Tender - In Uas

29
REQUEST FOR INFORMATION PROCUREMENT OF NAVAL  SHIPBORNE UNMANNED AERIAL SYSTEM  (NSUAS) AND ASSOCIATED EQUIPMENT FOR INDIAN NAVY (   IN    1. Introduction     The Ministry of Defence, Government of India, intends to augment the fleet by procurement of approximately 50 Naval Shipborne Unmanned Aerial System (NSUAS) for Intelligence, Surveillance and Reconnaissance (ISR), SLOC monitoring and Coastal/ EEZ surveillance, anti-piracy and anti-terrorism, assistance in Search and Rescue and assistance in Maritime Domain Awareness using AIS inputs. 2. Categorisation   . The vendors have to specifically bring out the preferred mode of categorisation as per Para 20a of DPP-13.  3. RFI Structure    This Request for Information (RFI) consists of two parts as indicated below: - (a) Part I   . The first part of RFI incorporates the intended use of NSUAS, important characteristics and features that should be met by the equipment, requirement of technical parameters and conditions for solicitation of offer. (b) Part II   . The second part of the RFI gives the methodology of seeking response of vendors. Submission of incomplete response format will render the vendor liable for rejection. Part - I 4. The Intended Use of NSUAS (Operational Requirements)    The NSUAS should be capable to be operated from the Indian Naval ships of size of at least  50m upwards  (with or without helo deck) and be able to perform the following roles by day and night:- (a) Intelligence, Surveillance and Reconnaissance (ISR) in maritime environment. (b) SLOC monitoring and Coastal/ EEZ surveillance (including VAs and VPs). (c) Anti-Piracy and Anti-terrorism. (d) Assistance in Search and Rescue. (e) Assistance in developing Maritime Domain Awareness using AIS. 5. Important Characteristics and Features of NSUAS   . The NSUAS should be an autonomous UAS with small footprint and that provides intelligence, surveillance 

description

navy uas tender

Transcript of Tender - In Uas

  • REQUESTFORINFORMATION

    PROCUREMENTOFNAVALSHIPBORNEUNMANNEDAERIALSYSTEM(NSUAS)ANDASSOCIATEDEQUIPMENT

    FORINDIANNAVY( IN )

    1. Introduction . The Ministry of Defence, Government of India, intends toaugmentthefleetbyprocurementofapproximately50NavalShipborneUnmannedAerial System (NSUAS) for Intelligence, Surveillanceand Reconnaissance (ISR),SLOC monitoring and Coastal/ EEZ surveillance, antipiracy and antiterrorism,assistance inSearchandRescueandassistanceinMaritimeDomainAwarenessusingAISinputs.

    2. Categorisation . Thevendorshavetospecificallybringout thepreferredmodeofcategorisationasperPara20aofDPP13.3. RFIStructure . ThisRequestforInformation(RFI)consistsoftwopartsasindicatedbelow:

    (a) PartI .ThefirstpartofRFIincorporatestheintendeduseofNSUAS,importantcharacteristicsandfeaturesthatshouldbemetbytheequipment,requirementoftechnicalparametersandconditionsforsolicitationofoffer.

    (b) PartII .ThesecondpartoftheRFIgivesthemethodologyofseekingresponseofvendors.Submissionofincompleteresponseformatwillrenderthevendorliableforrejection.

    PartI

    4. TheIntendedUseofNSUAS(OperationalRequirements) . TheNSUASshouldbecapabletobeoperatedfromtheIndianNavalshipsof sizeofatleast50mupwards(withorwithouthelodeck)andbeabletoperformthefollowingrolesbydayandnight:

    (a) Intelligence, Surveillance and Reconnaissance (ISR) in maritimeenvironment.

    (b) SLOCmonitoring andCoastal/ EEZsurveillance (including VAsandVPs).

    (c) AntiPiracyandAntiterrorism.

    (d) AssistanceinSearchandRescue.

    (e) AssistanceindevelopingMaritimeDomainAwarenessusingAIS.

    5. ImportantCharacteristicsandFeaturesofNSUAS .TheNSUASshouldbeanautonomousUASwithsmallfootprintandthatprovidesintelligence,surveillance

  • andreconnaissance(ISR)capabilityinthemaritimedomain.TheNSUASshouldbecapableofflyingeitherpreprogrammedoroperatorinitiatedmissionsguidedbytheGlobal Positioning Systemand its onboard flight control system. The NSUAS isprimarilyintendedforoperationsfromship,butshouldalsobecapableofoperatingfromashore.Theoperatingspeed,rangeandenduranceofNSUASunderIndianReferenceAtmosphere(IRA)invariousrolesenvisagedfromshipandshorebesuchthatitenablesaccomplishmentofabovementionedtasks.

    6. RequirementofInformation .Companiesarerequestedtoprovidequantifiedtechnical,operationalandmaintenanceparametersasqueriedinAnnexureI,asperexisting/ achievablecapabilities(with timeframe).Supportingrelevant documentsandliteraturearetobeprovided.

    7. Conditions for Solicitation of Offers . Vendors should confirm that thefollowingconditionsareacceptable:

    (a) Incasethevendorsproposetoprogressthecaseunder transferoftechnologythenthedetailsofToTincludingrangeanddepthofToTandkeytechnologieslikelytobetransferredaretobeindicated.

    (b) ThevendorsshouldindicatewhethertheproposedequipmentisinusebyanyotherNavy.

    (c) TheFETwouldbeconductedonaNoCostNoCommitmentbasisinaccordance with Para 37 of Chapter I of DPP2013. The vendors are tospecificallyindicatewhethertheywouldbewillingtoconductofFETinIndiaorequipmentasfittedonotherplatformsabroadwouldbedemonstrated.

    (d) FieldEvaluationTrials(FET) . TheNSUASandequipmentofallTECclearedvendorswouldbeputthroughaFETonaNoCostNoCommitmentbasis.AStaffEvaluationwouldbecarriedoutbyServiceHeadquarters(SHQ) toanalyze the result of Field Evaluationandshortlist theequipment forintroductionintoservice.

    (e) Thevendors should indicate theapproximatemanpower required tooperate and maintain besides modalities of their training. The details ofinformationrequiredarehighlightedatPara21ofAnnexureI

    (f) ThevendorsshouldindicatewillingnessforOptionclauseincludingthedurationforwhichtheOptionClausewouldbevalid.

    (j) ThevendorsneedstoindicatewhethertheywouldbeabletocomplywithallprovisionsofDPP2013ornot.Ifnot,whichPara/ClauseofDPPwouldnotbeagreedtowithreasons.

  • (k) Thevendors should indicate willingness to offer offsets, if proposalexceedsRs300Crores(forBuy(Global)andBuyandMakecasesonly).

    (l) VendorsmayconsiderRFIasadvanceinformationtoobtainrequisitegovernmentclearances.

    (m) Thevendorsshouldindicatethetentativedeliveryscheduleforsupplyoftheequipmentafterconclusionofcontract.

    (n) ThevendorsshouldindicatetheiracceptabilitytothetermsofpaymentasperDPP.

    (p) The vendors should provide an approximate estimation of costincluding an approximate breakdown of all the elements that need to bestructured into the costing of the equipment system (spares, training,documentation,productsupportpackage).

    (q) OverallCostingPhilosophy .ThevendorsmayberequiredtoconcludeaComprehensiveAnnualMaintenanceContract(CAMC)alongwiththemaincontractformaintenanceofthesystem.ThecostofCAMC/ProductSupportPackagewouldbetakenintoaccountfordeterminingtheL1vendor.

    (r) Additionaldetailsasdeemedappropriate.

    8. Vendorsshouldconfirmthatfollowingconditionsareacceptable:

    (a) Offer . Thesolicitationof offers will be asper SingleStageTwoBidSystem.ItwouldimplythataRequestforProposal(RFP)wouldbeissuedsoliciting Technical and Commercial offers together, but in two separatesealedenvelopes.TheCommercialOfferneedstobeFirmandFixedwithavalidityofatleast18monthsfromthedateofsubmissionoftheoffers.

    (b) Technical Evaluation . The technical offers would be evaluated by aTechnicalEvaluationCommittee(TEC)toverifycompliancewiththeRFP.

    (c) TheequipmentofallTECclearedvendorswouldbeputthroughaFieldEvaluation Trial in India on a No Cost No Commitment basis. A staff evaluation would be carried out by SHQ to analyse the result of fieldevaluationandshortlisttheequipmentforintroductionintoservice.

    (d) Amongst the vendors cleared by Staff Evaluation, a CommercialNegotiationCommitteewoulddecidethelowestcostbidder(L1)andconcludetheappropriatecontract.

    (e) Product Support. Vendor would be bound to providecomprehensiveproductsupportandmaintenancesupportfortheNSUASand

  • suppliedequipment. The product support is tobeprovidedfor timeperiodspecifiedintheRFP,whichincludessparesandmaintenancetools/jigs/fixturesforfieldandcomponentlevelrepairs.

    (f) Contract. The vendor would be required to accept the generalconditionsofcontractgivenintheStandardContractDocumentatChapterVofDPP2013.

    (g) Offset(ifapplicable).Thevendorconfirmstoundertakeoffsetcontracts(ifapplicable)amountingto30%ofthevalueofcommercialproposals.

    (h) IntegrityPact. AnIntegrityPact(IP)alongwithappropriateIntegrityPactBankGuarantee(IPBG)isamandatoryrequirementintheinstantcase(Annexure I to Appendix H of Schedule I of Chapter I of DPP 2013).Anintegrity pact along with appropriate Bank Guarantee is a mandatoryrequirement asperAnnexureItoAppendixHofScheduleItoChapterIofDPP2013.

    (j) PerformancecumWarranty Bond. A PerformancecumWarrantyBondof5%ofvalueoftheContractwouldbefurnishedbythesellerintheformofaBankGuaranteeaftersigningofthecontract.ThebondisrequiredtobefurnishedfromaPublicSectorBank(SBI,BankofBaroda,CanaraBankorSyndicateBank)oraPrivateSectorBank(ICICIBankLtd,AxisBankLtdorHDFCBankLtd)authorisedtoconductgovernmentbusiness.

    (k) ToT(ifapplicable).IncaseToTisbeingoffered,GoIwouldbedesirousoflicenseproductionofequipmentafteracquiringToTintheinstantcase.

    (l) Payment Terms. Acceptability to the termsofpayment asper DPP2013.

    PartII

    9. ProcedureforResponse .

    (a) Format.Thedetailsoftechnicalrequirementsaretobeforwardedasmentioned in Annexure I of RFI, in terms of specifications, parametricinformation,descriptionandparticularsasmentionedagainsteach item.Inaddition,vendorsaretoprovidespecific inputssought forrequirementsasindicatedagainst each in the Annexure. Vendor must also fill the formofresponseasgiveninAnnexureIIofRFIasalsoinAppendixEofChapterIofDPP2013.Apartfromfillingdetailsaboutcompany,detailsabouttheexactproduct, available infrastructure, past track record etc should be carefullyfilled.Additionalinformationontheproductandproductsupportfacilitiescanbealsoattachedwiththeform.

  • (b) AddressforResponse. Thefilledformandtheresponse(hardandsoftcopies)shouldbedispatchedtotheundermentionedaddress:

    ThePrincipalDirectorDirectorateofNavalAirStaff(DNAS)IntegratedHeadquartersofMinistryofDefence(Navy)ABlockHutmentsDalhousieRoadNewDelhi110011

    Fax:+911123010351EmailID:[email protected]

    ContactDetails: JDNASCdrVinitAnand01123011008

    (c) Time for Response. Last date of acceptance of filled form is.ThevendorsshortlistedforissueofRFPwouldbeintimated.

    10. EndUser . TheGovernmentofIndiainvitesresponsestothisrequestonlyfromOriginal Equipment Manufacturers (OEM)/ AuthorisedVendors/ GovernmentSponsoredExport Agencies (applicable in thecaseof countrieswhere domesticlawsdonotpermitdirectexportbyOEMs).TheenduseroftheequipmentisIndianNavy(IN).

    11. ThisRFI isbeing issuedwithno financial commitmentandtheMinistry ofDefencereservestheright tochangeorvaryanypart thereofatanystage.TheGovernmentofIndiaalsoreservestherighttowithdrawitshoulditbesonecessary atanystage.TheacquisitionprocesswouldbecarriedoutundertheprovisionsofDPP2013.

    12. The companies (including an Indian company forming joint ventures andestablishingproductionarrangementswithOEM)likelytorespondmayacknowledgethereceiptofthisRFIaddressedasperPara6.

    13. VendorInteraction .Avendorinteractionwiththecompanieswouldbeheldon.atIntegratedHeadquarters,MinistryofDefence(Navy),NewDelhi, with the companies who have acknowledged the receipt of the RFI asmentionedinPara9above.

  • AnnexureI(ReferstoPara4ofRFI)

    BROADIMPORTANTTECHNICAL,OPERATIONALANDGENERALPARAMETERSFORWHICHINFORMATIONISREQUIRED

    1. The parameters/ specifications mentioned in succeeding paragraphs arerequestedintheresponsetoourRequestforInformation.

    2. StipulatedConditionsforUse

    (a) IndianReferenceAtmosphere . Performancerequirementsmustbemet in Indian Reference Atmosphere (IRA) conditions. The relevantparametersofIRAareasunder:

    (i) SealevelMeanTemperature(C):ISA+20

    (ii) ReferenceTemperatureforTakeoffandlanding(C):ISA+20

    (iii) ReferenceTempforperformanceless(ii)above(C):ISA+15

    (iv) LapseRate :6.5C/Km

    (v) MeanSeaLevelPressure :1005Hpa

    (b) Tropicalisation .

    (i) AretheNSUASanditssystemtropicalised?Vendortoprovidethe cleared operating temperature range, relative humidity and anyotherrelevantparameters.

    (ii) AretheassociatedTestToolsandequipment tropicalisedandruggedized? Vendor to provide the cleared operating temperaturerangeandrelativehumidity.

    GeneralandTechnicalParameters(NSUASandAssociatedEquipment).

    SerNoParameter/Specification

    Queries3.PhysicalParametersandFeatures

  • (a) WhatisthebasictypeofNSUAS?

    (b) WhatarethedimensionsoftheNSUAS?

    (c) Whatisthecategoryintermsofweightandoperations?

    (d) Whatisthearearequiredforoperationsashore?

    4.ShipborneOperations(a)WhatistheminimumdecksizerequiredforNSUASoperations?

    (b)Whatarelimitsofseastate,roll,pitch,yawetctowhichtheNSUAScanoperate?

    (c)Whataretheprovisionsofstowage?

    (d)WhatisthelaunchandrecoveryprocedureforNSUASoperationsfromtheship?

    (e)Howmuchtimedoesittakeforbothlaunchandrecoveryandhowmanymenarerequiredtoparticipateintheprocess?

    (f) Arethereanyspecial tools,kit orhandlingequipmentrequiredfor launchandrecovery?

    (g)Whatarethepermanentmodifications/temporaryequipmentondecknecessaryforcarryingoutlaunchandrecovery?

    (j) Is there any special mechanism, tool, equipment required to maneuver theNSUASondeckandforstowage?

    5.FeaturesforVariousRolesEnvisagedandOptionalEquipment(a)WhatistheconfigurationofNSUASformissionprofile?

    (b)Whatarethefixedequipmentcommonforallthevariants?

    (c)Whatoptional/roleequipmentwillbefittedinvariedvariants?Explainindividuallyforeachrole?

    (d)Optionalequipmentforrealizationofrolesotherthanenvisagedalsobeindicatedasadditionalvariants.

    6.PowerPlant(a) WhatisthetypeofenginefittedonNSUAS?

  • (b) Whatisthetypeoffuelrequirement?

    (c) Whatisthetimetakenfromenginestartingtotakeoff?(d)Istheenginecapableofairstart(relightinair)anduptowhataltitude?

    (e) What is the electrical power generation capability? Can it be enhanced forcarriageofadditionalpayloads?

    (f)Whatisthepowerrequiredtoforgroundservicing?

    (g)Whatisthepowersupplyspecificationsforstartingtheengine?

    7.Airframe

    (a) WhatistheradarcrosssectionandIRsignature?Whatfeatureshavebeenprovidedtoreducethesesignatures?

    (b) Is the NSUAScapable of operations in extremesaline conditions withoutregularwash,bothatseaandashore?

    (c) Istheairframewateringressproof?Highlightthefloatationcharacteristicsoftheairframe,incaseofrecoveryinwater.

    (d) WhataretheprecipitationlimitswithinwhichtheUAVcanoperate?

    (e) Istheairframeclearedforoperationsafterrecoveryinwaterordoesitrequireanyadditionalmaintenance?Ifyes,thendowntimeforthesamebeincluded.

    8.Ground/ShipControlStation(GCS/SCS)andDisplayMechanism(a) WhatisthetypeofGCSanddisplaysystem?

    (b) Isthereaprovisionforstandalonelaptopcontrol/individualbaysfittedintheOpsRoomoftheship?

    (c)Whataretheinstrumentsavailableinemergencymodes?

    (d)Whichequipment/instrumentprovideredundancyfeatures?

    (e)Doesthesystemhaveanyfaultdetectionandisolationsystem?

    (f)Whatintegrationisrequiredwithonboardsystemsotherthancommunicationandintercomsystem?

  • (g)WhatisthecapabilityofNSUAStobelaunchedfrommothershipandthereafterhandovertoControlStationonboardothershipstoextenditsRadiusofAction.

    9.FlightControls(a) WhatistheFlightControlsystemavailableandlevelofredundancy?

    (b) Incaseoffailure,isreversiontostandbymodepossible?

    (c) IstheNSUAScontrollableifautopilotfails?

    (d) IncaseofanyFCSfailure,wouldtheNSUASinitiatestraightandlevelflightandwhat kind of audio/ visual indications be available at the Control station for thesame?

    (e) Isthesystemcapableofprogressingpreprogrammedflight?Isitpossibletoabort or alter the preprogrammed flight at any timeafter theNSUAShasbeenlaunchedandisalreadyflyinginaccordancewiththeprogramme?

    (f) Istherecoverypossibleincaseoflinkfailureoranyotheremergencyduringtheflight,akintoReturnHomemode?

    10.NSUASSystems(a) ProvidesystemdescriptionandlimitationsofPowerplant,Fuelsystem,Flightcontrols, Transmission system, launch/ recovery system, safety system, ElectricalSystemandanyothersystemthatneedstobeincorporated?

    (b) Whatisthefacilityforflightdatarecordinganditsduration?

    (c) Whatarethelimitationsontheabovementionedsystemssupportingoperationsoftheroleequipment?

    (d) IsitpossibletohandovercontrolofNSUASfromoneshiptoanotherand/orfromshiptoshoreandviceversa?WhatarethefacilitiesrequiredintermsofControl Stationtoachievetheaboveobjective?

    (e) WhataretheinterfacestandardsthatarerequitredtobefollowedforNSUAS?Are any universal standards followed for interfacing the system with the shipequipment?

  • 11.RecoverySystem(a) WhatisthetypeofsystemproposedtorecovertheNSUASonboardtheship?IsitAutoorAssistedrecovery?

    (b) Will theproposedrecoverymechanismhaveanyrole limitations in termofcourseandspeedfortheship?

    (c) WhatisthemaximumseastatetowhichtheNSUAScanberecoveredwithoutdamage?

    (d) Does theNSUAShave arrangements for securing toanadaptivegear forrecoveryonsmalldeck?

    (e) IstheNSUASsystemproposedtobefittedwithlocatorbeaconoranyothersuchequipmentincaseofditchingatseaorsubmergedconditionforrecovery?

    12.ManeuveringEnvelopeandOptimisationforMaritimeOperations(a)Whatistheserviceceiling,cruisealtitude,transitspeed,patrolspeedandanyotherparameterthatlimitsmaneuvering?

    (b)Istheenginemoreefficientatsealevelorefficientforhighaltitudeoperations?

    (c)IstheNSUASoptimisedformaritimeoperationsatsea?Whatarethefeaturesandproceduresthathavebeenadoptedforthesame?

    13.EnvironmentalEnvelopforOperations(a)Whatistheenvironmentalenvelope(operatingtemperatureandrelativehumidity,and salinity of atmosphere) within which the NSUAS operations is permitted(inclusiveofIRAConditions)?

    (b)IstheairframecompliantwithEnvironmentaltestingstandardsMILSTD810?14.OperationalRangeandEndurance(a) What is the range and endurance of NSUAS under conditions of IndianReference Atmosphere (IRA) in various roles envisaged from ship and shore?Providetheinformationintabulatedformataswell.

    (b) WhataretheRangeandEndurancespeedofNSUAS?

    (c) Whatisthemaximumpayloadcarryingcapacitywithfullfuel?

    (d) WhatistheRadiusofActionofNSUASwithall payloads(varioustypesofpayloads)and20minfuelreserve?

  • (e) ProvidedetailedRangeandEnduranceTableinvariousconditionsofloadingandvariants,rolewise.15.SurveillanceandReconnaissancecapability,RadarandEO/IR

    (a) What type of EO/IR and AIS equipment could be installed and targetingparameterbemadeavailabletofirecontrolsystems?Whatisitsweightpenalty?

    (b) CantheNSUASbeprovisionedwithfullyintegratedMaritimeradar?

    IfYesfor(b)above,thenfollowingapply:

    (c) What capability of detecting/ classifying and tracking of surface targets isenvisaged?

    (d) WhatwouldbetheECM/ECCMfeatures,Azimuthcoverage,Blindarc,Freqband,Verticalbeamwidthetcofradar.

    (e) WouldtheradarsystemhavetheabilitytosendtheselectedtargetdatatoCombatManagementSystemonboardtheship?

    (f) Whatwouldbedetectionrangesofsurfacetargetsfortheradar?Providethedataaspertablebelow:

    TargetRCS(Type)

    Altitude

    (Feet)

    Detection/

    Classification

    Range(Nm)

    10Sqm(SmallTarget) 3000

    1000

    100Sqm(PatrolBoat) 3000

    1000

    1000Sqm(Frigate) 3000

    1000

    16.Avionics(a) WhatarethevariousavionicsfittedontheNSUAS?Providedescriptionintermsofaccuracy,frequencyrange,weightandrelevantdetailsofeachequipment?

  • (b) What are the Flight Management System, navigation system and landingsystemsavailableontheNSUAS?

    (c) IstheavionicsSTANAG4586compliant?

    17.Communications(a) WhatisthecapabilityofDatalinkandlikelyrangestobeachievedinvariousconfigurationsandaltitudeofoperations?

    (b) Whatarethedetailsofdatalink(bandwidth,frequencybandandrange)?

    (c) Isthedatalinkencrypted?

    (d) Isitfeasibletoincorporatethirdpartyencryptionthroughhardware/software?

    18.MaximumAllUpWeightandEquipmentWeights

    (a) Whatarethevariantsrequiredandwhatrolescanbecombinedwithingivenmax All Up Weight that would meet maximum Range and Endurance criteria?Tabulateddatabealsoprovided.

    (b) Provide the data in table formabout the basic weight of NSUAS, all roleequipment (individual weight of each system/ equipment such as Radar, EO/IRsystem, AIS,Standard fit of Instruments, fuel carried, payloadcapacity available,additionalequipment(forrolerealisation).

    (c) Whatwillbetheweightoffuelandinternalpayloadcarriedtofulfilltherole(alsoindicaterolewise)?Tabulateddatabealsoprovided.

    (d) What is the growth margin of NSUASwithout deterioration in performance?Indicatevariantandrolewise?Tabulateddatabealsoprovided.

    19.Certification.(a) IstheNSUAScertifiedformilitaryoperations?

    (b) WhichisthecertifyingagencyoftheNSUASproposed?IsthereanylimitationtowhichtheUASorequipmentiscertified?

    (c) WhataretheprovisionsforcertifyingBuyerNominatedEquipmentandBuyerFurnishedEquipment?

  • 20.Crew(a)HowmanycrewwillberequiredtooperatetheNSUAS(VariantandRolewise)?

    (b) Are there anyspecific qualificationsand typeof crew required for the rolesenvisagedforNSUAS?

    21.GroundCrew,MaintainersandLogisticsSupport(a) WhatwouldbethecrewrequiredtomaintainandprovidelogisticssupporttotheNSUASoperationsandmaintenance.

    (b) Does the GSE have all weather capability, provision for mobility as well asstowagetofacilitatedeckoperations?

    (c) IsthereanyrequirementofhavingspecificqualificationsformaintainingtheNSUAS?ProvidedetailsofqualificationrequiredforI,OandDlevelmaintenance.

    22.Training(d) Whatisthetrainingmethodologyforpreparingthecrewforoperations?

    (e) IsthetraininggoingtobeconductedinIndiaorabroad?IfinIndia,thenwoulditbeatOEMpremisesofisINexpectedtoprovideinfrastructurefortraining?

    (f) Whatisthedurationandextentoftrainingthatneedstobeimparted?

    (g) Costoftrainingaspertheenvisagednumberoftraineestobeclearlyspeltout.

    Simulator

    23.FullMissionSimulator

    (a) Wouldthevendorbeinapositiontoprovidesimulatorfortheplatform?

    (b) WhatwouldbethetypeofsimulatorproposedforNSUAS?

    (c) Whatwouldbetheaverageoperations,availabilityofimagegenerator,dataavailabilityformakingsimulatorandfieldofviewofdisplaysystem?

  • (d) Does the simulator have the ability to generate targets and track them toundertakeexchangeofinformationwithshipsCombatManagementSystem.

    (e) Canthescenariostoinvolveshipsbasedatseaandlandingsequencesonmultipletypesofshipsbesimulated?

    (f) CanthesimulatorbeintegratedwithalreadyavailableothersimulatorswithRollon/Rolloffconcept?

    (g) Whattrainingisrequiredforthesimulatoroperators,maintainersandflyinginstructors?

    (h) What would be the size and infrastructure required for setting up thesimulator?

    24.MaintenanceSimulator

    (a) What will the various types of consoles, workstations, simulation andreferencesystemthatwouldbeavailableintheMaintenanceSimulator?

    (b) WhatwouldbethetimeofoperationsandrequirementofaccessoriessuchasUPSforthesesimulators?

    (c) What would be the size and infrastructure required for setting up thesimulator?

    (d) WhattrainingisrequiredfortheNSUASandsimulatormaintainers?

    25.AMC(a) CantheComprehensiveMaintenanceSupportsuchasComprehensiveAMCwouldbeprovidedfortheFullMissionSimulatorandMaintenanceSimulator?

    (b) What ToT would be required to ensure prompt and continued support formaintenanceofthesesimulatorsbyIndianentity?

    MaintenanceandLogisticsSupport

    26.MaintenanceConcepts

  • (a.a) What would be the (I, O and D level/I, II, III and IV line)maintenancephilosophyadopted?

    (a.b) Whatwillbethephilosophyformeetingtherequirementsofshipbasedmaintenanceoperationsandeaseofmaintenance?

    (a.c) Can the GSE provided be standardised, multipurpose,lightweightandeasytohandleandofminimalquantum.

    (a.d) Can the replacements of the role equipment in front line beeasilyundertaken?

    (a.e) What would be the scope, time and manpower required forexecutionof(I,OandDlevel/I,II,IIIandIVline)maintenance?WouldthevendorbewillingtosetupDepotlevelrepairfacilityatNavalDockyard?

    (a.f) What would be the unscheduledservicing andperiodicity forscheduledservicingofNSUASandsupportfacilitiesrequired?AlsoprovidedetailsofinfrastructuretobecreatedbyINforthesame.

    (a.g) WhatwouldbetheLRUleveldefectrectificationphilosophy?

    (a.h) Does the NSUAS have Built in test/ performance/ defectmonitoringofsystems/equipment?

    (a.j) DoestheNSUASincorporatetechnologiesforbothonlineandofflinemodesofdefectmonitoringsystem?

    (a.k) DoestheNSUAShavetheprovisionsforautorecordingofsuboptimalequipmentperformance,intermittentandpermanentsnagsobservedinflightbythemaintenancesoftwareintothemissioncomputerandFlightDataRecorder(FDR)?Isthereanonboardmaintenance/operationsmonitoringsoftwareavailable?Ifyes,whataretheircapabilities?

    (a.l)Does the NSUAS have a compatible compact, portable, rechargeable lightweightpowerpackfordailyinspectionandstartup?

    (a.m) List down periodic and unscheduled maintenance activitiesinvolvedintheNSUASanditssystemsalongwithrequirementoftestequipment,tools,documentation,sparesandspecificexpertiserequiredtocarryoutthesame.

    (a.n) Would it be feasible to provide onsite support at operatinglocations,includingrepairofLRUsandwouldtherebeaprovisionofreplacementof LRUsinlieuofthoseinrepairloop?

  • (a.o) WhatisthecomprehensiveplanforobsolescencemanagementincludingupgradesandLOTprocurementofspares?

    (a.p) IsthestandalonefacilityforreplayofUAVmissionavailable?

    (a.q) Is it feasible to provide technical documentation and logisticsdateindigitalformat(forportabilityintoIndianNavysexistingmanagementsystem)?

    27.Availability,ReliabilityandMaintainability(R&M)

    (a) What would be average NSUASavailability, serviceability, utilization rate permonth,missionreliability?Relatedexperiencetobeindicated.

    (b) DataavailableonR&Mtobeprovided.Wheredataisnotavailable,theplanstoobtainthesamemaybespecified.

    (c) Is thereR&Mprogram instituted? Maturity levels of all productsbesuitablycommentedupon.

    (d) Is thevendor willing to undertake Reliability andMaintainability analysis forassessingcomponentwiseMTBF(MeanTimeBetweenFailure)andMTTR(MeanTimetoRepair)?28.LogisticsandProductSupport(c.a) WhatwouldbetheLogisticsandproductsupportphilosophyforthe NSUAS,simulators andsparesmanagement?What is the infrastructure andfacilitiesrequiredforprovisioningofsuchsupport?

    (c.b) Forhowmanyyears,theproductsupportcanbeprovided?Allaspectscoveredforproductsupporttobelistedoverfullrangeanddepthofspares.

    29.UpgradationandObsolescenceManagementWhat is the Terms and Conditions & Plans for future upgrades for improvingmaintainability,obsolescencemitigationandperformanceenhancement?

    ManufacturingandDeliveries30.ManufacturingCapability

  • (a.a) Whatcapabilitiesandinfrastructuretoindigenouslymanufacturethe NSUASare available and what are the plans for development of additionalinfrastructure?

    (a.b) WhatwouldbetheproductionplanandtimelinesforprovidingthequantitiesofNSUASandtheassociatedequipment?

    (a.c) What would be the quantities, timelines and breakdown ofNSUASproposedtobesuppliedundertheBuyandtheMakeportionsincludingCKD,SKDandIM?WhatpercentageofNSUAScanbesuppliedasDirectBuy,CKDandSKD?

    (a.d) WhatistheplannedroadmaptoobtainnecessaryGovernmentclearances,asapplicable?DetailsandPlanstobeprovided. MoUsexistingandplannedwithOEMsbealsoindicatedandcommenteduponspecifically.

    (a.e) What would be the roadmap for Flight Testing and meetingCertificationRequirements?Whatarethefacilitiesexistingandplanned(location,sizeandconceptbeincluded)?

    (a.f) What is theroadmapforachievingthe indigenouscontent asmandatedforBuy&Make(Indian)atPara4(c)ofChapterIofDPP2013.31.DeliveryScheduleWhatwouldbetheenvisagedearliestdeliveryschedulefromthedateofconclusionof the contract? Are there any variations or specific delivery pattern that isenvisaged?

    Costs

    32.RoughOrderofMagnitudeCosts(ROM)

    WhatwouldbetheROMcostsforfollowing:

    (c.b.a.a) NSUASwithseparatebreakdownfortheBuyportionandMakeportion.

    (c.b.a.b) MRLSfor5yearsforflying@1800hr/UAS/year.

    (c.b.a.c) Tools,Testers,GSE/GHEforundertakinguptoIntermediatelevelservicingbyIN,attherequisitescale.

    (c.b.a.d) Sensorsanditsintegration.

  • (c.b.a.e) FixedBaseFullMissionSimulators(FBMS)alongwithsparesforuptoIntermediatelevel.

    (c.b.a.f) Training, including training on simulators for UAS crew andMaintenanceCrew.

    (c.b.a.g) Technical,TrainingandOperationalDocumentation.

    (c.b.a.h) WarrantyandComprehensiveAMC(10yrduration)costs.

    (j)SupportInfrastructure.

    33. AdditionalInformationSought.

    (a) Anyother relevant information oncapability of performing the roles,additionalrolespossibleandmaintenancephilosophymayalsobespecified.Vendorsare toattachdetailed technical specificationsand literatureof theequipmentbeingofferedasresponsetothisRFI.

    (b) What functionality/capability does your product offer that is notmentionedintheimportantcharacteristicsandfeaturesmentionedhereinmayalsobebroughtout.

    (c) What features or other factors does your product have that in youropinionmakeitthemostcompetitivemaybeindicated.

    (d) WhatkindofGovernmentalandCommercialclearances/licenseswillberequiredbothbythevendorandtheOEMincaseofproductsincludingGSE,GHE,testers&toolsanditsproductsupportbealsoindicated.

    (e) ThevendorshouldspecifyCriticalTechnologiesrequiredandcommentonitsabilitytoabsorbtheUASmanufacturingtechnologyatthelevelsofsubvendor/ supply chain elements in India through ToT from OEM and itspartners.ThedetailsandguidelinesonToTaspectsareasgiveninAppendixL to Schedule I of DPP 2013, the same may also be commented uponcomprehensively in terms their range and depth for the UAS, simulators,sensorsandsupportingequipmentandproductsbeingoffered.

    (f) Whatkindof interaction(directorthroughNSUASmanufacturer), formaintenanceandrepairisenvisagedwithvendors/subvendors/supplychaincomponentspostinductionofUASinordertosupporttheproduct?Conceptenvisagedtherein,bealsodescribedindetail.

    (g) TheabilitytocomplywithallprovisionsofDPP2013bealsospecificallycommenteduponalongwithreasonsincaseofinability.

  • (h) Willingness for Option Clause including the duration for which theOptionClausewouldbevalidalsobeindicated.

  • AnnexureII(ReferstoPara9ofRFI)

    INFORMATIONPROFORMA(INDIANVENDORS)

    1. NameoftheVendor/Company/Firm.

    (Companyprofile,inbrief,tobeattached)

    2. Type(Ticktherelevantcategory).

    OriginalEquipmentManufacturer(OEM) Yes/No

    AuthorisedVendorofforeignFirm Yes/No(attachdetails,ifyes)

    Others(givespecificdetails)

    3. ContactDetails.

    PostalAddress:___________________________City:______________________State:____________________________PinCode:___________________Tele:____________________________Fax:_______________________URL/WebSite:______________________

    4. LocalBranch/LiaisonOfficeinDelhi(ifany).

    Name&Address:___________________________________________________

    Pincode:______________Tel:______________Fax:_________________

    5. FinancialDetails.

    (a) CategoryofIndustry(Large/medium/smallScale)

    (b) Annualturnover:_______________________(inINR)

    (c) Numberofemployeesinfirm:

    (d) Detailsofmanufacturinginfrastructure:

    (e) EarliercontractswithIndianMinistryofDefence/Governmentagencies:

  • ContractNumber, Equipment, Quantity, Cost

    6. CertificationbyQualityAssuranceOrganisation.

    (a) NameofAgency

    (b) Certification

    (c) Applicablefrom(Date&Year)

    (d) Validtill(Date&Year)

    7. DetailsofRegistration.

    Agency RegistrationNo. Validity(Date) Equipment

    DGS&D

    DGQA/DGAQA/DGNAI

    OFB

    DRDO

    AnyotherGovernmentAgency

    8. MembershipofFICCI/ASSOCHAM/CIIorotherIndustrialAssociations.

    NameofOrganisation MembershipNumber

    9. Equipment/ProductProfile(tobesubmittedforeachproductseparately)

    (a) NameofProduct:(shouldbegivencategorywise)

    (b) Description(attachtechnicalliterature):

    (c) WhetherOEMorIntegrator:

    (d) NameandaddressofForeigncollaborator(ifany):

  • (e) IndustrialLicenceNumber:

    (f) Indigenouscomponentoftheproduct(inpercentage):

    (g) Status(inservice/design&developmentstage):

    (h) Productioncapacityperannum:

    (j) Countries/agencieswhereequipmentsuppliedearlier(givedetailsofquantitysupplied):

    (k) Estimatedpriceoftheequipment:

    10. AlternativesformeetingtheobjectivesoftheequipmentsetforthintheRFI.

    11. Anyotherrelevantinformation:

    12. Declaration. Itiscertifiedthattheaboveinformationistrueandanychangeswillbeintimatedwithinfive(05)workingdaysofoccurrence.

    (AuthorisedSignatory)

  • INFORMATIONPROFORMA(INDIANVENDORS)

    1. NameofCompany/SMEUnit.........................

    2. Address/Contactdetails

    PostalAddress:

    City:______________________ State: PinCode:___________________ Tele:____________________________Fax:_______________________ URL/WebSite:_____________________

    3. DetailsabouttheCompany/SMEUnit:

    (a) CategoryofIndustry(Large/medium/smallScale):.

    (b) IndustrialLicenseifany(Copytobeattached).

    (c) Annualturnoverforthelastthreeyears:(inINR)

    (d) CentralExciseregistrationNo.(ifany)

    (e) Numberofemployees......(f) Details of manufacturing infrastructure i.e. details of machineriesinstalledFactory/Plantwiseinthefollowingformat:

    LocationoftheFactory/Plant

    Sl.No

    Descriptionofmachineriesinstalled

    Technical specifications(make,model,etc.)

    Yearofinstallation

    (g) DetailsoftheR&Dinfrastructurei.e.staff,equipmentandexpenditureonR&Das%ageofturnoverinthelastthreeyears.

    (h) Detailsofelectricityconnection:

    Sl.No

    Name of electricitysupplyingcompany

    Total number ofelectricity meters

    Electricityconsumer

    Sanctionedelectricityload

  • installed in thefactory

    number:

    4. MajorContractsexecutedinthelast3yearorbeingexecutedwithIndianMinistryofDefenceorotheragencies:

    ContractNumber Equipment Quantity Cost

    5. DetailsofRegistration .

    Agency RegistrationNo. Validity(Date) EquipmentDGS&DDGQA/DGAQA/DGNAIOFBDRDOAnyotherGovernmentAgency

    6. CertificationbyQualityAssuranceOrganisation(ifapplicable) .

    NameofAgency Certification Applicablefrom(Date&Year)

    Validtill(Date&Year)

    7. Anyotherrelevantinformation.......................

    8. Undertaking:

    Itiscertifiedthatthecompany/SMEunithasadequatecapabilityinIndiaforproduction/manufacturing/systemintegrationfortheproduct(s)beingprocuredorforsimilarproductsaswellasthecapabilityformaintenanceandlifecyclesupportforsuchproduct(s).

    9. Declaration.

    (i) I/We herebydeclarethattheinformationgivenaboveistrue,correctandcompleteineveryrespecttothebestofmy/ourknowledgeandbeliefandanychangeswillbeintimatedwithinonemonthofoccurrence.

    (ii) Iam/Weareauthorizedtosignthisdeclaration.

  • (AuthorisedSignatory)

  • INFORMATIONPROFORMA(FOREIGNVENDORS)

    1. NameoftheVendor/Company/Firm.

    (Companyprofile,inbrief,tobeattached)

    2. Type(Ticktherelevantcategory).

    OriginalEquipmentManufacturer(OEM): Yes/No

    GovernmentsponsoredExportAgency: Yes/No(Detailsofregistrationtobeprovided)

    AuthorisedVendorofOEM: Yes/No(attachdetails)

    Others(givespecificdetails)

    3. ContactDetails .

    PostalAddress:

    City:______________________Province:__________________________Country:___________________Pin/ZipCode:____________________Tele:______________________Fax:______________________________URL/WebSite:______________________

    4. LocalBranch/LiaisonOffice/AuthorisedRepresentatives,inIndia(ifany).

    Name&Address:__________________________________________________City:___________________________Province:________________________Pincode:______________Tel:______________Fax:___________

    5. FinancialDetails.

    (a) Annualturnover:_______________________USD

    (b) NumberofEmployeesinfirm__________________________________.

    (c) Detailsofmanufacturinginfrastructureavailable__________________.

    (d) EarliercontractswithIndianMinistryofDefence/Governmentagencies:

    6. CertificationbyQualityAssuranceOrganisation(IfApplicable).

  • NameofAgency

    Certification

    Applicablefrom(date&year)

    Validtill(date&year)

    7. Equipment/ProductProfile(tobesubmittedforeachproductseparately)

    (a) NameofProduct:(shouldbegivencategorywise)

    (b) Description(attachtechnicalliterature):

    (c) WhetherOEMorIntegrator:

    (d) Status(inservice/Designdevelopmentstage):

    (e) Productioncapacityperannum:

    (f) Countrieswhereequipmentisinservice:

    (g) WhetherexportclearanceisrequiredfromrespectiveGovernment:

    (h) Anycollaboration/jointventure/coproduction/authoriseddealerwithIndianIndustry(givedetails):

    Name&Address:__________________________________________

    Tel:______________________Fax:________________________

    (j) Estimatedpriceoftheequipment:

    8. AlternativesformeetingtheobjectivesoftheequipmentsetforthintheRFI.

    9. Anyotherrelevantinformation.

    10. Declaration.Itiscertifiedthattheaboveinformationistrueandanychangeswillbeintimatedwithinfive(05)workingdaysofoccurrence.

  • (AuthorisedSignatory)