REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing, … · 2020. 9. 4. · RFP for 7.2m C...
Transcript of REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing, … · 2020. 9. 4. · RFP for 7.2m C...
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 1
REQUEST FOR PROPOSAL (RFP)
FOR
Supply, Installation, Testing, commissioning of
7.2m C Band Full Coverage Antenna earth
stations in NE-SAC Campus, Shillong
(Meghalaya)
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 2
Disclaimer
1. This RFP document is neither an agreement nor an offer by MCF Master
Control Facility (hereinafter referred to as MCF) to the prospective bidder or any other person.
2. MCF does not make any representation or warranty as to the accuracy, reliability or completeness of the information in this RFP document and it is not possible for MCF to consider particular needs of each party who
reads or uses this document. This document includes statements, which reflect various assessments arrived at by MCF in relation to the
deliverables. Such assessments and statements do not purport to contain all the information that each applicant may require. Each prospective applicant should conduct its own investigations and analysis and check the
accuracy, reliability and completeness of the information provided in this RFP document and obtains independent advice through MCF purchaseor
appropriate sources.
3. MCF will not have any liability to any prospective Applicant/ Firm/ or any
other person under any laws (including without limitation the law of contract, tort), the principles of equity, restitution or unjust enrichment or otherwise for any loss, expense or damage which may arise from or be
incurred or suffered in connection with anything contained in this RFP document, any matter deemed to form part of this RFP document. MCF will
also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this RFP.
4. The issue of this RFP does not imply that MCF is bound to select an
Applicant or to appoint the Selected Applicant, as the case may be, for the
services and MCF reserves the right to accept/reject any or all of proposals submitted in response to RFP document at any stage without assigning any
reasons whatsoever. MCF also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted RFP Application.
5. MCF accepts no responsibility for the accuracy or otherwise for any
interpretation or opinion on the law expressed herein.
6. The bidder shall be Original Equipment Manufacturer (OEM) or System Integrator (SI) or any Authorized Agent/Vendor for OEM/SI.
7. MCF reserves the right to change/ modify/ amend/ cancel any or all
provisions of this RFP document.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 3
Table of Content
1. Introduction ................................................................................................... 4
2. Scope of Tender ............................................................................................. 4
3. General instructions ...................................................................................... 5
4. Bidder eligibility criteria ................................................................................. 8
5. Bid evaluation criteria .................................................................................... 8
6. Technical Requirements ............................................................................... 12
7. Site information ........................................................................................... 13
8. Customer (MCF) Furnished Items ................................................................. 14
9. Delivery/Completion Schedule ..................................................................... 15
10. Meetings & Reviews...................................................................................... 15
11. Test Plan & Procedures Preparation ............................................................. 17
12. Installation, Commissioning& Testing .......................................................... 19
13. Delivery/ Payment Terms ............................................................................. 22
14. Warranty ..................................................................................................... 23
15. Comprehensive Annual Maintenance Contract (CAMC) ................................. 25
16. Configuration requirements & Indicative Station Diagram ............................ 28
17. Order Quantities & Deliverables ................................................................... 29
18. Overall Major Mandatory specifications ........................................................ 33
18.1 C – Band Antenna System& Tracking Specifications ................................. 33
18.2 Special Instructions on Antenna system ................................................... 36
18.3 Specifications of Antenna & RF systems ................................................... 37
19. Allied and support system ............................................................................ 40
19.1 Civil ......................................................................................................... 40
19.2 Air conditioning system/Air handling system ........................................... 44
19.3 Electrical System ..................................................................................... 45
19.4 Safety ...................................................................................................... 52
20. Equipment Racks & Station Associated furniture ......................................... 53
21. Monitoring and control system ..................................................................... 53
22. Annexure-I: Clause for bid evaluation as per RFP section 5.6 ....................... 56
23. Annexure-II: Guideline specifications for individual components .................. 59
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 4
1. Introduction
Master Control facility (MCF) as one of the Indian Space Research Organisation (ISRO) unit, Monitor& control GEO Communication & navigation Satellites.
MCF plans to augment TTC&R (Telemetry, Tracking and Command & Ranging) ground stations in C-Band Frequency. As a part of this, C-band Antenna & RF System along with allied service (i.e. civil, electrical, AC, etc.) is planned to be
installed and commissioned at NE-SAC, Shillong (Meghalaya). The entire work involving Supply, Installation, Testing and Commissioning of the proposed
system is envisaged to be completed on TURN KEY basis, in about 14 months from the Effective Date of Contract (EDC).
2. Scope of Tender
The work to be carried out under this tender specification shall consistof the
supply, delivery to site, installation, integration, testing, commissioning and handover of station in the proposed configuration (Ready to use configuration)
at NE-SAC, Shillong in accordance with the specifications and tender conditions.
2.1 End-to-end/turn-key solution for supply, Installation, integration, testing and Commissioning of the integrated ground terminal consisting
of One4 port (2- Transmit, 2-Receive) 7.2m C-Band Circularly Polarized Full Coverage Antenna System with all associated RF system, servo & Tracking system and M&C system (Hardware).
2.2 Electrical system consisting of UPS system, DG set, distribution system
as per requirement and industry standard.
2.3 Civil building with air conditioning for housing the supplied system,
cable trench, antenna foundation as per the requirement.
2.4 Baseband system is NOT in the scope of this tender (Refer to block
diagram under section 16).
2.5 Installation & interfacing of the ground terminal subsystems and
equipment etc. are to be carried out with professional craftsmanship and high-quality accessories.
2.6 Submission of installation report, operation and maintenance manuals, test certificates given by manufacturer, manufacturer’s catalogues, original DVD/CD/Pendrive of the software etc.
2.7 Any application software as required for completion of the project shall
be within the scope of this tender.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 5
2.8 Monitoring & Control (M&C) hardware & interface elements to be provided for all the systems/ subsystems for M&C purpose.
2.9 The M&C software is NOT in the scope of this tender. However, the
successful bidder shall demonstrate proper functioning of remote-control interface of all the equipment including AC system, UPS, DG etc. Also, ICDs and related dependent files & drivers to be provided for
M&C development.
2.10 Comprehensive on-site Warranty of oneyear to be provided.Terms and
conditions are provided in section 14.
2.11 Comprehensive Annual Maintenance Contract (CAMC) for 03 years shall be provided. This shall be extendable for further 3 years. Terms and conditions are provided in section 15.A separate order will be
placed after expiry of warranty period.
3. General instructions
3.1 Once Bid is accepted based on the price quoted, the successful bidder has to complete the entire Scope of the work without any extra cost. Any claim for extra payment on the grounds that scope of work was not
understood at the time of bidding shall not be accepted.
3.2 One set of installation, operation, service manual and Interface control
document (ICD) to be provided with each supplied unit. The Successful bidder shall provide support (Hardware/equipment wise) /co-ordinate with MCF team for the development of M&C.
3.3 Proposal instructions: The proposal must consist of two parts, each to
be separately bound. Part I: Techno commercial Proposal (not limited to)
i. Un-priced bill of offered equipment
ii. Data sheet/ catalogue of the offered equipment
iii. Configuration diagram for the offered solution
iv. Compliance statement for all the specifications
v. Commercial terms like taxes, delivery schedule, payment terms,
warranty, Security deposit, performance bank guarantee, FE
variation conditions, etc.
vi. No price details shall be disclosed in Part–I. If disclosed, such
offers shall be summarily rejected.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 6
Part II: Price Proposal. Price proposal shall consist of prices as per the tender.
Non-compliance to two-part instruction amount to disqualification of
the bid.
3.4 Bidder shall mandatorily quote for the complete scope of tender as
mentioned in this RFP (section 2) inclusive of additional items/accessories/add-on in order to meet RFP specifications and T&C.
3.5 Proposal Validity: The bidder shall indicate the period of validity of this proposal, which shall be for six (06) months from the date of Bid
opening.
3.6 Proposal preparation cost: The cost of preparing proposals in response
to the RFP shall be borne solely by the Bidder. The issue of the RFP does not create any financial or other obligations whatsoever on the
part of MCF.The information contained herein is proprietary to Master Control Facility (MCF)/Purchaser, and may not be used or reproduced, except for the purpose of responding to this RFP.
3.7 Purchaser reserves the right to order for the whole system or for a part
of the system given in the RFP and also has the right to adopt or reject
the offer without giving justifications or reasons whatsoever.
3.8 Purchaser reserves the right to reject any offer for any non-compliance
to any specification/requirement or lack of documents/proofs to substantiate the performance as per the specification/requirement.
3.9 Bidder, while submitting price bid, shall consider all domestic taxes &
duties applicable, and other costs, if any, to arrive at total landed cost. While working out taxes & duties bidder shall consider following exemption:
a) MCF is eligible for availing Concessional GST in terms of
Government of India (GOI), Ministry of Finance, Department of
Revenue Notification No:45/2017-Central Tax [rate] dated
14.11.2017 and Notification No:47/2017-Central tax [Rate]
dated 14.11.2017 and as per the same applicable percentage of
GST is 5% under the scope of this tender.
b) MCF shall provide Custom Duty Exemption Certification
(CDEC) under Notification No 51/96 for imported components.
The applicable Basic CD as of now is 5%+10% social welfare
charges i.e. 5.5%
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 7
c) Quote on High Sea Sales (HSS) basis shall not be accepted,
since this is a turn-key Contract and all the responsibility lies
with the Contractor until completion of Installation, Testing
and Commissioning at site.
3.10 The bidder shall provide breakup cost of all deliverables in the price bid
making use of narration column of “other costs” field and values of the same should not be reflected in the “value” column. Other costs, if any, shall only be mentioned in the value column and the narration shall be
distinctly mentioned in the narration column i.e. “other costs”.
3.11 The bidder shall provide breakup of foreign currency portion &local currency portion of the total cost. If FE (Only single FE) variation is included in Techno commercial bid, then % wise break-up for each
price line item and value of currency considered, to be mentioned for consideration, otherwise FE variation claim will not be considered.
However, payment will be made with production of the FE invoice, %age declaration & as per purchase norms. FE variation will be considered only if the variation is more than +/- 2%.
3.12 If requested, bidder shall submit the price details of BOM in separate sealed cover indicating import components.
3.13 Bidder shall submit the complete list of deliverables along with their technical quote. In technical bid bidder shall provide the un-priced list
of all the deliverables and quantity of each item to be supplied. Bidder to ensure that Price is not mentioned in the technical bid. Bidder shall also note that wherever item quantity quoted in “lot/set”, breakup of
item with quantity (if applicable) shall be provided. The bidder shall provide the list of all the deliverables with individual/split prices, whenever asked for after price bid opening.
3.14 The contractor shall observe all the safety precautions for the safety of the labour and employees of purchaser while executing works. Bidder
shall be responsible for the safety of the persons employed by them.
3.15 The contractor shall be responsible for injury to persons or equipment
things and damages to the property which may arise from omission or neglect of the contractor and their employees whether such injury or
damages arises from carelessness, accident or any other cause whatsoever, in any way connected with the carrying out of work. Bidder shall adhere to Department safety manual.
3.16 The contactor shall not employ any person who is prohibited by law
from being employed for fulfilling obligations under this contract.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 8
3.17 In case the bidder does not adhere to the terms of the contract, MCF reserves the right to terminate the contract.
3.18 MCF reserves the right to check the progress of the work and adherence
to the technical specifications etc. at any time/ stage during the progress of work.
4. Bidder eligibility criteria
System Integrators or Original Equipment Manufacturers (OEMs) or their
authorized representatives with following eligibility criteria are invited to bid for the project. The bids submitted by the System Integrators (SI) or OEMs
or SI/OEM through authorized agent not meeting these eligibility criteria shall not be considered.
4.1 The bidder shall be System Integrator (SI) / OEM / any Authorized Agent/Vendor for OEM/SI or an organization/ a limited company, private
company or any agency capable of taking up works of such nature and magnitude and shall produce an undertaking from OEM that the bidder is an authorized entity to quote for this tender and will provide support and
spares directly to purchaser, if required, for the offered system (major items) and also that the offered system (major items) will be supported by the OEM for the period of minimum 10 years. The authorization shall be
tender specific and addressed to the tender issuing authority.
4.2 The Bidder (SI) shall have at least 5 years of experience in installation and commissioning of ground station (of similar nature) for satellite communication. Bidder shall provide the details of purchase orders,
completion certificates and completion schedule with relevant references/ contact details that are executed by them to prove that the bidder has
executed the project involving supply, installation and commissioning of the ground station. Submission of purchase order is not adequate to substantiate the experience. Satisfactory completion certificate from
the customer is a must to substantiate the experience indicating the scope of work, duration of completion of work against the order, etc.
5. Bid evaluation criteria
The technical bids will be evaluated based on the following parameters:
5.1 The bid evaluation/selection, both technical and commercial, is based on the consolidated items on which purchaser choose to place the
purchase order. Bidder quote shall include the optional items/accessories/add-on in order to meet the specifications& requirements.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 9
5.2 Bid must address the entire requirement inclusive of all options/accessories. The bid evaluation/selection, both technical and
commercial, is based on consolidated offer. Award of the contract is on technically suitable lowest offer& other mentioned condition in RFP. Partial bid will not be considered.
5.3 Bidder shall meet all the tender specifications. Bidder shall mandatorily provide point-wise compliance to all the sections/ paragraphs of the RFP and any deviation & comments clearly brought out with illustration. Bids
without compliance statement will be rejected.
5.4 To substantiate the compliance, bidder needs to provide supporting
document/catalogue without which bid will be considered non-compliant. Catalogue/ document must contain the relevant information/specification as required. If required specification is not mentioned in
catalogue/datasheet, then OEM certification for such specification shall be submitted.
5.5 Bidder shall furnish the country of origin for major Item/ equipment/ system. While at the time of submission of the quote or post contract, if
Indian government bars/regulate any country for import/manufacturing of items in/ from any particular country, then technically suitable similar product from a different source shall be provided without any cost
implication. In case of non-compliance to this, offer will be rejected/terminated.
5.6 Offer will be evaluated & processed in conformation with GOI order
(Specially mentioned below). The bidder shall provide compliance and undertaking as per order and here after amendments. Few clauses are provided as Annexure-I
i) Compliance to the terms &Preference in purchase will be provided as
per order no: P-45021/2/2017-PP(BE-II) dated 04.06.2020 of Department for Promotion of Industry and Internal Trade (DIPP), Ministry of Commerce and industry.
ii) Order no: F.No.6/18/2019 PPD dated 23.07.2020 of Department of
Expenditure, Ministry of Finance Under Public procurement division for the General Financial rule (GFRs).
5.7 The successful bidder shall not be allowed to sub-contract works to any
contractor from a country which shares a land border with India unless
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 10
such contractor is registered with the Competent Authority in terms of
order mentioned in above order.
5.8 The offer of Class-I bidder will be accepted as per above mentioned
orders.
5.9 Bidder shall quote minimum 3 years Satcom industry field proven
systems/Heritage.Declaration from OEM in writing to be obtained for the same.
5.10 Bidder to offer only standard product for antenna and feed. Catalogued and proven products shall be offered for all other major components of the
system. If the offered items/ systems/ equipment is under development/ to be developed the bid may not be considered. With regard to this, the bidder needs to mandatory fill up the following Table 5-1 with relevant
information failing which the bid will be rejected. Duly filled table 5-1 to be submitted along with the technical bid. This list is not exhaustive,
other proposed elements/equipment to be added.
Table 5-1: Make and Model No. (not exhaustive)
Sl.No. Item description Make Model
No.
License/option
number
Quantity
1. Antenna system &
Feed
2. Antenna control unit
3. Beacon receiver
4. Hub mountable
outdoor Linearized TWTA with BUC
5. Dehydrator
6. L Band Up-converter
7. C Band Down-
converter
8. 1:2 Redundant LNA
system
9. Satellite based time Receiver
10. Computer system for
M&C
11. Routers
12. Test Loop Translator
13. Signal Generator
14. Spectrum Analyzer
15. Power Meter with
sensors
16. Air Conditioning
System
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 11
17. 19” floor standing
racks
18. Electrical system:
UPS
19. Power Generator
20. Any other equipment not included in the above list
5.11 The technical bids will be evaluated based on the compliance to the RFP including technical specifications and experience & profile of the bidder in executing similar works. Bidder shall mandatorily provide point-wise
compliance to all the sections/ paragraphs of the RFP. In case of any non-compliance or partial compliance, the bids may be rejected. The bidder shall prove, to the satisfaction of MCF, the expected performance
of the antenna system by means of design calculations, simulations, analysis, etc. The purchaser’s over all understanding (i.e. concept,
capability & schedule) of the proposed system shall be the criteria for the selection of offers.
5.12 Post bid, bidder shall participate in technical discussion of the offered system at MCF Hassan, whenever called for.
5.13 Alternate methodology for meeting specifications: In case where the
offer has some alternate methodology compared to the specifications,
the bidder shall indicate clearly in the offer, the specifications proposed by him along with details thereof in order to meet the overall system requirement. Each exception to the specification or other parts of the
tender document shall be listed separately by the bidder. Bidders are encouraged to attach illustrations wherever required.
5.14 For a single item, multiple ‘Makes’ shall not be offered. Make and model numbers shall not be changed once the bid is submitted.
5.15 For equipment, brands/makes listed in the following Table5-2 shall
only be offered.
Table 5-2: Brands/makes for equipment
S.No Equipment Make
1. Frequency Converter Comtech EF Data, Narda-Miteq, Work Microwave, Vertex RSI
2. LNA System Comtech EF data, Narda-Miteq, General Dynamics Satcom Technologies/Vertex RSI, Teledyne Paradise datacom
3. Linearised TWTA Communication & Power Industries (CPI) and Xicom technologies
4. Antenna Control system General Dynamics Satcom Technology/ Vertex Inc.,
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 12
Alstom, Viasat Inc., Intelligent motion Technology Pvt. Ltd., Comtech EF data system, Kratos Communication Ltd., L&T, Andrew,ASC, ECIL,BEL
5. Test Instruments R&S, Keysight (Agilent), Boonton
6. GNSS Rx Accord, Symmetricom, Endrun, Truetime, Precise Time & frequency
7. Work station systems Dell,HP
8. Routers Cisco
9. Network switch Cisco, Juniper, Brocade communications
10. Electrical systems CEPO approved brands(made in India)
11. AC systems CEPO approved brands(made in India)
6. Technical Requirements
6.1. The computer work station (MCF scope) will be connected to the integrated base band unit (MCF scope) through LAN for satellite
commanding& ranging operation. The integrated base band unit (MCF scope) will be terminated at patch panel (Bidder scope) &outputwill be 70 MHz that shall be up converted to L band, and further up-converted
to C band and amplified by Linearised TWTA with BUC and transmitted through the Antenna to the satellite in the uplink chain.
6.2. In the downlink chain, the system shall receive the C Band downlink
from the satellite through Antenna, amplify this RF signal and down
convert the C band signal to 70 MHz and this 70 MHz will be terminated at the patch panel. The integrated base band unit (IBS) (MCF Scope) will
be connected at patch panel & the computer work station (MCF scope) will be connected to IBS through LAN/ communication network for telemetry& ranging data acquisition.
6.3. For establishing communication routers with required configuration
shall be provided by the bidder& interfaced with high availability
network switch. The communication link will be arranged by the purchaser not in the scope of bidder.
6.4. Bidder shall quote the standard/ off the shelf items only for the entire supply and shall not quote units under development. The offered products shall be a catalogued product.
6.5. Make & Model No. of the all the offered items to be provided.
6.6. All the systems shall be field proven for 24/7 & 365 days of heavy-duty operation without any deviation in the performance. Certification to this
effect to be provided by OEM.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 13
6.7. All units having frequency conversions shall have internal reference along with provision of external reference with auto-selection. All such
units to be connected to external reference.
6.8. Catalogue / Data sheet copies of the all offered items to be provided.
6.9. All the remote-controlled system/subsystem/units shall have Ethernet
LAN interface with TCP/SNMP/SCPI protocol for the development of
M&C and the same remote interface protocols shall be provided by the successful bidder. This terminal is being operated as unmanned, therefore all the configurable/ selecting path, equipment& system shall
have remote control provision. The M&C software is NOT in the scope of the bidder. Bidder should cooperate with MCF during development of
M&C in terms of providing M&C remote interface protocols &bidder to demonstrate that individual units work for the M&C purpose.
6.10. All the remote-controlled system/subsystem/units shall have
Ethernet LAN interface with TCP/SNMP/SCPI protocol for the development of M&C and the same remote interface protocols shall be provided by the successful bidder.
6.11.All the interface/control cables of various units like RF, base band, Antenna control system, power system, Air-conditioning, etc. for the
M&C to be laid by the Successful bidder.
6.12.Individual unit test data shall be provided along with the equipment at
the time of supply.
6.13.All the offered optional items for meeting the tendered technical specifications shall be clearly indicated in the technical bid. Part/model number of the optional items shall be provided. All the required optional
modules shall be included in the pricing of the concerted equipment.
6.14.Extremely low loss cable to be provided from L band up converter outputs (at RF Room) to LTWTA input (at Antenna Hub) such that,
itmeets the EIRP requirement without compromising the performance including linearity& adjustability.
6.15.All power sockets & power chords shall be compatible to Indian standard.
7. Site information
S. No. Parameter Description
1. Location NESAC Campus
2. City Shillong
3. State Meghalaya
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 14
4. Longitude 91.88°E
5. Latitude 25.57°N
6. Altitude 1500m MSL
8. Annual Rainfall 3385 mm
9. Temperature 4°C to 24°C
10. Seismic Zone Zone-V
Bidder may obtain permission to visit site of installation for soil survey after
awarding of contract. The details mentioned above are based on site data available as per record. It will be bidder’s responsibility to verify and update details of the site.
8. Customer (MCF) Furnished Items
On the part of Purchaser, the following support / facilities shall be made available to the successful bidder.
8.1 Single point 3 phase, four Wire (3P+N) AC power supply for the antenna
station. AC power supply point of 433V±5%, three phase, 4 Wire, 50Hz±5% will be provided. Utility power provided during installation will be on chargeable basis (Local Rate as applicable).
8.2 The feeder point will be about 300mtrs from the proposed location of
installation. Supply & laying of power cable from feeder panel to the
station (as per local standard enforced) is in the scope of bidder. Bidder shall be responsible for tapping the power from the feeder point.
8.3 The Baseband equipment to feed to Upconverter & receive signal from
downconverter through patch panel will be provided by the purchaser.
8.4 The M&C (software) will be provided by the purchaser for remote
operation of all equipment. However, hardware and M&C interconnection is responsibility of the bidder.
8.5 Onsite communication (phone) for installation, test and co-ordination will be provided on chargeable basis based on local availability.
8.6 Communication link between place of installation to MCF Hassan will be procured by purchaser, however the router, network switch, cabling is
under scope of supply.
8.7 Space segment for carrying out the Required RF Testing.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 15
9. Delivery/Completion Schedule
9.1 The Scope of Work is to be completed within 14 months (desirable: 10 months or less) from the Effective Date of Contract (EDC). Bidder shall
provide the firm delivery schedule being proposed along with milestones (like supply of hardware/software, installation, testing & acceptance etc.) in the technical bid.
10.Meetings & Reviews
In the event of an award of the contract, the bidder shall adhere to the following technical meeting and review requirements that are necessary
for total understanding and successful execution of the project.
10.1Technical Interface Meeting (TIM)
10.1.1 The successful bidder in his own interest is free to organize
Technical Interface Meetings with MCF, preferably at MCF, Hassan or mutually agreed upon place to facilitate developmental activities and clarify interpretations of MCF requirements.
Further, the bidder is obliged to arrange technical Interface Meeting through audio/video conferencing with MCF for exchange
of information and review of progress when called for. These meetings could also be held as pre-design reviews and address all open issues associated with design implementation and
installation. 10.1.2 Periodic Progress Report after placement of order throughout the
project period till completion to be submitted to MCF. Apart from this successful bidder need to submit the status /test results as
and when MCF seeks.
10.2Preliminary Design Review (PDR)
10.2.1 A detailed preliminary design review (PDR) shall be held at
MCF,Hassan within two months from Effective date of contract (EDC)/Award of Contract.
10.2.2 The PDR will be the first major review of the detailed design after order and the design shall be submitted within Two month of signing the contract/Purchase order (PO) date.
10.2.3 The PDR shall discuss, among others, system engineering
aspects, ground station configuration design, the installation plan &methodology, operations plan, test & measurement plan, acceptance procedures and plans, etc.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 16
10.2.4 This review shall address the high-level design of the system, mapping the system requirements to a preliminary System
Description Document (SDD). The SDD shall be delivered in book form (03 copies) & also in softcopy at least two weeks before PDR.
The venue of PDR shall be preferably MCF, Hassan or mutually agreed upon place.
The SDD shall, at a minimum include:
i. System Overview.
ii. General architecture with proposed hardware and software modules
at a high level.
iii. Design considerations and design details of major subsystems like
building design, Electrical power system design, antenna foundation
design, antenna mechanical systems consisting of mount, reflector,
sub-reflector, antenna feed, antenna servo drive, electronic systems,
etc shall be discussed during PDR.
iv. Analysis on wind torque, drive torque, stiffness, locked rotor
frequency analysis of antenna structure including mount, reflectors,
quadripod/ tripods etc.
v. Performance analysis of major requirements and specifications like
G/T, EIRP, pointing accuracies, surface accuracies, efficiency etc.
vi. Material specifications, mass properties, inspection and testing.
vii. Complete Mechanical details (FE Analysis for antenna assembly and
support structure against RF specification, & Racks dimension,
Housing details etc.).
viii. Safety and security engineering considerations including stow-lock,
ladders, limits, brake system, lightning arresters etc.
ix. List of deliverables including document
x. Detailed activity including major milestones.
xi. Detailed Project management plan.
10.2.5 The specification document shall be revised and firmed-up by the
Successful bidder based on the discussions and decisions during PDR. This finalized document shall be the base-line document for
the entire contract and shall be binding on the Successful Bidder.
10.2.6 It will be mandatory for the Successful bidder to close all actions
generated during the PDR. Closure of actions will be without impact on cost.
10.2.7 The PDR Committee shall be formed by Purchaser. The committee
shall carry out the evaluation process based on the design details
provided/presented during the PDR review and will provide
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 17
necessary recommendations. This report shall form the basis for the successful bidder to proceed with manufacturing process. In
response to the recommendations contained in the PDR report, the successful bidder shall provide a PDR Closeout Report within
one month from date of PDR.
10.2.8 The PDR process is intended to serve as an interim step in the
design consideration where the successful bidder commits that the proposed design is meeting the RFP requirement. However, the final acceptance will be based on compliance of the total RFP
specifications in entirety.
10.3 Critical Design Review (CDR)
10.3.1 After the completion of the manufacturing process and necessary tests the successful bidder shall conduct a CDR with a complete
and comprehensive presentation of the entire task involved and shall formally submit the complete test results. Products, system safety, problem areas and security issues shall also be discussed
during CDR. The probable venue for the CDR shall be mutually decided.
10.3.2 The CDR Committee shall be formed by Purchaser. The committee shall carry out the evaluation process and provide
relevant recommendations. Completion of CDR and resolution of all action items generated by it constitutes the final implementation process for the entire project.
11.Test Plan & Procedures Preparation
11.1. Successful bidder to prepare detailed Test Plans and Procedures for
the entire project, including Test Matrix, for all levels of test and acceptance (Factory acceptance, in-plant acceptance, site acceptance tests etc.) and take approval from Purchaser. The verification test plan
will be a comprehensive plan that comprises of tests for verifying overall system and individual sub-system specification, performance and
requirements, including hardware and software elements, at different stages of the entire program.
11.2. The tests will be organized and conducted by the successful bidder with the participation of representatives designated by Purchaser.
Arrangement of required test and measuring equipment and verification of its current calibration status shall be the responsibility of the successful bidder. The final site acceptance testing will be conducted
under the supervision and guidance of a Test and Evaluation Committee appointed by Purchaser.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 18
11.3. The test program shall be implemented to cover full compliance to
contract specifications. Each test shall provide a brief description of the method of testing and a block diagram of the intended test
configuration. Test procedures shall also include the list of equipment and its current calibration status. Test results shall be documented in test data sheets. The test procedure shall be written in sufficient detail
to ensure repeatability.
11.4. Factory Acceptance Tests: Factory Acceptance Tests shall be
performed by the successful bidder on major functional areas or subsystem, which includes hardware and software. Factory Acceptance
Test shall be carried out for Antenna Feed System/ full proof assembly, at OEM premises. Bidder shall ensure that the tests are performed as per the approved plan and make available the Test Reports for
verification and approval from Purchaser. Purchaser will have the option of witnessing the tests at the bidder’s or its associates’ premises. The
costs of participation of Purchaser’s personnel at the bidder’s or its associates’ premises shall be borne by Purchaser. The place of performance of these tests may mutually be decided based on the
factors like place of fabrication, transportability etc. Purchaser reserves the right to identify a third party at a later stage for certification of FAT.
11.5. Successful bidder to organize system/sub system performance tests during installation phase. Purchaser reserves the right to inspect the
progress of the project at any stage such as installation, testing and commissioning activities to become familiar with the system.
11.6. Integration Tests: Subsequent to successful completion of installation and integration the successful bidder shall perform end-to-end integration tests, functional tests, and safety features verification.
The successful bidder shall ensure that the tests are performed as per the approved plan and procedures. The integration testing shall be
carried out by the successful bidder at the installation site with the participation of MCF representatives. The test procedures and the results will be reviewed and validated by purchaser.
11.7. During this period Successful Bidder shall demonstrate satisfactory
real time performance of the complete system by performing actual
tracking and TTC operations with selected spacecraft. MCF shall be
responsible for identifying the spacecraft and also for obtaining
necessary permission and authorization, if required, from the concerned
for carrying out this task.
11.8. Successful bidder shall provide a Commissioning Plan detailing the
activities planned to be performed. At the end of the commissioning
phase Successful bidder shall submit a Commissioning Report detailing
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 19
the tasks performed and the performance of each subsystem as detailed
in the contract.
12.Installation, Commissioning& Testing
12.1It shall be noted again that supply, installation and commissioning of the
system with all accessories, auxiliaries and any item not covered in the specification but essential for proper installation, operation and maintenance of ground terminal shall be included and executed by the
successful bidder.
12.2 Delivery schedule specifying the milestones starting from realization of
the elements, assembly, pre-delivery test at manufacturer’s site and schedule of installation and commissioning once the site is ready shall
be provided by the bidder.
12.3 Successful Bidder shall offer for Factory acceptance test for major
system before delivery to site.
12.4 Final acceptance of the equipment will be done at NE-SAC,Shillong.
12.5 Successful bidder shall demonstrate all the features of the equipment mentioned in the technical specifications.
12.6 Successful bidder is solely responsible for the installation,
commissioning and making the system operational at MCF.
12.7 Site Acceptance Testing: Successful bidder shall develop detailed Acceptance Test Procedures (ATP) and conduct detailed Acceptance Test
for verification of performance and requirements of tall part of scope of work (Including Civil, electrical, Mechanical, RF, etc). All the test
procedures will be traced back to the specifications and requirements. Acceptance Testing will be conducted at the installation site in presence of Purchaser’s representative/team. Successful bidder shall ensure that
the tests are performed as per the approved plan and procedures. Successful bidder is responsible for making available the necessary test
and measuring equipment required for the tests and documentation including test results, observation and analysis. MCF shall appoint a Test and Evaluation Committee and the Acceptance Testing shall be
conducted under the supervision of this committee.
12.8 System Commissioning and Demonstration: After successful completion of acceptance testing of the system, the commissioning phase shall
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 20
begin. During this phase, Successful bidder is required to perform regular operation of the complete system in presence of MCF/purchaser
personnel. This phase will also be used for training the personnel for hands-on operation and maintenance activities.
12.9 Transportation/Logistics
12.9.1Successful bidder shall be responsible for the safe transportation/delivery of total system to actual sites at NE-SAC, Shillong and shall include clearance of imported equipment from
the customs.
12.9.2Successful Bidder shall also be responsible for all logistic arrangements like Custom clearance, boarding/lodging for the installation-team/ operational person of the bidder, etc. No Cost
shall be borne by the Purchaser except the Customer furnished items (section 8).
12.10 Documents: 12.10.1During installation & commissioning, successful Bidder shall
provide hard & soft copies of operations, maintenance manuals of all the equipment used. Successful bidder shall provide station configuration document in English consisting of
▪ List of equipment used
▪ Integration Test documents
▪ Configuration diagram
▪ Cabling diagram
▪ Level diagram
▪ Interface control document (ICD)
▪ Interface detail etc.
12.10.2The successful bidder shall provide individual factory test documents of all the major equipment.
12.10.3The successful bidder shall provide the original
DVD/CD/Pendrive of the required software.
12.10.4The successful bidder shall deliver all the technical
documentation that explains the theory of operation, OEM data sheets, system description, system integration, interface control, installation, operation, troubleshooting, maintenance etc., along
with a complete comprehensive wiring/cabling and interface
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 21
schematics of the entire earth station as required for the user. All the communication and documentation shall be in common and
usable English only.
12.10.5Successful bidder shall provide the actual test-data/reports for all major sub-systems like Antenna, Feed system, LNA complex, TWTA, up converter, down converter, TLT, beacon receiver, etc. to
MCF.
12.10.6The successful bidder shall supply hard and soft copy of
operation and maintenance manual in duplicate to MCF during installation. All necessary literature giving complete details shall
be provided.
12.10.7One set of installation, operation, service manual and Interface
control document (ICD) to be provided with each supplied unit. The Successful bidder shall cooperate with MCF team for such
integration. 12.11 Performance and Training:
12.11.1All necessary tests shall be carried out at NE-SAC by the
successful bidder to demonstrate whether performance of the
system confirms to the specifications and meets the functional requirement indicated in the specifications.
12.11.2Necessary training w.r.t. system configuration, operation,
troubleshooting and maintenance shall be provided to purchaser
team.
i) System Training
The system-training program must address the following objectives. a) Subsystem and equipment configuration
b) Subsystem and equipment operation c) Subsystem interconnection and interfacing d) Procedures for installation
e) Failures diagnosis
ii) Operations and Maintenance Training Operation and maintenance-training program must address the following basic requirements.
a) Configuration b) Subsystem operation and maintenance c) Installation procedures
d) Failure diagnosis and corrective maintenance (emergency) e) Emergency procedures
f) All operational procedures
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 22
13.Delivery/ Payment Terms
13.1.Delivery Terms: The Price shall be on FOR DESTINATION (NE-SAC, Shillong, India). In case of imports appropriate INCOTERM shall be used.
13.2. Taxes and Duties applicable and payable shall be indicated separately
(refer section 3 for applicable Taxes & Duties).
13.3. Payment Terms: The Successful bidder will be paid at different milestones of the project appropriately. The details of the payment are as
follows:
13.3.1. Max. of 15% of order value of Purchase order except the service
as advance payment after PDR against Bank Guarantee.
13.3.2. Maximum to 80% of civil cost including Advance in different
stage of completion of Civil work (restrict to 3bill at stage i.e., Completion of structure-30%, Finishing work &fixing of fixtures-
25% & completion of all ancillaries & site clearance-10%) with production invoice and statuary requirement. This payment shall be treated as advance against final acceptance.
13.3.3. Max. 55% of supply value except civil cost + 100% Taxes & Duties
on pro-rata basis (restricting to 5 bills or claims) on supply of
item at site and production of invoice.
13.3.4. 10% of supplies value except civil cost after successful integration of systems at site.
13.3.5. Balance 20% Payment for supplies, 20% of civil cost and 100% payment of services after successful commissioning and
acceptance of entire system and submission of PBG.
13.3.6. The Payment of CAMC
Payment will be made once in three months based on the certification by concerned engineer/ site in-charge on satisfactory
completion of CAMC for the past three months, after deducting the penalty amount if any.
13.4.Security Deposit: 10% of the total order value excluding CAMC to be
deposited as security deposit within 15 days of EDC/PO date to ensure
faithful execution of work. If Successful bidder fails to execute the order,
this amount will be forfeited for non-adherence to contractual terms.
This shall be valid till the date of acceptance with a claim period of two
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 23
months. The validity shall be extended in case the delivery period is
extended.
13.5.Performance Guarantee:
a. The successful bidder shall guarantee satisfactory performance/ operation of the commissioned system under the conditions and for the services specified during warranty period. As a performance security, the
successful bidder shall furnish Performance Bank Guarantee (PBG) for an amount of Ten percent (10%) of the total order/contract value (Except
CAMC charge) from a Scheduled Bank, valid till the end of warranty period with a claim period of two months& submission of PBG for CAMC period on acceptance of systems.
b.Security Deposit for CAMC period
10% of the CAMC value of yearly charge to be deposited as security deposit on completion of warranty period before start of CAMC. If successful bidder fails to execute CAMC, this amount will be forfeited for non-adherence to
contractual terms& adjusted for penalties if any
14. Warranty
14.1 Successful bidder must carry out comprehensive standard on-site warranty for one year from the effective date of commissioning of the entire system (Scope of work) based on certification from purchaser.
14.2 Successful bidder shall deploy a person (Of technical competence-
Diploma Engineer with min. 2 yrs. of experience) at the site as a focal point, who will receive the complaints from the user and resolve/resolute the problem within the stipulated time during warranty period. The
maintenance& operation of the system shall be carried out by the bidder in the warranty period.
14.3 The deployed person shall be present at site during working days & working hours. He shall attend all the problem related to maintenance &
operation. Person shall attend the problem/ call after working hours on need basis to resolve the operational issues.
14.4 Bidder shall be fully responsible for the manufacturer’s warranty in respect of proper design, quality and workmanship of overall hardware,
software, accessories, etc., covered by the offer. The bidder must cover warranty for all hardware equipment, software, accessories, etc., against any manufacturing defects/malfunctioning during the Warranty period.
During the warranty period the bidder shall maintain the hardware, software, accessories, and repair / replace all the defective components and software elements at the installed site free of all cost to the
Department.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 24
14.5 The bidder should ensure that the defects in the system reported are
attended within 24 hrs &made the system operational.
14.6 Repair to be carried out at the installed site only. In case the system or
any equipment cannot be repaired at the installed site, successful bidder can take the equipment outside the site. Successful bidder to provide bank guarantee for the particular faulty unit (equal to unit cost) to take
out. Bank guarantee will be released after the unit is brought back to site in working condition.
14.7 In case, the system or any equipment cannot be repaired at the installed
site within the stipulated period, the bidder should provide the identical replacement till the system/equipment is returned duly repaired and
take the defective unit to service centre. In case the manufacturer discontinues any model, Successful bidder shall supply spare /item with equivalent / higher model meeting required specifications at no extra
cost and ensure that it gets integrated with the system seamlessly.
14.8 Warranty shall include preventive & corrective maintenance including
repair/replacement of all the equipment, material, modules, software, etc.
14.9 MCF reserves the right to get defects rectified through another agency
in the event of failure to provide services by successful bidder within a reasonable period and such Cost shall be charged to the successful
bidder. This shall not alter the liabilities of the bidder on the warranty for its remaining period.
14.10In case the problem is not resolved within admissible time, deterrent cost of failed equipment will be levied/ recovered from the successful bidder as a compensation for unresponsive period beyond admissible
time. For the total system down period penalty will be charged @ 2% of the CAMC cost per week of entire station. Recovery of compensation will
be adjusted in the release of PBG or directly paid by the bidder.
14.11The absence of operation and maintenance person at site will be charged
@ 0.2% of the CAMC cost per day of entire station. Recovery of compensation will be adjusted in the release of PBG or directly paid by
the bidder.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 25
15. Comprehensive Annual Maintenance Contract (CAMC)
15.1The Successful bidder shall provide CAMC for duration of three years on expiry of one-year warranty for the entire supply. This shall be extendable for another three years. A separate order shall be placed after
expiry of warranty period.
15.2The successful bidder is expected to maintain & operate the system including all accessories/components and software supplied for three years (2nd year to 4th year) after the expiry of warranty period with
system/network availability of 99.5% or more. This shall be again extendable for another three years (5th year to 7th year)
15.3Successful bidder shall deploy a person (Of technical competence- Diploma Engineer with min. 2 yrs. Of experience) at the site as a focal
point which will receive the complaints from the user and resolve/resolute the problem within the stipulated time during warranty period. The maintenance& operation of the system shall be carried out
by the bidder throughout the CAMC period.
15.4 The deployed person shall be present at site during working days &
working hours. He shall attend all the problem related to maintenance & operation. Person shall attend the problem/ call after working hours on
need basis to resolve the operational issues.
15.5The Successful bidder shall carryout maintenance& operation of all the
supplies such as all the equipment and repair/replace of all the defective components, major or minor at no additional charge other than the
CAMC contract charges. In case the manufacturer discontinues any model, Successful bidder shall supply item with equivalent / higher model meeting required specifications at no extra cost and ensure that it
gets integrated within the system including M&C software, etc.
15.6Comprehensive on-site annual maintenance charges, for the post
warranty period, must be quoted per year basis separately in the Price bid
15.7Successful bidder shall carry out preventive maintenance of all the
systems once in three months (4 times in a year).
15.8The successful bidder shall prepare a Scheduled maintenance plan
consisting of periodicity of the maintenance and a comprehensive check lists involving all the hardware and software systems and shall submit it to MCF for approval. The maintenance shall be carried out as per the
approved plan. The checklists prepared by the bidder and approved by the department shall be submitted in each quarter along with the user
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 26
certifications. This plan shall include preventive maintenance also (replacement of the parts before failure, based on design life and on the
measured values).
15.9Bidder should ensure that the System/Equipment is rigid against any Force majeure events such as lightning.
15.10Successful bidder shall also revise (and obtain approval from the department) these schedules and plans time to time to bring in improvements to increase the reliability and availability of the system.
15.11Quarterly payment will be made during CAMC period against submission of quarterly service report duly certified by the responsible engineer/ site in charge.
15.12Successful bidder shall arrange required spares to maintain systems
as per the defined up-time (99.5% or more).
15.13The Successful bidder should ensure that the defects in the system
reported on any working day are attended to within 24 hours from the date of reporting by repair or replacement.
15.14Repair to be carried out at the installed site only.
15.15In case the system or any equipment cannot be repaired at the installed site, successful bidder can take the equipment outside site. Successful bidder to provide bank guarantee for the particular faulty
unit to take out the unit. Bank guarantee will be released after the unit is brought back to MCF in working condition.
15.16In case, the system or any equipment cannot be repaired at the installed site within the stipulated period, the successful bidder has to
replace the faulty unit. In case the manufacturer discontinues any model, Successful bidder shall supply equipment/item with equivalent / higher model meeting required specifications at no extra cost and ensure
that it gets integrated within the system including M&C software, etc.
15.17In case the problem is not resolved within admissible time, deterrent cost of failed equipment will be levied/ recovered from the successful bidder as a compensation for unresponsive period beyond admissible
time. For the total system down period penalty will be charged @ 2% of the CAMC cost per week of entire station. Recovery of compensation will be adjusted in the release of PBG or directly paid by the bidder.
15.18The absence of operation and maintenance person at site will be charged
@ 0.2% of the CAMC cost per day of entire station. Recovery of
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 27
compensation will be adjusted in the release of PBG or directly paid by the bidder.
15.19 The Successful bidder shall submit the bank guarantee of 10% of
annualised CAMC charge for the CAMC period. This bank guarantee will
be released deducting penalties after expiry of contracted CAMC period.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 28
16.Configuration requirements & Indicative Station Diagram
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 29
16.1.The indicative block diagram of the earth station is given above. However, bidder shall provide the detailed block schematic of the
proposed configuration including interfaces indicating each of the subsystems/elements being proposed, in the technical bid.
16.2.The building shall have required energy efficient electrical fittings for
lighting, wall sockets for utility, electrical DBs for UPS and utility
separately, etc. Internal Distribution for the supplied equipment including Distribution Panels and Power Cables shall be the scope of the bidder.
16.3. The foundation shall be designed to meet the RF performance as
per requirement/specifications.
16.4.Any other supply/ work not specified but required to complete the project shall be in the scope of bidder, except for the Customer
furnished items (Section 8). Bidder shall provide the system in “Ready to use” condition as per RFP requirement. The purchaser scope is indicated in the above diagram.
17.Order Quantities & Deliverables
Table 17 is the List of major deliverables (not exhaustive) for antenna system. Bidder to note that the offer needs to include all the items
required to realize the station as per the required configuration and specification.
Table:17
S.No. Description Quantity
1. Antenna system (consisting of subsystem as in 17.1)
which is fully compliant to the technical requirements as mentioned in RFP including Annexure.
01 set
2. Transmit System (consisting of subsystem as in 17.2) which is fully compliant to the technical requirements
as mentioned in RFP including Annexure.
01 set
3. Receive System (consisting of subsystem as in 17.3)
which is fully compliant to the technical requirements
as mentioned in RFP including Annexure.
01 set
4. Wave guide plumb lines &couplers which are fully
compliant to the technical requirements as mentioned in RFP including Annexure.
01 set
5. Inter facility link (like cable, connectors, line amplifier,switches,patch panels, etc.)
01 set
6. Station Calibration and Testing (consisting of
subsystem as in 17.4) which is fully compliant to the technical requirements as mentioned in RFP
1 Lot
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 30
17.1Antenna systems (not exhaustive)
S/N Description Quantity Make & Part
no(P/N if
Applicable)
Remarks
1.
Antenna Mount, Structural&
Mechanical motorized Drive Systems
1 Set
2. 4 Port Feed System
(02 transmit & 02 receive orthogonal port)
1 Set
3. Antenna Drive Control
system 1 Set
4. Beacon Receiver 1 No
5. Antenna Control Unit 1 Set
6. Safety & Interlock
Mechanisms 1 Set
7. Lightning Protection &
grounding 1 Set
including Annexure.
7. GNSS receiver (consisting of subsystem as in 17.5)
which is fully compliant to the technical requirements as mentioned in RFP including Annexure.
1 Lot
8. M&C system (Hardware) (consisting of subsystem as
in 17.6), which is fully compliant to the technical
requirements as mentioned in RFP.
1 Lot
9.
19” floor standing Racks to mount equipment
(including customer furnished items&future expansion) which is fully compliant to the technical
requirements as mentioned in RFP including
Annexure.
1 Lot
10. Civil Infrastructure including building, furniture and
Air conditioning system, which is fully compliant to the technical requirements as mentioned in RFP.
1 Lot
11. Grounding system & Lightening protection system for antenna andequipment
1 Set
12. Electrical system which is fully compliant to the technical requirements as mentioned in RFP.
1 Lot
13. Adequate safety system,security and First aid items 1 Lot
14.
Details on Implementation – circuit, wiring diagrams, photographs, videos during various stages of
installation, Training, Operational, and Maintenance Documents[01 hardcopy + 01 electronic copy]
2 Sets
15. Any other things required for completion of the
project As required
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 31
8. Coupling & interface
elements 1 Set
9. Antenna foundation and
pedestal assemblies 1 Set
10. Angle encoders 1 Set
17.2 Transmit system (not exhaustive)
S/N Description Quantity Make & Part
no(P/N if Applicable)
Remarks
1.
Hub mountable outdoor
LTWT Amplifier and remote controller
02 no. TWTA
with 01
controller
2. Switching network (As per
Configuration) 1 Set
3. Up Converters 02 no.
4. Dehydrator 1 no.
5. Transmit W/G Plumb line &
coupler, etc 1 Set
6.
Interface elements (Patch
Panel,Interface elements, etc.)
1 Set
17.3Receive system (not exhaustive)
S/N Description Quantity Make & Part
no(P/N if
Applicable)
Remarks
1. 1:2 LNA system with TRF and
InjectCoupler 1 Set
2. Down Converters 02 No.
3.
Low loss Interface RF Elements
(Waveguide/Cables), coupler,
etc.
1 Lot
4. Interface elements (Patch
Panel, Interface elements etc.) 1 Set
Note: Interface elements in each subsystem (17.2-17.3) shall be treated as one set to meet the requirement.
17.4 Station calibration and testing (not exhaustive)
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 32
S/N Description Quantity
Make & Part
no(P/N if Applicable)
Remarks
1. Test Loop Translator 1 No
2. Signal Generator 1 No
3. Spectrum Analyzer 1 No
4. LAN based Power sensor with
suitable display 02 No.
5. Interface elements 1 Set
6. Connectors,adaptors,cables for
calibration 1 Set
7.
Integration material (Racks- at
least 4nos for RF system & otherhardware)
1 Set
17.5 Time and Frequency System (not exhaustive)
S/N Description Quantity
Make & Part
no(P/N if Applicable)
Remarks
1.
Satellite based time Receiver
with GPS antenna cables and other related equipment&
NTP server
1 Set
2. Frequency Distribution unit 1 No
3. Time code reader 2 Nos
17.6 M & C system (Hardware)
S/N Description Quantity Make & Part no(P/N if Applicable)
Remarks
1.
Rack mountable work station systems server in
station(For Prime & backup Server) (As per guideline specification).
02 No.
2. Network switch 02 No.
3. Interface hardware& bus extender
01 set
4. Routers 01 Nos
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 33
18.Overall Major Mandatory specifications (The system to be built on the guiding specifications provided in annexure)
18.1C – Band Antenna System& Tracking Specifications
S.No. Item description Specification
Mechanical System Specifications
1 Antenna Type 7.2m or above Solid Parabolic dish with dual reflector & shaped Cassegrain geometry.
2 Antenna Mount Elevation Over Azimuth.
3 Panel surface accuracy
Main dish: Sub reflector
Better than 1 mm (RSS) Typical Better than 0.5 mm (RSS) Typical
In-order to meet G/T, figures are indicative
4 Pointing Accuracy
(75 Kmph wind speeds)
Better than 1/5th of Half Power Beam width
RF specifications
5 Feed type 4 Port Frequency reuse CP feed having 02 orthogonal Transmit & 02 orthogonal Receive
ports
6 Operating Freq.
Transmit Receive
5850-6450MHz, 3625-4200MHz,
7 Gain at Feed Receive Transmit
47.5 dBi +20 log (f (GHz)/4) or better
51.0 dBi +20 log (f (GHz)/6) or better
With antenna efficiency 60% min.
8 G/T at 5 deg. Elevation 26.5 dB/K (or better) at 4GHz with 35°K LNA
9 EIRP 76 dBW or better at 6GHz with 750W Linearised
TWTA with BUC
10 Polarization (Tx & Rx) Circularly Polarized
11 VSWR at feed flange 1.3:1 typical in both receive and transmit ports of both bands
12 Axial Ratio within 1 Db beam width
0.5 dB (30.7 dB) in Receive and Transmit Bands
13 Feed Insertion Loss To be provided by bidder. (Shall meet EIRP and G/T specifications)
14 Tx. To Rx. Port Isolation 85 dB min.
15 Rx. /Rx. & Tx. /Tx Port Isolation
17 dB min.
16 R Radiation Pattern Shall confirm to ITU – R S 580-6. Typical first side lobe level shall be better than 14 dB
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 34
17 Interface Transmit
Receive
WR 137
WR 229 (Standard 1:2 LNA system interface)
18 Power Handling
Capability
Better than 1 KW CW per port in Tx.
Continuous operation.
Drive System Specifications
19 Drive Motorized drive system
20 Max. drive speed 0.5deg/sec in both EL and AZ axis at rated motor speed
21 Min. drive speed 0.02 deg/sec
22 Antenna Coverage
Elevation Azimuth
0 to 90 Deg. 360 Deg. continuous
23 Angle Resolution 0.001 deg.
24 Tracking Type & Modes Tracking modes like standby, manual,
command position, preset position, program track, step track etc. Antenna control system
should able to accept spacecraft ephemeris data, generate program track file and execute the same.
25 Az Drive configuration EL Drive configuration
Gear & Pinion drives with anti-backlash scheme Screw Jack
(Auxiliary screw jack provision to be provided for maintenance of online screw jack)
Environmental Specifications
26 Wind speed
75 Kmph Operational, 100 Kmph Gusting, 150
Kmph Survival
27 Operational
temperature 0° to 50° C
28 Relative Humidity 0 to 100 % with condensation
29 Corrosion Appropriate protection against salinity and other corrosive contaminants to be provided.
30 Rain 100 mm / hour continuous
31 Solar radiation
As per relevant standards
32 Shock and Vibration
Shall withstand shocks and vibrations encountered during transportation and operations.
33 Total life and support
The antenna and its equipment shall be supported for trouble free operational life of 10
years minimum
34 Safety Features for
mechanical system
Hand cranking facility
Flexible Couplings These features are indicative, others working
safety features to be included
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 35
Antenna and Feed System Safety
35 Limits and Display Up limit, Down limit, CW limit, CCW limit. 36
Auxiliary drive Hand cranking facility for both the Az and El axis.
37 Emergency Stop Switches & Indication
Shall be deployed at all the critical antenna locations to inhibit the drive in the event of emergency. Viz., at Az Cone, at El platform, at
ACU.
38
Lightening arrestor
Lightning arrester assembly confirming to the latest safety standards shall be provided along with four maintenance free earthing pits per antenna (Two each for lightning arrester and antenna structure). Slip ring arrangement for bypassing azimuth bearings and suitable cable loop for elevation bearing bypass shall be provided.
39
Operator safety
Approach ladder with built-in safety measures to provide access to the El. Platform & Reflector surface. Safety railings around the elevation
platform.
40 TCP/IP interface for
MCS
ACU shall have at least 02 Nos. of TCP/IP
interface for MCS.
41 Ground clearance At an elevation of 0deg. The antenna reflector
shall have a clearance not less than 2m from the ground level.
42 ACU shall have provision to accept IRIG-B input (Optional)/network timing for time synchronization; Input to this shall be extended from the
GPS/Navigational satellite Receiver
43 Antenna parameter log: Antenna control system shall have facility to log
various antenna parameters like Az, El axes position, beacon signal strength at selectable time interval
44 The antenna mount structure shall be maintenance-friendly & all parts are easily assessable for maintenance purpose
45 Provision of Hatch door to access the main reflector & accessing the sub-reflector is desirable.
46 The Antenna Hub shall have sufficient clear internal space to accommodate equipment like 02 nos. of TWTAs (Dim: 325X300X570 mm), LNA Complex (Dim: 750X675X325mm) in line couplers (In Tx & Rx) and
uplink switching with High power Termination. Preferable size of Hub- diameter: 1850mm and height: 1200mm. Exhaust fans & fresh air inlet lovers/perforations to be provided in the hub for proper air circulation.
Hinged & lock type hub cover to be provided.
47 Pedestal Assembly: The pedestal assembly shall be made of steel &suitably designed considering antenna load factors. Provision shall be made for mounting azimuth encoder, rotary joints, cable routing. The internal space
shall be sufficient to accommodate personnel entry. Suitable personnel
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 36
entry door, standardized cable entry& exit ducts and power distribution
system shall be provided.
48 Platform: Suitable working Platform shall be provided to enable ease of
access to the RF equipment located inside and outside the reflector hub and to the azimuth and
18.2 Special Instructions on Antenna system
18.2.1. The antenna foundation and load analysis breakup to be
provided along with the quote.
18.2.2. Appropriate hand drive scheme with built in safety interlock mechanism for both axes to be provided.
18.2.3. It is desirable to mount Angle encoder (Angle pick-up) on-
axis.
18.2.4. All parts exposed to the environment shall be coated with
anti-corrosive, protective coating.
18.2.5. The C/No level diagrams and threshold margins shall be provided. Also, G/T, EIRP, Wind load & Rain attenuation analysis for the proposed system shall be provided with the quotation.
18.2.6. G/T and EIRP at specified frequencies to computed and
submitted.
18.2.7. RF/IF level diagram to be provided indicating the
losses/gains at each stage in uplink, downlink and servo link.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 37
18.3 Specifications of Antenna & RF systems
S.No. Parameter Specification
Transmit Chain
1. No. of uplink
chains Two,(RHCP &LHCP)
2.
uplink EIRP at
6GHz with
750W LTWTA
≥76 dBW
Stability of +/- 0.25 dB/day & +/-1 dB over
operating temp and 1 dB Peak-Peak over any 36
MHz
Note: Bidder shall provide detailed break-up of
the uplink EIRP meeting the specification and
margins if any, including LTWTA power, losses
etc. The complete detailed specifications of the
proposed LTWTA, make, model number, OEM
data sheet etc. shall be provided by the Bidder
in the technical bid.
Provision for external reference to all
frequency converter unit shall also be
provided.
3.
EIRP
Adjustability @
LTWTA
25 dB
4. Frequency
Offset ±125 Hz or better
5. Frequency
Stability 1X10–7 or better
6. Spurious
(Carrier related) -55 dBc or better
7. Return Loss >14 dB
8. IMD - 25 dBc max. with two equal carriers1 MHz apart
at 5 dB total output back off
9. L-Band
Upconverter
Input Freq. 70 MHz (BW +/- 18 MHz)
Output Freq. 950-1550 MHz or better
Step Size: 1KHz
Gain: 25 dB min.
Gain Adjust: 0–25 dB in 0.1 dB steps
10. LinearisedTWTA
with BUC
Input Freq. 950-1550MHz
Output Freq. 5850-6450 MHz
Output Power: TWT- 750-Watt min.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 38
Flange- 650-Watt min.
Gain: 70 dB min. at rated power output
Provision for external freq. reference to LTWTA
should exist along with internal freq.
reference.
Receive Chain
11. No. of receive
chains Two, (LHCP & RHCP)
12. G/T at 5 deg.
EL at4GHz
26.5 dB/K or better
Note: Bidder to provide detailed G/T break-up
meeting the specification and margins if any,
including antenna noise temp, LNA noise temp,
losses etc. The complete detailed specifications
of the proposed LNA, make, model number, OEM
data sheet etc. shall be provided by the Bidder
in the technical bid.
13. Frequency
Offset ±100 Hz or better
14. Frequency
Stability 1X10–7or better over 24 hrs. at operating temp
15. Level Stability ±1dBor better over 24 hrs. at operating temp
16. Spurious
(Carrier Related) -55 dBc or better
17. 1:2 redundant
LNA System
Frequency: 3.625 to 4.2GHz
Noise temperature: 50 K max.
(Including LNA & Switching)
Gain: 60 dB min
Gain flatness over the band: ± 1 dB
Power O/P (1dB compression): +10dBm or better
Shall have trans reject filter
18. C-Band Down
converter
Input Freq. 3.625 to 4.2 GHz or better
Output Freq. 70 MHz (BW +/- 18 MHz)
Gain: 40 dB min.
Gain Flatness ( 18 MHz): 0.5 dB
Frequency adjustability:1KHz
Station calibration and test facility
19. Test Loop
Translator
Input Freq. 5850-6450 GHz
Output Freq. 3.625-4.2 GHz
2225±15MHz tuneableLO
Frequency adjustability:1KHz
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 39
20. Signal
Generator
Output Frequency: 100 KHz to 7GHz or better with
resolution of 1 Hz or better & having LAN interface
for remote monitoring and control
Power setting Resolution: 0.1 dB or better
Sweep mode: Step, single, continuous, list
21. Spectrum
Analyser
Input Frequency: 100KHz to 7 GHz or better with
resolution of 1 Hz or better & having LAN interface
for remote monitoring and control
22. LAN based
Power sensor
Frequency range of 50MHz to 7 GHz or better
having power range from -70dBm to +20dBm or
better & having LAN interface for remote monitoring
and control
Note: Suitable display panel should be provided in
the RF rack.
23. Pressurization
The feed & waveguides will be pressurized up to 0.5
psi operation with suitable safety valve. A suitable
dehydrator shall be provided by the bidder.
24. Router
CISCO 4351 ISR AXV Bundle PVDM4-64, w/APP, SEC, UC lic ISR4351-AXV/K9
Cisco IOS universal Image for 4351 -
SISR4300UK9-316S or latest SNTC-8X5XNBD Cisco ISR 4351 AXV
Bundle,PVDM4-64 w/APP IP Base License for Cisco ISR 4350 Series AppX License for Cisco ISR 4350 Series
Unified Communication License for Cisco ISR 4350 Series
Security License for Cisco ISR 4350 Series NIM-ES2-4= :- 4-port Layer 2 Gigabit Ethernet LAN
Switch NIM
NIM-4E/M :- 4-Port E/M NIM
25.
Time&
Frequency
Distribution
System
Satellite Based (GPS/IRNSS) Ref. Frequency and
Time Distribution System with Time code Reader
GNSS receiver shall have
I. O4 no of IRIG-B output
II. 04 no of 10 MHz
III. 04 no of 1PPS output
Note: The complete detailed specifications of
the proposed Receiver with antenna, TCR,
Distribution Units, etc. and their make, model
number, OEM data sheet etc. shall be provided
by the Bidder in the technical bid.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 40
26. Block schematic
Bidder shall provide the detailed block
schematic & signal flow chart of the full system depicting each and every sub-system
beingproposed including interfaces.
Level diagram shall also be provided
27. Floor Standing
Rack usable
height
42 U (1U=44.4 mm)
28.
All frequency converter unit shall have internal reference as well as provision to accept external 10 MHz reference with auto sensing
facility. All such unit shall be connected with external reference from frequency distribution unit.
19.Allied and support system
19.1Civil
The civil construction requirement for the realization of the project involves following civil structures:
A. One Earth Station as per requirement B. 01 no. FCA Antenna Foundation
C. Trenches as per requirement A. Earth Station
19.1.1.This building will be a single storey RCC framed structure. Height
of the building will be 3.0m from FFL. FFL will be minimum 300mm
higher than NGL or as per exact site conditions. For tentative
building layout refer Fig. 19-1. All Designs and schemes to be
prepared confirming to NBC-2016 or latest & relevant IS codes.
19.1.2. Following is the area wise details of several rooms:
19.1.3.The building will be single storied RCC framed structure&
suitable slope in the RCC roof shall be incorporated to ensure proper
drainage of Rain water.
19.1.4. Footings are to be of isolated/combined RCC footing.
19.1.5. The structural design of the building has to be done by the
Vendor& verified by the department or authorized agency.
19.1.6.Vitrified tile flooring over concrete sub base.
19.1.7.Toilet flooring/dado may be with Vitrified mat Tiles.
19.1.8.Grade of concrete shall be M-25 grade.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 41
19.1.9.Masonry wall shall be of Brick masonry or Solid block masonry.
19.1.10. External plaster is to be of 20mm thick cement mortar (1:5).
19.1.11. Internal plaster is to be of 15mm thick cement mortar (1:5, 1:3
only for roof).
19.1.12. 2mm thick plaster of paris putty are to be applied over the
internal plastered surface.
19.1.13. External painting is to be of 100% ACRYLIC EXTERIOR
EMULSION PAINT of approved make and colour.
19.1.14.Painting internal plastered surfaces with two or more coats of
SUPER ACRYLIC EMULSION PAINT of approved brand and colour to
give an even shade with required finish over & including cost of a
coat of water thinnable cement primer.
19.1.15. Reinforcement rods are to be of Fe 500D.
19.1.16.The roof shall be water proof plastered with proper gradient for
flow of rain water.
19.1.17. All round the building 1m wide PCC plinth protection.
19.1.18. Internal rooms will be connected through cable trenches at floor
level.
DG-Hall
19.1.19.The DG hall shall be with light weight Galvalume coloured sheet
roofing supported over structural steel supports. Proper UPVC
gutter to collect Rainwater & PVC fence for carrying out DG
maintenance shall be planned.
19.1.20.For the DG Yard; the flooring shall be concrete & side fencing
shall be GI-Chain link, up to 1.50m Height.Minimum clearance
between DG unit & Fence for carrying out DG maintenance shall be
planned.
19.1.21. The cable trench shall be 400x400mm Covered with precast
cover slabs/MS Chq. Plate/ Al Chq Plates.
19.1.22.Suitable Vibration mount for the DG shall be planned.
PH Works 19.1.23.Water supply lines shall be UPvc/CPvc lines of appropriate Dia.
19.1.24.1000Ltr HDPE tank to be placed over roof for water storage.
19.1.25.One water connection to be provided for AC inside RF equip.
Room.
19.1.26. Suitable disposal of sewage to be planned either by connecting
the sewer lines to the nearby manholes or by constructing a septic
tank and dispersion trench.
19.1.27.All CP and sanitary fittings shall be jaquar/Hindware and shall
be pre-approved.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 42
External Cable Trench 19.1.28.Approx. 50m length of 300mm (D)x 450mm (w) cable trench.
Base of the cable trench will be of 100mm thick PCC (1:4:8) using
20mm aggregate. Side walls are to be of using bricks of "CLASS
DESIGNATION 3.5" (Minimum Average Compressive Strength not
less than 3.5N/sq.mm), In C.M 1:6 (Classification as per I.S. 1077-
1986). Top cover will be of Precast RCC (minimum 100mm thick). All
the sides of the side walls are to be plastered and coping is to be
provided at top.
B. Foundations for 7.2m dia FCA (01 Nos)
19.1.29.RCC foundations as per approved structural drawings & Grade
of concrete shall be M25.
19.1.30.Reinforcement steel shall be of Fe 500D.
19.1.31.Foundation shall take care of the RF &pointing performance as
per mentioned load condition.
19.1.32. Building to Antenna foundation distance shall be around 20
mtrs
Others
19.1.33.Trench from the building to antenna foundation is in the scope
of the bidder.
19.1.34.Provisional Civil Requirement for AC system: Openings of
appropriate size in the wall for laying refrigerant lines/condensate
water drain/power cables. Provision for terminating the condensate
water drains line. Provision for installing the supply/return air
grills/diffusers. Ensure sufficient space around Outdoor as well as
Indoor units for free circulation of air and Maintenance.This
requirement depends on the type of AC system being offered &
acceptable to purchaser.
19.1.35.Antenna mounting/building height to be planned such a way
that there shall be adequate clearance between antenna and ground
at any elevation/azimuth angle and antenna performance will not
suffer due to improper clearance between antenna and ground.
19.1.36.The antenna foundation and load analysis breakup to be
provided along with the quote. Basic design of the civil structure to
be provided along with the quote.
19.1.37.The equipment building / pedestal shall have cable trenches &
trays for routing RF, control and Power cables & opening for routing
cables from existing facilities.
19.1.38.2 to 3-meter-wide pathways for building access from near
available main road/pathway.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 43
19.1.39. Suitable pedestal shall be constructed to place ODU of AC
System outside the building.
19.1.40.Any other civil works required to complete the project.
19.1.41.Site Soil conditions: The values mentioned below are data
available as record. These values are only indicative and before
deciding the foundation size; it is required to conduct the soil test
for ascertaining the SBC of the Soil.
Type of Soil: Brownish/Reddish Brown/Brownish clay.
SBC: Avg: 30Tn/Sqm at a depth of 1.50M.
Fig. 19-1: Tentative civil scheme for the station
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 44
19.2Air conditioning system/Air handling system
19.2.1Air Conditioning System to be planned according to Weather
conditions at NE-SAC-Shillong.
19.2.2Fresh air opening of 450mmx 450mm with air filter, damper
and louvers shall be planned in the RF equipment Room.
19.2.3 Fresh water connection shall be provided in RF equipment
room for AC unit humidifiers.
19.2.4 Provision shall be made for terminating the condensate water
drain/humidifier overflow line.
19.2.5 Power supply with all standard safety features and earthing
shall be provided for all the AC units.
19.2.6 AC unitsincoming power supply shall be interlocked with fire
alarm system to trip the AC unit in-case of fire.
19.2.7 Provision shall be made for remote monitoring the temperature
and RH of conditioned area.
19.2.8Proper Venting and ducting shall be implemented.
19.2.9The detailed heat load estimation to be provided.
19.2.10 AC system requirement and indicative configuration is
provided in below table:
Sl. No.
Area Temperature and RH to be maintained
Operational requirement
Type of AC Unit
1 RF equipment Room
22+/-2 deg C 55+/-10% RH
Round the clock Operation (24x7x365 days)
Type of the AC unit: Floor standing precision DX air cooled AC unit suitable for round the clock operation (24x7x365 days) with inbuilt heaters and humidifiers. The indoor unit shall be installed in the RF equipment Room. Water purifier/RO water plant shall be provided if required for humidifier. IndicativeConfiguration: 2TR (Nominal cooling capacity) x3 Nos. (2working+1 Standby) Stand by unit: Required. Make: Vertiv/Stulz/Bluestar/Schneider/Climaveneta/ SwegonBluebox/Flaktwood.
2 Electrical Equipment Room
25+/-2 deg C
Round the clock Operation
Type of the AC unit: Wall mounting metallic body DX Aircooled Split AC unit suitable for round the clock operation (24x7x365 days)
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 45
(24x7x365 days)
IndicativeConfiguration: 2TR (Nominal cooling capacity) x3 Nos. (2working+1 Standby) Standby unit: Required Make: Vertiv/Stulz/Bluestar/Schneider/Climaveneta/ SwegonBluebox/Flaktwood
19.3 Electrical System
A. Introduction
19.3.1 The proposed power system is to be designed keeping in view the station availability for the critical satellite operations. The
electrical system shall support for similar type of additional one more FCA’s along with one FCA as per the present scope (Total –two FCA’s).
19.3.2The earth station shall be supported through two chain power
distribution system with separate feeders on the Utility Power (UP) side and the parallel redundant Uninterruptible Power Supply (UPS) distribution scheme on Technical Power (TP or
UPS) side.
B. Scope
19.3.3The proposed earth station is required to be supported through two different types of power supplies. Utility Power (UP) and
Technical Power (UPS).
19.3.4Power system substation with Step down Transformer
(11KV/433V) as Primary power from the local distribution network and LT panels with following quality factors is available at a distance of 300Mtr from the proposed location of the
building.
• Voltage: 433V 5%, 3 phase, 4 wire system.
• Frequency: 50 +/- 2 Hz.
• Phase angle: 3 phase 120 2 deg.
19.3.5Input power supply to the proposed earth station is to be
tapped from the above mentioned existing electrical substation.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 46
19.3.6The proposed earth station shall have the Utility Power system with two feeders as incomer as main and Standby based on
radial distribution.
19.3.7Diesel Engine coupled Captive Generating System Backup to be
considered for the Utility System to support during the long Power interruptions from the service mains supply.
19.3.8A regulated voltage for earth stations through Automatic Voltage Regulator (AVR) and AVR Bypass arrangements to be
designed and AVR to be installed in the light roof area of the proposed facility.
19.3.9Parallel redundant UPS with VRLA battery backup and
distribution schemes for Technical Power (UPS) to be provided. Technical power distribution scheme shall have UPS output
panel and distribution boards to feed the loads in two chain fashion.
19.3.10Safety and fire alarm system and lightning protection system
are to be provided as per the required building local standard.
19.3.11Following is the required quality of power supply to be made
available at earth station by using appropriate signal conditioning equipment:
i. Utility Power Supply (UP)
Voltage: 415 V / 240 V 3%
Type or Distribution: 3P+N, 4 wire system
Frequency: 50 2 Hz.
Phase angle: 3 phase 120 2 deg.
Harmonics THDV: 9 % (Not corrected)
Power Interruption : maximum 10 min &Configurable (DG shall be
turn on within this time)
ii. Technical Power (Uninterrupted Power) Supply (TP)
Voltage: 400 V / 230 V 1%
Type or Distribution: 3P+N or 1P+N, PE system
Frequency: 50 1 Hz.
Phase angle: 3 phase 120 2 deg.
Harmonics THDV: 3% for linear load, 4% for nonlinear loads.
Power Blackout: Nil (Battery Backup)
Battery Backup Duration: 30 Minutes
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 47
C. Electrical System Detailed requirements
C.1 Utility / short break power supply:
19.3.12Utility / short break power supply to be tapped from the
nearby power sub- station with two feeder as incomer (Approximate distance from the nearby existing power substation is 300 Mtr).
19.3.13It shall have Automatic voltage regulator (AVR) of appropriate
rating and power control center shall have by pass arrangement for AVR also AVR shall be suitable for outdoor mounting with minimum IP55 class of protection
19.3.14Power supply from the nearby substation to be fed through
underground power cables of appropriate size, laid in ground
with protections as per relevant standards.
19.3.15Size of the UG cable to be designed based on voltage drop limit and facility load requirements like UPS, Air conditioners, Internal and external Lighting, power sockets as per standards.
19.3.16Power control center to be designed properly to connect two
full capacity utility incoming feeders and DG incomers with interlock. Power control center shall have connectivity to UPS-1 and UPS-2 input, system bypass and manual power supply.
19.3.17Power control center shall have required connectivity for Air
conditioner systems (based on AC design), Lighting inside and
outside building and power sockets as per standards. Also, connectivity for other utilities like water pumps etc.
19.3.18This power control center shall have spare switchgears in all
the ratings.
C.2 Diesel Generator backup:
19.3.19DG set with acoustic enclosure to be provided. Capacity of DG set shall be considered for supplying all the loads mentioned above (UPS, Air conditions, internal and external lighting and
power sockets). Single DG shall cater to the whole load. DG power system shall have auto mains failure panel and DG power
supply to be interfaced to main Power Control center switchgears with necessary interlocks between utility feeders (two nos) and DG feeder.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 48
19.3.20These DG set shall be compatible for outdoor installation with necessary class of IP.
19.3.21Auto mains failure panel shall be suitable for outdoor installation with minimum IP55 class protection. Also all the
interfacing cables from DG to AMF panel and AMF panel to main PCC are in the scope of work
19.3.22DG shall have necessary DG controller with inbuilt feature for protections, operation and monitoring of the parameters from
Engine and Generator and it shall have communication port compatibility with TCPIP/ Ethernet for interfacing with Station Monitoring system.
19.3.23 DG shall be designed for the above mentioned all loads with
10 % extra for future expansion. Applicable de-rating factor for
higher altitude above MSL to be considered as per site details.
19.3.24 DG to be interfaced to the main power control center with necessary interlock and bus coupler.
19.3.25DG power shall be extended automatically during utility power
failure and change over to utility power after resumption of utility power.
19.3.26Separate diesel tank of capacity-990 ltrs with necessary piping etc to be provided and diesel tank to be installed near to the DG set.
C.3 No break / Technical power supply (UPS):
19.3.27The Technical Power / system consists of the following components
• Uninterruptible Power Supply (UPS/TPS) System.
• VRLA Lead Acid Battery Bank
• Isolation Transformers
• UPS Output panels
• TP Distribution boards
19.3.28No break / UPS power supply is to be considered with parallel redundant UPS with sealed maintenance free (SMF) /Valve
Regulated Lead Acid (VRLA) battery bank for 30 minutes’ backup for the total load considered on UPS.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 49
C.4 Load on UPS
19.3.29Two nos. of Full Coverage Antenna (FCA) System (one in
future) Loads of rating as per design (Antenna PDU’s, HPA, RF and other control electronics/control units as per the design are to be planned on UPS power supply).
19.3.30Each UPS shall cater the above loads. During normal
operation both UPS shall share half of the total load in parallel mode.
19.3.31Each UPS shall have separate battery banks. Batteries shall be of VRLA type and installed on suitable supporting stands/
Racks
19.3.32Two UPS distribution boards separately to feed two chains of
loads having RCBO and fuse protections for individual loads to be planned. Distribution boards shall be fabricated by using of Schneider/ Rittal /Equivalent make with proper cataloged
items.
19.3.33Isolation transformer suitable for 100% nonlinear load to be provided in the output side of the UPS.
19.3.34All the distribution cables from PCC to UPS input and UPS to UPS output panel, UPS output panel to UPS Distribution boards
and UPS DB’s to different loads shall be of shielded copper cables with appropriate size.
19.3.35UPS shall have communication port compatibility with TCPIP/ Ethernet for interfacing with Station Monitoring system
D. Safety and Smoke Detection system
19.3.36As per standards the building shall be provided with analog
Addressable Smoke Detection and Alert system and as required
by the local building codes. The fire extinguishers based on the type of fire shall be deployed in the Earth station. and it shall
have communication port compatibility with TCPIP/ Ethernet for interfacing with Station Monitoring system.
19.3.37Lightning protection to be planned for the Building and
Antenna with horizontal and vertical type lightning arresters / GI strips.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 50
E. Grounding system
19.3.38Grounding systems shall be combination of copper plate and GI. pipe earthing as per Indian Standard IS:
3043. 19.3.39Four separate Grounding systems shall be considered for the
earth station, they are;
1. Signal Grounding. (Copper Plate / Special Electrode
Earthing <1) 2. UPS neutral earthing (Copper Plate / Special Electrode
Earthing <1) 3. Equipment Grounding. (Copper Plate / Special Electrode
Earthing <4) 4. Lightning Protection for building and Antenna. (GI Pipe
Earthing<10)
19.3.40UPS neutral earthing to be connected through copper strip of
minimum 25x5mm strip. Also, these earth strips are to be put
with insulating sleeves and laid on insulating supports. All joints are to be tinned properly.
F. Building Lighting, power sockets and street lighting
19.3.41Lighting to be planned with LED type light fittings of
proper type based on celling type/false ceiling.
19.3.42 30 % lights and wall sockets are to be planned on UPS power supply.
19.3.43Power sockets on wall shall be provided as per standard/ requirement of the system on UPS and utility power supply
19.3.44Wiring shall be done in embedded MS conduit pipe of 16
SWG with multi core FRLS copper wire. All the points shall
have separate phase, neutral and earth wire form the switch box and no tapping is allowed.
19.3.45All the switch boxes shall be of modular type with switch & sockets.
19.3.46Distribution boards shall be planned separately for UPS
and utility power with RCBO as incomer and MCB’s in the
outgoing. 19.3.47External building lighting shall be of LED type suitable
for outdoor use.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 51
G. General requirement:
19.3.48Only incoming tapping point for the two utility power
feeders will be shown. All works like routing of cable, termination, Civil works for cable concrete trench etc. are in the scope of the work.
19.3.49All the works are to be executed as per relevant
standards/ IE rule/ IS.
19.3.50All the components shall be of make/model among the
department approved list enclosed.
19.3.51Panels are to be fabricated by department approved panel
fabricators enclosed.
19.3.52Detailed design calculations, BOM, technical specifications and catalogs and drawings are to be submitted for review by department. Also site conditions
are to be considered for designing all the equipment.
19.3.53 Indicative load is provided in below table. Bidder shall note that information provided in below table is reference only. However actual rating shall be calculated and
installed by the bidder as per requirement in RFP
Utility Power Loads
Sr No Description Equipment Load Units
1 A/C in Equipment Room HPA 2 Tr X2 Nos
+ 1 5.6 kW
2 A/C in UPS room UPS 2 Tr X 2 Nos
+ 1 5.6 kW
3 A/C- Heater Humidifier Heater- 6 kW 6.0 kW
4
UPS- 30 kVA (13.4kW X2 FCA + 1kW for lighting)=27kW UPS 30 kVA 30.0 kW
5 Lighting Lighting 5.0 kW
6 Extra 10 % 6.0 kW
7 Total 58.2 kW
8 Total in kVA 73.0 kVA
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 52
Technical Power Loads
FCA Loads
Sr No Description Load Units
1 HPA 6.0 kW
2 Antenna- PDU 6.0 kW
3 ACU, U/C, LNA etc 1.4 kW
4 Total for one FCA 13.4 kW
5 Total for Two FCA 26.8 kW
6 Lighting 1.0 kW
7 Total 27.8 kW
8 Considering 0.9 PF 31.0 kVA
Note: The rating considered are to be used for reference only, The actual rating of the Electrical System shall be considered to match with the
actual loads as per system design.
19.4 Safety
19.4.1The bidder shall ensure that the antenna and the associated
systems meet the local safety requirements in force at the site.
19.4.2The safety requirements concerning both the antenna, associated systems and the personnel working at the antenna and the antenna room shall be addressed and executed by the
bidder.
19.4.3 The major safety devices in an antenna system to be provided for smooth functioning(tentative list mentioned) are Aviation warning lights,Hatch panel interlock with servo,Elevation limits
(software & hardware),Azimuth limits (software & hardware), Pol limits (software & hardware),Lightning protection,Shock absorbers to remove kinetic energy in case the reflector moves
beyond limit at elevation 0 deg,Azimuth and elevation stow lock with interlock with servo,Hand cranking device for azimuth and
elevation drive,Emergency stop at relevant areasLadders for climbing to azimuth/elevation drive platform and also to climb quadruped structure,Electrical and signal grounding.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 53
20.Equipment Racks & Station Associated furniture
Equipment racks shall have the following features
20.1Proper cooling arrangement with built-in air filters.
20.2 Physical dimensions and layout addressing all the aesthetic and
human engineering aspects, for elegance and operator comfort.
20.3 All rack-mounted sub-systems shall have easy access for maintenance.
20.4 Standardized cable entry ducts and power distribution systems. 20.5 All racks (19 inch) shall be uniform size and colour and lockable from
rear.
20.6 Proper grounding and grouting arrangements shall be made.
20.7 Bidder shall provide adequate number (Minimum 04 Nos) of
equipment racks with accessories for housing all equipment and have provision to house customer furnished a few items also. Each rack shall have adequate power sockets.
20.8 Adequate number of Cabinets and Book shelf with locking facility to
be provided to safe keeping of spares, documents, etc. 20.9 Associated furniture in shall be provided. (Table 1 no., Chairs at-least
6 no.)
21. Monitoring and control system
MCS hardware system is under the scope of the bidder. The MCS software is not in the scope of tender. In view of this, Bidder
is responsible for the following:
• Required interface converters and bus extenders.
• All the computers and accessories.
• Hardware elements including licenses where ever required.
• All sub-systems covered under this contract shall have remote monitoring and control functionalities through the Monitor and
Control System (MCS). Monitor and control function of the sub systems shall include all parameters, which characterize the
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 54
subsystem performance, status and fault conditions. The bidder shall support during development of MCS software.
• Each subsystem/equipment shall be operable from local as well as remote. Local shall mean control physically from unit and remote shall mean control from MCS.
• MCS (hardware) shall be the responsibility of the Bidder. It shall include all hardware like computer with operating system, switches
etc.
• The successful bidder shall demonstrate proper functioning of remote-control interface of all the equipment. Also, ICDs and related dependent files & drivers to be provided for M&C development.
• The entire sub-system (active) shall be interfaced through the monitoring and control system (MCS).
• All the equipment shall have the latest firmware, SNMP/ TCP/IP protocol for developing MCS software. Successful bidder shall co-operate during development of MCS software.
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 55
This page is intentionally left blank
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 56
22.Annexure-I: Clause for bid evaluation as per RFP section
5.6
• Class-I local supplier means a supplier or service provider, whose
goods, service or works offered for procurement, has local content
equal to or more than 50%, as defined under order.
• Verification of local content:
a) The Class –I local supplier at the time to tender, bidding or
solicitation shall be required to indicate percentage of local content
and provide self-certification that the item offered meets the local
content requirement for Class-I local supplier as the case may be.
They shall also give details of the location(s) at which the local value
addition is made.
b) In cases bid value in excess of Rs. 10crores, the Class-I local
supplier shall be required to provide a certificate from the statutory
auditor or cost auditor of the company (in the case of companies) or
from a practicing cost accountant or practicing chartered accountant
(in respect of suppliers other than companies) giving the percentage
of local content.
• False declarations will be in breach of the code of Integrity under Rule
175(1)(i)(h) of the General Financial rules for which a bidder or its
successors can be debarred for up to two years as per Rule 151 (iii) of
the general Financial Rules along with such other actions as may be
permissible under Law.
• A supplier who has been debarred by any procuring entry for
violation of this order shall not be eligible for preference under this
order for procurement by any other procuring entity for the duration
of the debarment. The debarment for such other procuring entities
shall take effect prospectively from the date on which it comes to the
notice of other procurement entities, in the manner prescribed.
• Any bidder from a country which shares a Land border with India will
be eligible to bid in this tender only if the bidder is registered with the
Competent Authority.
• “Bidder” (including the term ‘tenderer’, 'consultant or ‘service
provider’ in certain contexts) means any person or firm or company,
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 57
including any member of a consortium or joint venture (that is an
association of several persons, or firms or companies) every artificial
juridical person not falling in any of the descriptions of bidders stated
hereinbefore, including any agency branch or office controlled by
such person, participating in a procurement process.
• "Bidder from a country which shares a land border with India” for the
purpose of Order means: -
a) An entity incorporated, established or registered in such a country; or
b) A subsidiary of an entity incorporated established or registered in
such a country; or
c) An entity substantially controlled through entities incorporated
established or registered in such a country or
d) An entity whose beneficial owner is situated in such a country; or
e) An Indian (or other) agent of such an entity; or
f) A natural person who is a citizen of such a country; or
g) A consortium or joint venture where any member of the consortium
or joint venture falls under any of the above
• The beneficial owner for the purpose of (iii) above will be as under:
In case of a company or Limited Liability Partnership, the beneficial
owner is the natural person(s), who whether acting alone or together
or through on e or more juridical person has a controlling ownership
interest or who exercises control through other means
• An “Agent” is a person employed to do any act for another, or to
represent another in dealings with third person
• The successful bidder shall not be allowed to sub-contract works to
any contractor from a country which shares a land border with India
unless such contractor is registered with the Competent Authority.
• Certification by Tenderers
“I have read the clause regarding restrictions on procurement from a
bidder of a country which shares a land border with India; I certify
that this bidder is not from such a country or, if from such a country,
has been registered with the competent Authority. I hereby certify
that this bidder fulfils all requirements in this regard and is eligible to
be considered [where applicable, evidence of valid registration by the
competent Authority shall be attached.]”
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 58
• Certification by Tenders for Works involving possibility of sub-
contracting
“I have read the clause regarding restrictions on procurement from a
bidder of a country which shares a land border with India and on
sub-contracting to contractors from such countries, I certify that this
bidder is not from such a country or, if from such a country, has
been registered with the Competent Authority and will not sub-
contract any work to a contractor from such countries unless such
contractor is registered with the Competent Authority. I hereby certify
that this bidder fulfils all requirements in this regard and is eligible to
be considered. [Where applicable, evidence of valid registration by the
Competent Authority shall be attached.]".
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 59
23.Annexure-II: Guideline specifications for individual
components
Specifications of 1:2 C-Band Redundant LNA System S.No. Parameter Specification Value
RF Characteristics
1. Frequency 3625-4200MHz
2. Noise temperature 50K max. (Including LNA &
Switching)
3. Gain 60 dB min.
4. Gain flatness over the band ± 1 dB
5. Input VSWR 1.3: 1 or better
6. Output VSWR 1.3: 1 or better
7. I/P interface WR 229 CPR (G), (Standard
feed interface dimensions)
8. O/P interface N type (female) connector
9. Power O/P (1 dB
compression)
+ 10 dBm min
10. Maximum Input power 0 dBm
11. The redundant LNA should automatically switch from faulty LNA.
Others
12. Operating Power Supply AC 230 volts, 50 Hz, dual
inbuilt power supply in
control unit.
LNA power supply shall be
extended through control
cable along with other
control signals.
13. MTBF >40000Hrs
14. Control Unit shall be 19-inch rack mountable.
General
15. Suitable front panel Human Machine Interface (HMI) (Display
and Control) shall be provided for LNA controller.
Specifications of IF to L-Band Up-converter S.No. Parameter Specification Value
FREQUENCY
1. Range (output)
950 –1550 MHzor compatible with input frequency band of
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 60
LTWTA
2. Conversion Dual, No Inversion
3. Step Size 1 KHz
4. Stability (Time) 5X10–9/Day
5. Stability (Temp) 2X10–8 over 0 to 50 Deg. C
IF INPUT CHARACTERISTICS
6. Frequency Range 52 – 88 MHz (7018 MHz)
7. Return Loss 15 dB Minimum
8. Impedance 50 2 Ohms
9. Connector BNC (F)
RF OUTPUT CHARACTERISTICS
10. Output Level + 10 dBm at 1 dB Comp.
11.
Spurious
Non–Carrier: – 70 dBm or less
Carrier: –60 dBc or less at 0dBm output
12. Third order Intermod
-60 dBc min. (2 Carriers 1MHz apart) at -10 dBm Output power
13. Impedance 50 2 Ohms
14. Connector N-type (F)
15. O/P Return Loss 18 dB Minimum
TRANSFER CHARACTERISTICS
16. Gain 25 dB min.
17. Gain Adjust 0–25 dB in 0.1 dB steps
18. Gain Stability 0.25 dB/Day
19. Gain Flatness
( 18 MHz) 0.5 dB
20. AM to PM Conversion 0.1 Deg/dB @ - 5 dBm Output
21.
External Reference
10 MHz @ +/- 3 dBm. In presence of external ref signal, the unit shall lock to
the external ref automatically
22. Phase noise
1kHz: – 79 dBc/Hz or less
100kHz: – 102 dBc/Hz or less
23. Remote Control
TCP/IP (LAN) (serial port optional)
24.
Test Points (Front Panel)
RF sample: SMA (F) /N (F) or suitable arrangement for
testing points
IF Sample: BNC(F) or suitable arrangement for testing
points
25. Front Panel Indications Power On
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 61
Mute On / Off
Local / Remote Faults & Stored faults
26. Power
(Power ON switch to be provided)
Voltage: 230VAC
Frequency: 50 Hz
27. Power chord suitable for Indian standard power sockets/outlets
shall be provided with each unit.
28. Environmental
Temperature: 0 – 50 Deg C
29. Physical 19 Inch Rack Mountable
30. MTBF >40000Hrs
General
31. Suitable front panel Human Machine Interface (HMI) (Display
and Control) shall be provided.
Specifications of 750 W C-Band Linearised TWTA
S.No Specifications
1. Frequency of operation: 5850-6450 MHz
2. Output Power: TWT- 750-Watt CW min. Amplifier Flange- 650-Watt min.
3. Gain: 70 dB min. at rated power output
4. RF Level Adjust Range: 0 to 25 dB (0.1 dB steps)
5. Gain Stability: ± 0.25 dB/24 hr max. (at constant drive and temp.)
6.
Small Signal Gain Variation:
1.5 dB pk-pk across any 40 MHz band 4 dB pk-pk max. across full band
7. Input VSWR :1.5:1 max with BUC
8. Output VSWR: 1.3:1 max
9. Load VSWR: 2.0:1 max. Operational
10. Phase Noise: As per IESS-308/309 Phase Noise Profile and better
11. AM/PM Conversion: 2.5°/dB max. for a single carrier at 5 dB below
rated power with linearizer
12. Harmonic Output: - 60 dBc at rated power
13.
Noise and Spurious:
<-150 dBW/4 kHz, 3.7 to 4.2 GHz <-60 dBW/4 kHz passband with BUC and lineariser
14. Intermodulation: - 25 dBc max. with two equal carriers at 5 dB back
off
15. Primary Power:230 V AC,
50 Hz, single phase
16. Power factor: 0.95 min
17. Environmental (Operating) Ambient Temperature:
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 62
0°to+50°Coperating
0° to +70°C non-operating
18. Relative Humidity:Upto 100% condensing
19. Altitude: 10,000 ft. max. above MSL
20. Shock and Vibration: Normal transportation
21. Mechanical Cooling (TWT): Forced air
22. RF Input Connection: Type-N (F)
23. RF Output Connection: Waveguide, WR-137 (G)
24. RF Monitor: Type-N Female
25. MTBF:>40000Hrs
26. Mounting: Outdoor antenna hub mountable
27. The unit shall have Ethernet interface for M&C purpose or
controlling remotely.
28. Unit shall have internal reference and in presence of external
reference ,lock to external ref.
29. Suitable AC power chords shall be provided for each unit.
Specifications of C to IF Down-converter S.No. Parameter Specification Value
FREQUENCY
1. Range 3625-4200MHz or better
2. Conversion Dual, No Inversion
3. Step Size 1 KHz
4. Stability (Time) 5X10–9/Day
5. Stability (Temp) 2X10–8 over 0 to 50 Deg. C
RF INPUT CHARACTERISTICS
6. Return Loss 19 dB Minimum
7. Impedance 50 2 Ohms
8. Connector N-type (F)
9. Noise Figure
13 dB Max or better at min. attenuation/ max. gain
IF OUTPUT CHARACTERISTICS
10. Frequency Range 52 – 88 MHz (7018 MHz)
11. Output Level
+10 dBm or more at 1 dB Comp.
12. Spurious
Non–Carrier: – 70 dBm or less Carrier: –60 dBc or less at
0dBm output
13. Intermod
-58 dBc min. (2 Carriers 1MHz apart) at 0 dBm
Output power
14. Impedance 50 2 Ohms
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 63
15. Connector BNC (F)
16. O/P Return Loss 20 dB Minimum
TRANSFER CHARACTERISTICS
17. Gain 40 dB min.
18. Gain Adjust 0–20 dB in 0.25 dB steps
19. Gain Stability 0.25 dB/Day
20. Gain Flatness
( 18 MHz) 0.5 dB
21. Image Rejection - 80 dB (In-band)
22.
External Reference
10 MHz @ +/- 3 dBm. In
presence of external ref signal, the unit shall lock
to the external ref automatically
23. Phase noise
1kHz: – 78 dBc/Hz or less
100kHz: – 95 dBc/Hz or less
24. Remote Control
TCP/IP (LAN) (serial port optional)
25. Test Points (Front Panel)
RF sample: SMA (F) /N (F)
IF Sample: BNC(F)
26.
Front Panel Indications
Power On Mute On / Off Local / Remote
Faults & Stored faults
27. Power
(Power ON switch to be provided)
Voltage: 230VAC
Frequency: 50 Hz
28. Power chord suitable for Indian standard power sockets/outlets shall be provided with each unit.
29. Environmental Temperature: 0 – 50 Deg C
30. Physical 19 Inch Rack Mountable
31. MTBF >40000Hrs General
32. Suitable front panel Human Machine Interface (HMI) (Display
and Control) shall be provided.
Specifications of Test Loop Translator
S.No. Parameter Specification
RF SPECIFICATIONS
1. I/P Frequency 5850-6450MHz
2. O/P Frequency 3625-4200MHz
3. LO Frequency 2225±15 MHz tuneable LO
4. LO Step size 1 KHz
5. Phase Noise a) 1 KHz: -85 dBc/Hz
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 64
b) 100 KHz: -105 dBc/Hz
6. I/P Return loss (dB) 18 min
7. O/P Return loss (dB) 18 min
8. Impedance: 50 ohm
9. Conversion Single Conversion, No Inversion
10. Max. Input Damage Level +8 dBm
FUNCTIONAL
11. Conversion loss 18 dB Max.
12. Amplitude response 0.5 dB over any 40 MHz
1.5 dB over O/P frequency band
13. Frequency stability 110-6 (0 to 50 C)
14. Level control 25 dB Min.
15. Intermodulation distortion With two in-band I/P signals at –13 dB,
third order inter-modulation products are less than 45 dBc.
16. I/P and O/P isolation 60 dB Min.
17. O/P Mute Facility From Local/Remote to be provided
18. Type Outdoor Mount
Additional Function
19. 10 MHz reference configuration: Automatic reference selection from internal
to External 10 MHz source at 0+/-3dBm.
20. Remote control TCP/IP over Ethernet, RJ45 connector
PRIMARY POWER REQUIREMENTS
21. Voltage 230V
22. Frequency 50 Hz
ENVIRONMENTAL: OPERATING
23. Ambient temperature 0 to +50 C
24. Shock and Vibration Normal handling by commercial carriers
25. MTBF >40000Hrs
General
26. Suitable power cord for outdoor mount shall be provided with each unit.
Work stations specifications
Sl. No. Item Description
1. Type Workstation rack mount model, RHEL certified hardware. All the required device drivers for
RHEL7
2. Processor One Intel Xeon, 6 Cores, 12 Threads, 3.20 GHz Processor or better
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 65
3. Memory 32 GB DDR4 memory or better
4. Graphics NVIDIA Quadro P200 (2 GB Graphics Memory) or better
5. Drive Controller
SAS controller with RAID 1 compatible with offered hard disks.
6. Internal Storage
2x 600GB SAS/SATA SSD disks in RAID 1 configuration or better.
HDD shall not be returned to vendor during
warranty replacement
7. Network
Controller
One PCle network adaptor card dual port gigabit
Ethernet (in addition to the integrated network adaptor port)
8. Optical Drive Internal DVD RW drive
9. Ports Minimum front :2 USB, rear: 4 USB, Audio in, out and Microphone
10. Monitor LED monitor with 1920x1080 resolution or better.
Monitor should be of same OEM as workstation. Required OEM certified video cables and
convertors
11. Peripherals USB Keyboard and USB optical mouse of same OEM as workstation.
12. Sound Integrated sound card and internal speaker with required multimedia drivers.
13. Tool less access
Tool less access to access panel, optical drive, hard drives, expansion cards, processor
sockets, memory and internal cables and connectors
14. Cooling Cooling fans for internal power supply.
15. Power Dual hot swappable Internal power supply with 80% or better efficiency, Power Supply
rating: 220 volt/50 Hz.
16. Operating
System
Redhat Enterprise Linux Workstation latest
version with one-year standard support.
Note:
• All the licenses shall be perpetual.
• Detailed Catalogue/data sheet to be provided, which indicates all the
above specifications are meeting.
• Failed disk retention policy during contract period will be followed.
Specifications of Signal Generator
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 66
S.No. Parameters Specifications 1. Frequency Range 100KHz to 7 GHz or better
2. Power setting resolution 0.1dB or better
3. Frequency setting resolution 1 Hz or better
4. Sweep modes Step, single, continuous, list
5. Reference Frequency Input & Output
10 MHz external & internal 10MHz
6. Aging ≤ 1x10-6/ year or better
7. Max. Levelled output power ≥ + 9 dBm or more
8. SSB Phase Noise, CW at 20
kHz offset
< -95dBc/Hz
9. Remote interface LAN /USB
10. Power supply 230V, 50Hz
11. Operating temperature range 0 to 50-degree C
12. Rack mount kit with handles Suitable for 19” rack
Specifications of Spectrum Analyser
S.No. Parameter Specification
1 Frequency Range 100 kHz to 7 GHz or better
2 External Reference
frequency 10MHz
3 Aging Rate ±1X10^-6/year or better
4 Frequency Counter
Resolution 1Hz or better
5 Frequency span 0 Hz(Zero span), 10Hz to max
frequency
6 Spectral purity at CF=1GHz,
SSB Phase Noise at10KHz offset
< -98 dBc/Hz
7 Sweep Time: Span>/= 100Hz Span=0 Hz
2 ms to 1000 s or better 10 micro s to 1000 s or better
8 ResolutionBandwidth&
Video Bandwidth
100kHz to 10MHz
1 Hz to 8 MHz in steps
9
Max. Input level for Protection:
& for measurement
+30 dBm or better
+20 dBm or better
10 Reference level setting -130dBm to +20dBm in 0.01dB
steps
11 Displayed Average Noise
Level < -120 dBm for entire range
12 Input attenuator 0 to 40 dB in 2 dB steps or better
13 VSWR <2.0
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 67
14 Display Scale units dBm, dBmV, dB micro V, dB
micro A
15 No. of markers 4 or more
16 Marker modes Normal, Delta
17 Traces 3 or more with different colours
18 Display ≥ 8 inches
19 Input Connector N type, 50 Ohms, if required
suitable adapters may be
provided
20 Interfaces
1000 Base T-LAN for Remote Control, USB 2.0 (Both type-A
& type-B) for supporting printer and flash drives
21 Remote programming
language SCPI
22 Operating Temperature 0 to 50-degree C
23 Power Requirement 230 V ,50 Hz
24 Rack mount kit with handles Suitable for 19” rack
Specifications for LAN based Power sensor Power Sensor
1 Frequency range 50 MHz to 7 GHz or better
2 Average Power Range
-70 dBm to +20 dBm or better
3 Zero & Calibration Internal zero and calibration support
4 Basic accuracy of average power measurement
≤0.1dB
5 Video BW 100kHz
6 Interface RJ45 Power over Ethernet port (POE), transfers data and power on one single
cable
7 Connector Suitable connector for the frequency range
8 Operating temperature
Relative humidity
0 to 50 deg. C 90% max.
9 With Power over Ethernet (POE)/LAN connectivity, the LAN power sensor shall be capable of long distance remote monitoring upto 50m
10 Power sensor shall be able to do measurement without using power
meter.
GNSS based Time and Frequency System.
S/N Parameter Specifications
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 68
1. Description
GNSS (GPS or IRNSS) based Time and
Frequency Receiver& with NTP server
2 Position and Time Accuracy
i Position accuracy Latitude, longitude, altitude within 10 meters.
ii Timing Accuracy
1 PPS
<20ns RMS to UTC
Total output 04 no per unit
iii Frequency
accuracy
1x 10^-12 when tracking satellites
iv Oscillator Low phase noise OCXO Oscillator
Phase Noise of High Stability OCXO or
equivalent dBc/Hz at 10 MHz:
10 Hz: -130dBc or better,
10 KHz : -150dBc or better,
3 Outputs
i Time Code
Output
(IRIG-B)
Should be compatible with Time code reader
and Time distribution unit
04 no of output
ii 10 MHz Sine Wave Output shall be provided. And should be
compatible with frequency distribution unit for giving 10 MHz
reference to all the RF equipment wherever applicable.
04 no of ouput
4 Frequency distribution unit shall have atleast 10 output ports.
Time code reader.
S.No.
parameter Specification
1. Time code
format
should be compatible with Time Rx/
distribution unit
2. LED colour Red
3. Character height 4 inch / 1 Inch
5. Display format Days: Hours: Minutes: Seconds
6. input IRIG-B/NTP
Specifications for 19” FLOOR STANDING RACKS
S.No. Parameter MCF Specification
1. Type 19-inch floor standing steel racks / cabinets
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 69
2. Usable height 42 U (1U=44.4 mm)
3. Depth 900 mm
4. Frame Made out of 9 fold of 1.6mm sheet
steel/Aluminium extrusion
5. Racks shall have removable & lockable rear and side panels.
6. Top cover Made out of 1.6mm CRCA sheet with louvered
for air exhaust
7. Load capacity 500 kg
8. AC Power channel
Two nos of AC power boards, each having modular type 6 nos of 5A, 3 pin sockets of Make MDS/ROMA/CRABTREE. It should be fixed vertically at backside (Single side)
9. Earthing strip
Full length tin coated earthing copper strip of cross section size 25x3 mm to be provided &isolated for continuity point of view. M4 tapped holes to be provided at equal intervals (50 mm) all along the strip.
10. Cable channel
Cable channel with cabling loops of dimensions height 75 mm and depth 45 mm made out of
PVC( flexible& Unbreakable) to be fitted vertically at back side of the rack for full
length.
11. Cooling arrangements
Fan housing unit with 4 nos of Fans of size 6 inch fitted at underneath of top cover for air
exhaust. Totally wired with suitable indication. Fans shall have low acoustic
noise.
12. Colour Standard Grey for the frames
Specification/Configuration for CISCO ISR 4351 Router
Sl No Description
1 CISCO 4351 ISR AXV Bundle PVDM4-64, w/APP, SEC, UC lic ISR4351-AXV/K9
2 Cisco IOS universal Image for 4351 - SISR4300UK9-316S or latest
3 SNTC-8X5XNBD Cisco ISR 4351 AXV Bundle,PVDM4-64 w/APP
4 IP Base License for Cisco ISR 4350 Series
5 AppX License for Cisco ISR 4350 Series
6 Unified Communication License for Cisco ISR 4350 Series
7 Security License for Cisco ISR 4350 Series
8 16GB DRAM memory for CISCO 4351
9 16GB Flash memory for CISCO 4351
10 64-channel high-density voice DSP module - PVDM4-64
11 NIM-ES2-4= :- 4-port Layer 2 Gigabit Ethernet LAN Switch NIM
12 NIM-4E/M :- 4-Port E/M NIM
13 AC Power Supply for Cisco ISR 4351 with AC Power Cord (India), length 1.8mtr or more
14 19-inch rack mount kit
15 Console Cable 6ft with RJ45 and DB9F
16 Power :- 23VAC +/- 5%, 50Hz
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 70
List of CEPO approved brands:
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 71
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 72
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 73
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 74
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 75
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 76
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 77
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 78
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 79
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 80
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 81
RFP for 7.2m C Band FCA & RF Systems
Information Proprietary to MCF/ISRO Page 82