITY CRITERIA ...................................................................................................................................... 4 2.2 THE TECHNICAL BID SHOULD ALSO CONTAIN .............................................................................................................. 4

3. AIRCRAFT REQUIREMENTS & SPECIFICATIONS ................................................................................................ 7

4. AIRCRAFT MODIFICATIONS ............................................................................................................................. 11

5.TERMS & CONDITIONS ...................................................................................................................................... 19

6. DETAILS OF TECHNICAL INFORMATION ............................................................................................................ 23

ANNEXURE-1: TECHNICAL COMPLIANCE STATEMENT .......................................................................................... 25

ANNEXURE-II: COMMERCIAL BID FORMAT .......................................................................................................... 29

nrsc

3

1.INTRODUCTION

1.1 Indian Space Research Organization (ISRO), Department of Space (DOS), Government

of India (GoI) is the premier organisation in the country responsible for developing

space based systems comprising launch vehicles, satellites and ground segment facilities

to meet the country’s applications requirements in communication, broadcasting,

meteorology and remote sensing.

1.2 National Remote Sensing Centre (NRSC) is one of the centers under the Indian Space

Research Organisation (ISRO), Department of Space (DOS), Government of India, with

the mandate of providing Earth observation data from space and aerial platforms to

users, develop technologies for the management of natural resources, support disaster

monitoring and management and capacity building for utilization of Earth Observation

data. Aerial Services & Digital Mapping Area (AS&DMA) of NRSC is the only civilian

Government entity in the country with end-to-end state-of-the-art infrastructure and

capability in the domain of aerial photography, Laser Scanner and Synthetic Aperture

Radar surveys. It is a premier national facility for airborne data acquisition and large

geospatial database generation in India.

1.3 NRSC owns & operates two SKA B200 aircraft for aerial data acquisition. These aircraft

have modifications suitable for installation of airborne sensors which are being used for

Aerial Surveys for Remote Sensing applications.

1.4 Currently, the following activities are carried out with sensors like Aerial Cameras, Laser

Scanners and Synthetic Aperture Radar. The different types of aerial remote sensing

services offered are:

a. Aerial photographic surveys using Large Format Digital Camera System.

b. Airborne LiDAR and digital camera surveys for close contouring /DEM generation.

c. Airborne Synthetic Aperture Radar (ASAR) surveys.

d. Aerial Services for range calibration and instrument validation.

e. Airborne data acquisition services for atmospheric research.

1.5 NRSC invites proposals from Vendors for supplying of two new aircraft of same model

customized and certified for aerial remote sensing operations.

1.6 The objective of this RFP is to facilitate the vendors to participate in the bidding process.

nrsc

4

2. GENERAL INSTRUCTION FOR SUBMISSION OF PROPOSALS

2.1 ELIGIBILITY CRITERIA

2.1.1 The Vendors submitting their proposals should be either the manufacturer or an

authorised dealer of the aircraft. In case of authorised dealers, documentary proof of

authorisation valid as on date to be submitted in the technical proposal. Since the

aircraft procurement involves manufacturing, modifications and certification of the

new aircraft, NRSC has no objection for bidding with one company as a sole

representative of all parties involved, substantiated with appropriate authorization by

all the parties involved.

2.1.2 The vendor must have an authorised Maintenance Repair Overhaul Organisation

(MRO) in India or must have an agreement with an Indian MRO for carrying out

scheduled and unscheduled maintenance, warranty support, etc, preferably in NRSC

hangar in Hyderabad

2.1.3 The Bidder should have at least 5 years experience in supplying aircraft and providing

maintenance.

2.2 The technical bid should also contain 2.2.1 Filled in Technical compliance statement as given in Annexure-I.

2.2.2 Authorisation certificates from the OEMs for Engine, Propeller, Avionics and all major

sub-systems indicating the willingness to provide technical & maintenance support

during warranty and extended warranty period.

2.2.3 Detailed data sheets giving all the specifications and performance parameters/type

Certificate and Type certificate data sheet of the aircraft.

2.2.4 List of deliverables (including the list of continued airworthiness support

documents/aircraft post delivery documents like Airplane Flight Manual(AFM),

Structural Inspection and Repair Manual(SRM), Illustrated Parts Catalogue (IPC),

Maintenance Manual (MM)) etc

2.2.5 Contain the following undertaking by the vendor.

QUOTE

I / we have gone through all the terms and conditions indicated in RFP TENDER No: NRSC

___________________ and accept all of them. The information contained in this submitted proposal

is true to the best of my / our knowledge.

nrsc

5

Signature of authorised representative

With Office Seal Date :_______________ Place :_______________

UNQUOTE

2.3 The commercial bid must contain all the pricing details in the format provided in Annexure-

II. Don’t indicate actual commercial details anywhere in the technical bid. The pricing

details should be entered only in the entries provided against each item in the enclosed

format. No attachment submitted in the technical or the commercial bid shall have the

pricing details except in the entries in the price bid. If the commercial details are mentioned

either in part or full in the technical bid, NRSC reserves the right to reject the bid. The empty

commercial bid format should be enclosed in the technical bid. The empty commercial bid format

should indicate the complete details of all the items whose price is given in the commercial bid.

2.4 Offers must be valid for 18 months from the last date for submission of the bids.

2.5 Prebid Meeting: Pre Bid Meeting between NRSC and the vendors interested in submitting

proposals will be held at NRSC Hyderabad on ……………………. from ………..hrs. It is strongly

recommended that all the vendors attend the pre-bid meeting to avoid further queries and

clarifications later. It also is advisable that the OEM representatives of the aircraft attend the

pre-bid meeting along with their Indian partners (if any). Those who wish to participate

should send their willingness regarding their participation with name, designation, address

and contact details before …………………... Foreign nationals must indicate their nationality,

passport details. The Visa must be a Business Visa. Tourist Visa is not acceptable. A copy of

the passport must be sent to Head, Purchase and Stores, National Remote Sensing Centre,

ISRO, Balanagar, Hyderabad-500037, AP, India. email: [email protected]

2.6 Interested vendors can be present at NRSC during opening of Technical bids. Technical bids

will be opened in the presence of the attending vendors or their authorised representatives.

Authorised representatives must carry a proper identification proof and an authorisation

letter. The commercial bids will be opened in the presence of the attending vendors or their

authorised representatives on a date that will be notified individually to the vendors whose

technical bids are found to be suitable.

nrsc

6

2.7 PROPOSAL FOR EACH MODEL SHOULD BE SUBMITTED IN TWO SEPARATE (TECHNOCOMMERCIAL

AND PRICE) SEALED COVERS. Each cover should be suitably superscribed as `TECHNO‐COMMERCIAL

BID’ or `PRICE BID’ along with `TENDER NUMBER’ and `MODEL NAME’. All the sealed covers

can be sent as a single package by post (or delivered by hand at NRSC). However, the package must

be superscribed with `TENDER NUMBER’. DO NOT SEND PROPOSALS BY e‐mail. DO NOT

INCLUDE ANY PRICING DETAILS IN THE TECHNICAL BID.

2.8 All the proposals and communications must be addressed to :

The Head, Purchase & Stores Division, National Remote Sensing Centre, Indian Space Research Organisation, Balanagar, Hyderabad - 500 037 AP, INDIA Phone : +91-40-23884065, 23884071 Fax : +91-40-23878695 E-mail : [email protected]

nrsc

7

3. AIRCRAFT REQUIREMENTS & SPECIFICATIONS

3.1 The aircraft should be currently in series production with assured maintenance and spares

support in India over the expected life of 25 years. Pre owned aircraft will not be considered.

3.2 The aircraft is intended for remote sensing applications and hence vendor has to supply

aircraft with modifications as described in the subsequent chapters.

3.3 The vendor should get the aircraft certified to operate under rules and regulations of the

Indian aviation regulatory authority, currently, Directorate General of Civil Aviation (DGCA),

India. NRSC will support for providing the necessary documentation as an Operator.

3.4 Cabin area of Aircraft should be adequate to accommodate six persons (excluding pilots),

sensor equipments and the modifications as described in Chapter-4(Aircraft Modifications).

3.5 The aircraft should be supplied with six operator chairs to conveniently monitor the airborne

sensor equipments.

3.6 Aircraft Type : Pressurized Twin turbo prop

3.7 Engines : Twin turbo prop

3.8 Service ceiling : 31000 ft MSL or higher

3.9 Maximum Cruise Speed : 290 knots or higher

3.10 Stall Speed : 95 knots or lower

3.11 Maximum Payload Weight(MPW)

(Sensor + 2Pilots + Pax + Luggage)

: 1200 Kg or higher

3.12 Endurance with Maximum Payload

Configuration(MPC)--MPW+Empty

Aircraft Weight+ Maximum fuel with

MPW

: 6 hours or higher

3.13 Seating Configuration ( Pilot + Pax) : 2 + 6

3.14 Avionics : Collins Proline / Honeywell / Garmin

Integrated Avionics Suite including auto-pilot

coupled Flight Management System, Moving

Map LCD Display

nrsc

8

3.15 Aircraft Environment control System (Cabin air-conditioning):

3.15.1 Air conditioning in the aircraft is required to cater to environment conditions in

the flight with the ASAR equipment operating with 4 pax onboard excluding

pilots.

3.15.2 Cabin temperature should not exceed 30° C during flying.

3.15.3 Innovative heat dissipative mechanism with customizable environmental

management system is preferable as the sensor equipments are likely to dissipate

more heat.

3.15.4 Environmental management system should effectively support both pressurized

and unpressurized cabin conditions.

3.16 Aircraft Navigation instrumentation: Standard instrumentation should include,

3.16.1 VHF Omni range (VOR)

3.16.2 Automatic Direction Finder(ADF)

3.16.3 Distance Measuring Equipment(DME)

3.16.4 Instrument Landing System(ILS)- Category III B

3.16.5 Global Navigation Satellite System(GNSS) to support for Category III B ILS

3.16.6 Electronic Flight Bag (EFB) with iPad having flight planning and navigation app for

pilots.

3.16.7 Radio Altimeter

3.16.8 Weather RADAR with avoidance range of 300nm or higher

3.16.9 ATC Transponders ( Mode-S)

3.16.10 Autopilot and Full Authority Digital Engine Control(FADEC)

All the above instruments should be provided with dual system except FADEC, EFB and weather radar. Also, Autopilot may be quoted as dual system (Optional). Additionally, Integrated Standby Instrumentation System (ISIS) should be provided to aid in case of primary display failure.

3.17 Aircraft Communication instrumentation: Standard instrumentation should include,

3.17.1 VHF Communication –Dual configuration

3.17.2 HF Communication

3.18 Aircraft Safety Instrumentation: Standard instrumentation should include,

3.18.1 Two sets of Cockpit Voice Recorder (CVR) & Flight Data Recorder (FDR)

nrsc

9

combination set with solid state Memory supporting a minimum of 2 hours

recording. FDR should be of Category IA with Minimum of 32 parameters

monitored.

3.18.2 Traffic Collision Avoidance System (TCAS II) with Traffic Advisory (TA) and

Resolution Advisory (RA).

3.18.3 Water Activated and Impact Activated Emergency Locator Transmitter (ELT) with

operating frequency of 406 MHz

3.18.4 Reduced Vertical Separation Minima (RVSM) compliance systems

3.18.5 Enhanced Ground Proximity Warning System (EGPWS) including wind shear

warning.

3.18.6 Automatic Dependent Surveillance System ( ADS)

3.19 Instrument data Outputs(Optional): The following parameters along with Digital/ Analog

outputs from aircraft instruments or as additional installation should be made available in

the cabin for logging and Analysis purpose. Provision for onboard storage of data with GPS

time stamping and download after aircraft landing is also acceptable.

3.19.1 RADAR Altimeter

3.19.2 Radio Altimeter supporting upto 35000ft.

3.19.3 Barometric Altitude

3.19.4 Inertial Navigation system (lNS)

3.19.5 Global Navigation Satellite System (GNSS) position

3.19.6 Cabin Temperature and Humidity

3.19.7 Outside Pressure, temperature and Humidity

3.20 Voice and data communication system (optional) from aircraft, while in flight, to ground with

reasonable bandwidth for transmitting few images to ground in case of disaster scenario.

3.21 The vendor shall supply the complete set (both softcopy and three sets of hardcopy) of flight

manuals, maintenance manuals, pilots check lists, etc.. that are mandatory along with each

aircraft.

3.22 The vendor shall provide the complete drawings and documentation of the modifications

carried out in softcopy and one set of hardcopy, at the time of delivery of the aircraft, to

facilitate installation of equipment, and to carry out any repair in the event of failure of the

parts used in modification.

3.23 The vendor shall also provide copies of all the approvals (FAA/EASA/DGCA), STCs

nrsc

10

implemented for carrying out the modifications in both the aircraft.

3.24 Power Console:

Aircraft should provide about 125A at 28V, (3500W) DC power for sensor operations. A

power console (2Nos) with outlets of 10, 20, 50, 60, 100 amps, 28 V DC to be provided in the

cabin limited to maximum of 125A at a time. Provision for A 2000 W Inverter (with a 75 amps

outlet from 28 V DC supply) to provide 230V AC/50Hz output for operating other test

instruments.

3.25 Other Facilities in the Cabin:

3.25.1 Intercom system between pilots, navigator/system engineers

3.25.2 Baggage Compartment with baggage net or Cage provision

3.25.3 Toilet seat

3.26 TRAINING: The vendor should provide training to four pilots identified by NRSC at vendor’s

facility. The price of training per pilot shall be given in the commercial bid. The payment for the

pilot training shall be made depending on the actual number of pilots identified by NRSC for

training. Training to DGCA officials if required shall also be the responsibility of vendor. All the

expenses for the travel and accommodation of the DGCA officials during the training shall be

borne by the vendor

nrsc

11

4. AIRCRAFT MODIFICATIONS

4.1 Modifications to the aircraft for installation of payloads such as airborne sensors,

atmospheric probes and Airborne Synthetic Aperture Radar(ASAR) antenna has to be

carried out by the aircraft supplier. The modifications include cutouts suitable for scientific

payloads, optical wells, radome, pressure box, GPS antennas etc. Suitable EMI/EMC shielding

to be made to aircraft wiring such that the airborne remote sensing equipment and aircraft

avionics does not interfere with each other.

4.2 Antenna, Radome and Racks will be permanently fitted in the aircraft. Required modification

to be done duly certified by FAA/EASA and approved by DGCA. The modifications required

aircraft wise is given in the table below.

Sl.

No

Provision/ Modification Aircraft1 Aircraft2

1 First Camera well with Optical flat with

electrically operated door

2 Second Camera well with Optical flat with

electrically operated door

X

3 Cutout for Waveguide for ASAR Sensor X

4 Cutout for Atmospheric sensor probes

5 Radome at the belly for ASAR Sensor X

6 Pressure box X

7 Two Additional GPS Antenna for interfacing to

airborne sensors

4.3 The approximate dimensions & Location for Aircraft modifications are described in the table

below. Cabin height, length and width should be capable of accommodating these airborne

sensor equipment racks.

nrsc

12

4.4

Sl.no Item Dimensions in mm

(LxBxH)

Location Application

1. Cutout well for ASAR with a bottom plate for waveguide (for antenna feed) of size 240 X 240mm

390 X 470 X 220 Belly ASAR

2. Cutout with well for Camera (for both cutouts)

700 X 700 Belly Camera

3. Radome 2500 X 750 X 650 Belly ASAR

4. Pressure Box 450 X 450 X 500 Belly Direct exposing sensors

5. Cutout 240 X 240 Window or Belly

Atmospheric Probes

6. Cutout

(for both antennas)

50 X 50 Roof GPS

4.5 Specifications of Camera Well and Optical Flat

The camera well should have an optical flat and a motor driven shutter to protect the glass

during takeoff and landing. One camera well should have an optical flat in the visible and NIR

region. The second optical well should have an optical flat with two ports, one for SWIR

region and another for TIR region.

4.5.1 Specifications of the Optical flat for Visible & NIR region(to be supplied in both Aircraft)

4.5.1.1 Material : Grade A BK-7 or S-BSL7 Borosilicate Glass

4.5.1.2 Wavelength : 370nm to 1600nm

4.5.1.3 Internal Transmittance : Greater than 99%

4.5.1.4 Surface Quality(Scratch/Dig) : 60/40

4.5.1.5 Durability : MIL-C-675A

4.5.1.6 Wedge : better than 1 arc min

4.5.1.7 Parallelism : Less than 2 arc seconds

4.5.1.8 Flatness : 2 waves per 7 inch diameter transmitted

waveform @ 632nm

4.5.1.9 AR Coating : High Efficiency Anti Reflective Coating at

1064 nm both sides

4.5.1.10 Angle of incidence : 0-38deg

4.5.1.11 Reflectance : <= 0.5% per surface

nrsc

13

4.5.1.12 Dimensions : About 55cm X 60cm

4.5.1.13 Should have thermal and structural Stability to withstand differential

temperatures and pressures at all altitudes up to the ceiling of the aircraft

4.5.2 Specifications of the Optical flat for SWIR(to be supplied in Aircraft-2)

4.5.2.1 Material : Material suitable for SWIR region

4.5.2.2 Wavelength : 1.2 μm to 2.5μm

4.5.2.3 Internal Transmittance : Greater than 95%

4.5.2.4 Surface Quality(Scratch/Dig) : 80/50

4.5.2.5 Durability : MIL-C-675A

4.5.2.6 Wedge : better than 1 arc min

4.5.2.7 Parallelism : Less than 2 arc seconds

4.5.2.8 Dimensions : Circular port of 25cm diameter

4.5.2.9 Should have thermal and structural Stability to withstand differential

temperatures and pressures at all altitudes up to the ceiling of the aircraft

4.5.3 Specifications of the Optical flat for TIR region(to be supplied in Aircraft-2)

4.5.3.1 Material : Suitable for Thermal region

4.5.3.2 Wavelength : 8μm to 14μm

4.5.3.3 Internal Transmittance : Greater than 95%

4.5.3.4 Surface Quality(Scratch/Dig) : 80/50

4.5.3.5 Durability : MIL-C-675A

4.5.3.6 Wedge : better than 1 arc min

4.5.3.7 Parallelism : Less than 2 arc seconds

4.5.3.8 Dimensions : Circular port of 25cm diameter

4.5.3.9 Should have thermal and structural Stability to withstand differential temperatures and pressures at all altitudes up to the ceiling of the aircraft

4.5.4 Dimensions of the Camera well 4.5.4.1 NRSC uses Somag GSM3000 mount as the stabilizing platform for its imaging

sensors. The dimensions of the camera well should be able to accommodate the mount in its full operational capability.

4.5.4.2 Length and Width: 700mm X 700mm

4.5.4.3 The minimum gap between sensor mounting flange in the well and the upper

surface of the optical flat should be at least 6cm as shown in Fig 1.

nrsc

14

Fig 1: The well and optical flat arrangement for optical sensors

2cm

Frame Optical Glass Flat

48cm

56cm

6cm

70cm

70cm

6cm

Sensor Mounting Frame

OPTICAL FLAT

FLIGHT DIRECTION

nrsc

15

4.6 Specifications for Cutout for Waveguide and Radome for ASAR Sensor

4.6.1 The ASAR antenna will be mounted as and when required below the waveguide well

at the belly of the aircraft as shown in Fig.2 below.

4.6.2 The well will be of the dimension 390mm (L) X 470mm (w) X 220mm (D).

4.6.3 This will be a part of the cabin and will contain wave guides coming from C band

antenna along with subsystems like IMU, polarization switch etc. The material used

for the radome should be transparent to C and X band frequencies and should

withstand the differential temperatures and pressures upto to the ceiling height of

aircraft. The ASAR antenna radome should not block the view through optical flat

meant for optical sensors.

4.6.4 The bottom plate of well will have a cutout of 240 mm X 240 mm that will be

accessible from the outside.

4.6.5 The C-band antenna will be of the size 1.5 m X 0.32 m (under the belly of the

aircraft).

4.6.6 ASAR antenna will be covered by Radome. The Radome should be symmetric about

the bottom cut-out and should have usable flat of dimensions of about 2500 mm (L) X

750mm (W) X 650mm (D).

4.6.7 In mounted condition, gap between bottom of the Radome and ground should be

sufficient to protect the radome in the event of tyre burst condition.

4.6.8 Cutouts and well along with associated structural reinforcement to aircraft and

radome should be provided by the vendor with FAA/EASA/DGCA approval.

Fig.2 Aircraft with ASAR Radome mounted under the belly

nrsc

16

4.7 Specifications for Atmospheric sensor probes:

4.7.1 The aircraft should have suitable cutout for mounting atmospheric sensor inlets on the

fuselage or window with STC from FAA/EASA and approval from DGCA. The required

arrangement is shown in Fig.3 below

Fig.3 Typical Air Inlet-Outlet Tube Assembly

4.8 Specification for pressure box: Pressure Box with approx dimensions 45 cm X 45 cm X 50 cm,

to accommodate airborne multispectral/thermal sensors, and having cutout looking

downward with electrically operated door (without optical flat). This is required for sensors

which require access to the outside environment directly and at the same time providing

isolation between the outside environment and the pressurized aircraft cabin.

nrsc

17

4.9 Tentative Floor Layout of the Aircraft cabin:

AIRCRAFT 1 AIRCRAFT 2

nrsc

18

4.10 Details of the Sensor racks placed in the Aircraft Cabin( Racks shall be provided by NRSC)

Sl No:

Rack Dimensions in mm(HxDxW)

Aircraft I Aircraft 2 Payload

1 Rack I 1240 X 800 X 600 X ASAR

2 Rack II 900 X 650 X 550 X ASAR

3 Sensor Rack 860 X450 X 540 Camera

4 Sensor Rack 860 X450 X 540 X Camera

5 Sensor Rack 860 X450 X 540 Atmospheric suit

6 GSM3000 183(H)X614(L)X617(W) Camera

nrsc

19

5.TERMS & CONDITIONS

5.1 The terms & conditions defined in this RFP shall be considered for this procurement and

supersede the general terms & conditions enclosed if any.

5.2 DELIVERY: The vendor shall deliver( including supply, permissions from the regulatory

authorities (like DGCA and WPC and final acceptance) the aircraft with all the modifications,

certified by FAA/EASA & approved by DGCA at NRSC Hangar, Begumpet Airport, Hyderabad

within 12 months from the date of release of Purchase Order.

5.3 REGULATORY AUTHORITIES PERMISSIONS: All the permissions from the regulatory

authorities for importing, registration, airworthiness and flying of the aircraft in India has to

be obtained by the vendor. Any expenses incurred for the above has to be borne by the

vendor. NRSC shall provide documentary support wherever required and feasible. In case

vendor fails to obtain permission, NRSC reserves the right to cancel the order and reject the

aircraft.

5.4 INSURANCE: Any expenses for the insurance from the OEM factory to NRSC shall not be

borne by NRSC.

5.5 INSTALLATION: The vendor shall prepare an Acceptance Test Procedure (ATP) document

which shall be sent to NRSC after the PO is placed. The ATP document shall be finalised on

mutual agreeable basis and will be used for acceptance of the aircraft at NRSC Hyderabad.

5.5.1 In case of foreigners visiting NRSC, Hyderabad for installation and acceptance, the

passport and VISA details of the personnel have to be sent to NRSC well in advance to

get necessary approvals from Dept. of Space and Bureau of Civil Aviation Security

(BCAS) clearances.

5.5.2 The vendor is responsible for problem free demonstration of aircraft in NRSC & any

onsite issues should be appropriately resolved by the vendor.

5.6 Factory Acceptance Test: The expenses for the test flights during factory acceptance test of

the aircraft by NRSC engineers shall be borne by the vendor. The travel & accommodation

expenses will be borne by NRSC.

nrsc

20

5.7 Site Acceptance Test: The Site acceptance test at NRSC shall be carried out with the Pilots

from the vendor and all the expenses for these test flights shall be borne by the vendor.

5.8 WARRANTY AND MAINTENANCE :

5.8.1 The warranty will start from the date of issue of On-site Acceptance Certificate by

NRSC.

5.8.2 The vendor shall provide three years onsite comprehensive maintenance for the

aircraft and subsystems for all scheduled & unscheduled maintenance through the

authorised Indian MRO(CAR-145) and DGCA approved Continuing Airworthiness

Maintenance Organisation (CAMO) services

5.8.3 The vendor should provide TWO engineers (A&C) at Hyderabad base. The vendor

must also position a R,E,I and any other engineers recommended by the Aircraft

manufactures or send one within 24 hours on need/ request basis to the place where

NRSC aircraft is positioned. The vendor must also position sufficient number of

technicians at NRSC hanger to cater to the maintenance of the Aircraft. These

engineers/ technicians will be deployed on to the field when the aircraft is outstation

for survey task. The vendor has to separately quote for the daily allowance (all

inclusive) for both technicians and engineers.

5.8.4 Each sub system of the aircraft like airframe, engines, propellers, avionics come with

a standard warranty. The vendor shall provide the standard warranty applicable for

each of these systems from the date of acceptance. Accordingly, the warranty should

be quoted keeping this in view. Any subsystem warranty that the OEM provides for

greater than three years shall be transferred to NRSC.

5.8.5 The price details for the maintenance should be given in the commercial bid with

year wise break up. The payment during this three year maintenance period shall be

paid at the end of each year on satisfactory performance during that year on an

annual basis.

5.8.6 The down time for the aircraft shall not be more than one day for lack of availability

of maintenance crew and fault diagnosis. If the down time exceeds the specified

period, the warranty charge will be deducted at 1/360th of the yearly payment per

day for the delayed period.

5.8.7 The warranty shall be stopped if the aircraft suffers irreparable damage due to the

nrsc

21

circumstances caused by the act of God, natural calamities, riots or other such

situations over which there cannot be any control either by the NRSC or by the

Vendor

5.8.8 The vendor should submit necessary authorisation from the OEM substantiating that

the OEM shall support the vendor for installation, maintenance and the warranty for

the total three years.

5.8.9 The maintenance shall be extendable for a further period of 2 or more years on

mutually agreeable terms & conditions.

5.8.10 The vendor shall be the maintenance provider for the subsystems including

modifications along with all the third party sub-systems which as a total constitute

the aircraft system delivered to NRSC.

5.8.11 The vendor shall provide 24x7 support during the maintenance period of 3 years.

5.9 CUSTOMS DUTY EXCEMPTION: NRSC is entitled for concessional Customs Duty payment

([email protected]%) and shall provide Customs Duty Exemption Certificate for availing the

same upon submission of necessary documentation by the vendor.

5.10 PAYMENT TERMS: NRSC normal payment terms are 90% payment after receipt, installation

and acceptance of the aircraft and balance 10% after submission of performance bank

guarantee. However, If any advance payment is required by the vendor, a maximum of 30%

of base price (aircraft cost + cost of modifications) excluding warranty and training cost can

be paid against bank guarantee from a nationalized bank as per the format provided by

NRSC. This bank guarantee shall be valid till the completion of supply and acceptance of the

aircraft. NRSC decision in this aspect shall be final.

5.11 PERFORMANCE BANK GUARANTEE: The supplier has to provide a performance bank

guarantee for 10% of base price (aircraft cost + cost of modifications), valid till the

completion of warranty period plus three months as claim period as per the Proforma which

shall be sent along with the PO.

5.12 ACCEPTANCE: The aircraft will be accepted only after successful test flights at NRSC

Hyderabad, meeting all the requirements including modifications and obtaining approvals

from regulatory authorities. A mutually agreeable acceptance document shall be prepared

nrsc

22

and used for acceptance.

5.13 During acceptance testing with sensors installed, the vendor should carryout field

modification on the aircraft (if required) and obtain DGCA approvals for resolving the

EMI/EMC/other compatibility issues if any.

5.14 LIQUIDADTED DAMAGES: For delays attributable to vendor in completion of entire supply

beyond 12 months (including supply, permissions from the regulatory authorities like DGCA

and WPC and final acceptance), Liquidated Damages (LD) shall be applicable at 0.5% per

week or part there of subject to a maximum of 10% of the order value.

5.15 FORCE MAJEURE: Neither NRSC nor the supplier shall be liable to the other for any delay in

or failure of their respective obligations under this procurement caused by occurrences

beyond the control of NRSC or the supplier because of fire, floods, power, acts of God, acts

of public enemy, wars, insurrection, sabotage, any law, statute or ordinance Agreement,

action or regulations of the Governments or any compliance therewith similar to the above.

Either party shall promptly. but not later than thirty(30) days thereafter notify the other of

the commencement and cessation of such contingency and prove that such is beyond the

control and affects the implementation of this procurement adversely and if such

contingency continues beyond six(6) months, both parties may mutually agree to discuss and

agree upon an equitable solution for cancellation of this purchase order or otherwise decide

the course of action to be adopted.

5.16 ARBITRATION: Settlement of disputes shall be through arbitration

a) If Indian supplier, the arbitration shall be as per Indian Arbitration and conciliation

Act, 1996.

b) If foreign supplier, the supplier has the option to choose Indian Arbitration and

Reconciliation Act, 1996 or United Nations Commission on international Trade law

Arbitration rules or as mutually agreed.

c) Arbitration proceedings will be held in Hyderabad, India only

5.17 NRSC, during technical evaluation, may decide to visit the facility of the vendor (or any

customer site maintained by the vendor) at NRSC cost, to ascertain their authenticity and

capability. NRSC shall have the right to reject the proposal of the vendor based on its findings

during the visit. The vendor should facilitate the above visit by NRSC team.

nrsc

23

6. DETAILS OF TECHNICAL INFORMATION

The following technical details have to be provided by Vendor

6.1 The scheme for modifications should be spelled out in detail. A drawing of the layout

showing the various racks, optical wells, cut outs, antenna positions, pressure box and

radome overlaid on the aircraft structural drawing.

6.2 The scheme for meeting the other requirements including power supply, air conditioning,

installation of GPS antenna, recording parameters etc .

6.3 A list of aircraft instruments that are required to be supplied as part of this RFP and their

performance specifications and model numbers

6.4 Vendors should provide Lead time for delivery of aircraft and modifications.

6.5 Vendors should provide a detailed plan for aircraft maintenance during the warranty period

and also thereafter in the post warranty period.

6.6 Proposal should mention the aircraft model suggested by the vendor and provide detailed

specifications and drawing of the aircraft.

Sl.No Parameter Details

1. Aircraft Model name.

2. Model Number.

3. Serial Number

4. Year Type Certified

5. RVSM certification

6. Cabin Volume

7. Baggage Compartment Volume

8. Ramp Weight

9. Takeoff Weight(MTOW)

10. Zero Fuel Weight

11. Payload Weight (including pilots) with full fuel

12. Range with max. payload (as per NRSC payload requirement)

13. Usable Fuel Quantity

14. IFR fuel reserves

15. Engines Manufacturer

nrsc

24

Sl.No Parameter Details

16. Engines Model

17. Engine TBO

18. Propellers Manufacturer

19. Propellers Model

20. Propellers Type

21. Thrust Reverser mechanism if applicable

22. Take-off Distance

23. Landing Distance

24. Rate of Climb

25. Service Ceiling

26. Maximum Speed

27. Stall Speed

28. Differential Pressure

29. Time to Cruise Altitude

30. Cabin Noise Levels

31. Cabin altitude @ certified ceiling

32. List of standard avionics items

33. List of optional avionics items

34. Seats – Crew Passengers (typical)

35. Passengers( maximum)

36. Volume of Passenger cabin(Dimensions)

37. Maintenance Schedules of the aircraft (list of phase inspections propeller overhaul timings)

38. Manufacturer and Address with contact Details

39. Tender Reference Number

40. Name and Address of the Vendor along with contact numbers.

nrsc

25

Annexure-1: Technical Compliance Statement

Sl. No.

RFP Clause Item Compliance

Reference Page No of bid

Remarks

1. 2.1.1 Manufacturer or Dealer? Submitted proof of authorised dealership

YES/NO

2. 2.1.2 Has an MRO or has an agreement with an Indian MRO? Details provided?

YES/NO

3. 2.1.3 5 years experience in supplying aircraft and providing maintenance and proof

YES/NO

4. 2.2.2 Authorisation from subsystem OEMs as per 2.2.2 attached?

YES/NO

5. 2.2.3 All details & datasheets as per 2.2.3 attached? YES/NO

6. 2.2.4 List of deliverables as per 2.2.4 attached? YES/NO

7. 2.4 Validity of the bids as per Clause 2.4 YES/NO

8. 3.1 Aircraft in series production with assured maintenance and spares support in India over the expected life of 25 years?

YES/NO

9. 3.3 Acceptance and Commitment to clause 3.3 YES/NO

10. 3.4 Conformance to clause 3.4 YES/NO

11. 3.5 Provision of chairs as per 3.5 YES/NO

12. 3.6 Compliance to clause 3.6 YES/NO

13. 3.7 Compliance to clause 3.7 YES/NO

14. 3.8 Compliance to clause 3.8 YES/NO

15. 3.9 Compliance to clause 3.9 YES/NO

16. 3.10 Compliance to clause 3.10 YES/NO

17. 3.11 Compliance to clause 3.11 YES/NO

18. 3.12 Compliance to clause 3.12 YES/NO

19. 3.13 Compliance to clause 3.13 YES/NO

20. 3.14 Compliance to clause 3.14 YES/NO

21. 3.15 Compliance to provide air conditioning system as per clause 3.15

YES/NO

22. 3.16 Compliance to clause 3.16 with all the instruments listed. Details provided?

YES/NO

23. 3.17 Compliance to clause 3.17 with all the communication equipment listed. Details provided?

YES/NO

24. 3.18.1 CVR & FDR combination set provided? YES/NO

nrsc

26

Sl. No.

RFP Clause Item Compliance

Reference Page No of bid

Remarks

25. 3.18.2 TCAS-II with Traffic Advisory and Resolution Advisory provided?

YES/NO

26. 3.18.3 Water Activated and Impact Activated Emergency Locator Transmitter (ELT) with operating frequency of 406 MHz provided?

YES/NO

27. 3.18.4 RVSM compliant? YES/NO

28. 3.18.5 Enhanced Ground Proximity Warning System (EGPWS) including wind shear warning provided?

YES/NO

29. 3.18.6 Automatic Dependant Surveillance System provided?

YES/NO

30. 3.19 Details of optional interfaces as given in 3.19 given?

YES/NO

31. 3.20 Optional communication equipment with ground provided? If so, details given?

YES/NO

32. 3.21 Acceptance of clause 3.21 YES/NO

33. 3.22 Acceptance of clause 3.22 YES/NO

34. 3.23 Acceptance of clause 3.23 YES/NO

35. 3.24 Provision of power console as per 3.24 YES/NO

36. 3.25 Facilities in the Cabin as listed in 3.25 YES/NO

37. 3.26 Acceptance of clause 3.26 YES/NO

38. 4.1 Acceptance to supply the aircraft with modifications as given in clause 4.1

YES/NO

39. 4.2 Acceptance of clause 4.2 YES/NO

40. 4.4 Acceptance to supply the aircraft with modifications as given in table 4.4

YES/NO

41. 4.5 Acceptance to supply Aircraft 1 with one camera well and Aircraft-2 with two camera wells as specified in Clause 4.5

YES/NO

42. 4.5.1 Acceptance to supply the camera wells in both the aircraft with Optical flat for VNIR region as per the specifications given in para 4.5.1

YES/NO

43. 4.5.2 Acceptance to supply the camera well in Aircraft-2 with Optical flat suitable for SWIR region as per the specifications given in para 4.5.2

YES/NO

44. 4.5.3 Acceptance to supply the camera well in Aircraft-2 with Optical flat suitable for SWIR region as per the specifications given in para 4.5.3

YES/NO

45. 4.5.4 Acceptance to carry out the Camera well modification as per the details specified in 4.5.4

YES/NO

46. 4.6 Acceptance to provide provision for ASAR antenna and Radome installation. Acceptance to provide the Radome as per the specifications given in Clause 4.6

YES/NO

47. 4.6.2 Acceptance of clause 4.6.2 YES/NO

48. 4.6.4 Acceptance of clause 4.6.4 YES/NO

49. 4.6.6 Acceptance of clause 4.6.6 YES/NO

nrsc

27

Sl. No.

RFP Clause Item Compliance

Reference Page No of bid

Remarks

50. 4.6.8 Acceptance of clause 4.6.8 YES/NO

51. 4.7 Acceptance of clause 4.7 YES/NO

52. 4.8 Acceptance of clause 4.8 YES/NO

53. 5.2 Acceptance to delivery as per clause 5.2 YES/NO

54. 5.3 Acceptance to clause 5.3 YES/NO

55. 5.4 Acceptance of clause 5.4 YES/NO

56. 5.5 Acceptance to clause 5.5 YES/NO

57. 5.6 Acceptance of clause 5.6 YES/NO

58. 5.7 Acceptance of clause 5.7 YES/NO

59. 5.8 Acceptance to Warranty & Maintenance clause 5.8

YES/NO

60. 5.8.2 Acceptance to provide three years onsite comprehensive maintenance as per 5.8.2

YES/NO

61. 5.8.3 Acceptance to provide manpower as per 5.8.3 YES/NO

62. 5.8.4 Acceptance to clause 5.8.4 YES/NO

63. 5.8.5 Details of price breakup for maintenance given in the price bid? Acceptance to payment terms for maintenance as per 5.8.5

YES/NO

64. 5.8.6 Acceptance to LD Clause 5.8.6 during three years maintenance

YES/NO

65. 5.8.7 Acceptance to clause 5.8.7 YES/NO

66. 5.8.8 Details provided as given in 5.8.8 YES/NO

67. 5.8.9 Acceptance to clause 5.8.9 YES/NO

68. 5.8.10 Acceptance to clause 5.8.10 YES/NO

69. 5.8.11 Acceptance to clause 5.8.11 YES/NO

70. 5.9 Acceptance to clause 5.9 YES/NO

71. 5.10 Acceptance to payment terms as per clause 5.10 YES/NO

72. 5.11 Acceptance to provide PBG as per clause 5.11 YES/NO

73. 5.12 Acceptance to clause 5.12 for acceptance plan YES/NO

74. 5.13 Acceptance to clause 5.13 YES/NO

75. 5.14 Acceptance to LD clause during supply, approvals and acceptance Clause 5.14

YES/NO

76. 5.15 Acceptance to Force Majeure Clause 5.15 YES/NO

nrsc

28

Sl. No.

RFP Clause Item Compliance

Reference Page No of bid

Remarks

77. 5.16 Acceptance to Arbitration Clause 5.16 YES/NO

78. 5.17 Acceptance of clause 5.17 YES/NO

79. 6.1 Details as per clause 6.1 Confirm

80. 6.2 Details as per clause 6.2 Confirm

81. 6.3 Details as per clause 6.3 Confirm

82. 6.4 Details as per clause 6.4 Confirm

83. 6.5 Details as per clause 6.5 Confirm

84. 6.6 All details as per clause 6.6 given Confirm

nrsc

29

ANNEXURE-II: COMMERCIAL BID FORMAT

Sl. No.

Item Price

Remarks

1 Price of Aircraft-1

2 Price of the modifications on Aircraft-1

3 Price for maintenance for 1st

year of Aircraft-1

4 Price for maintenance for 2nd

year of Aircraft-1

5 Price for maintenance for 3rd

year of Aircraft-1

6 Price of Aircraft-2

7 Price of the modifications on Aircraft-2

8 Price for maintenance for 1st

year of Aircraft-2

9 Price for maintenance for 2nd

year of Aircraft-2

10 Price for maintenance for 3rd

year of Aircraft-2

11 TA/DA for the engineers on outstation during the 3yrs maintenance period. Will be multiplied by 300 for a total period of 3ys.

12 TA/DA for the technicians on outstation during the 3yrs maintenance period. Will be multiplied by 300 for a total period of 3ys.

13 Training cost per Pilot

14 Cost of Dual Autopilot as per clause 3.16 ( Optional item)

15 Cost of Data outputs as per Clause 3.19 ( Optional item)

16 Cost of Voice & Data communication system as per Clause 3.20 ( Optional item)

17 Any other relevant/mandatory item (Please specify complete details of the additional items in the technical bid)