Superseded i statement of work (sow) for the provision of a submarine remotely operated vehicle...
Transcript of Superseded i statement of work (sow) for the provision of a submarine remotely operated vehicle...
i
STATEMENT OF WORK (SOW)
FOR THE PROVISION OF
A SUBMARINE REMOTELY OPERATED VEHICLE
(ROV) AND RELATED SYSTEMS
Supers
eded
ii
ABBREVIATIONS AND ACRONYMS ................................................................................. iv
TABLE OF FIGURES ............................................................................................................... v
1. INTRODUCTION .............................................................................................................. 1
2. STATEMENT OF REQUIREMENT ................................................................................. 1
3. APPLICABLE DOCUMENTS AND STANDARDS ....................................................... 2
4. PROJECT MANAGEMENT ............................................................................................. 3
5. PACKAGING, HANDLING, TRANSPORTATION AND DELIVERY ......................... 4
6. IDENTIFICATION AND LABELLING. .......................................................................... 4
7. TEST, VERIFICATION, VALIDATION AND ACCEPTANCE ..................................... 5
8. QUALITY ASSURANCE .................................................................................................. 9
9. ENVIRONMENTAL PROTECTION ................................................................................ 9
ANNEX A – MILESTONES PLAN ..................................................................................... A-1
1. MILESTONES PLAN ............................................................................................... A-1
ANNEX B – TECHNICAL SPECIFICATIONS .................................................................. B-1
1. REMOTE OPERATED VEHICLE SYSTEM (ROVS) ............................................ B-1
2. REMOTE OPERATED VEHICLE (ROV) ............................................................... B-4
3. TETHER MANAGEMENT SYSTEM (TMS) .......................................................... B-6
4. HYDRO ACCOUSTIC POSITIONING REFERENCE SYSTEM (HPRS) ............. B-7
5. LAUNCH AND RECOVERY SYSTEM (LARS) .................................................... B-8
6. PORTABLE WINCH. ............................................................................................... B-9
7. CONTROL AND SIMULATOR SYSTEM (CSS) ................................................... B-9
ANNEX C – INTEGRATED LOGISTICS SUPPORT ........................................................ C-1
1. INSTALLATION SERVICES................................................................................... C-1
2. CONFIGURATION AND OBSOLESCENCE MANAGEMENT ........................... C-5
3. CODIFICATION ....................................................................................................... C-5
4. IN SERVICE SUPPORT ........................................................................................... C-6
5. INITIAL SUPPORT PROPOSAL ............................................................................. C-6
6. DOCUMENTATION ................................................................................................ C-6
7. SPARES AND SPECIAL TOOLS ............................................................................ C-8
8. TRAINING ................................................................................................................ C-8
ANNEX D – LEFT INTENTIONALLY BLANK ................................................................ D-1
ANNEX E – GREEN PASSPORT FORMS ......................................................................... E-1
1. SUPPLIER´S DECLARATION OF CONFORMITY (SDC) ................................... E-1
2. SUPPLIER´S MATERIAL DECLARATION (SMC) .............................................. E-3
Supers
eded
iii
3. INFORMATION OF THE SUPPLY ......................................................................... E-4
4. MATERIALS INFORMATION ................................................................................ E-6
ANNEX F – PIDA TEMPLATE .......................................................................................... F-1
1. PIDA Template .......................................................................................................... F-1
ANNEX G– GFE AND INFORMATION TO BE PROVIDED BY THE CUSTOMER ..... G-1
1. GFE AND INFORMATION TO BE SUPPLIED BY THE CUSTOMER .................... G-1
Supers
eded
iv
ABBREVIATIONS AND ACRONYMS
AQAP Allied Quality Assurance Publication
CA Contract Award
CDRL Contract Data Requirement List
CHIRP Compressed High Intensity Radiated Pulse
CoC Certificate of Conformity
COTS Commercial Off-the-Shelf
CSS Control and Simulator System
ELSS Emergency Life Support Stores
EOS Electro-optic Camera System
EPIRB Emergency Position-Indicating Radio Beacon
EPP Environmental Protection Plan
EPRP Emergency Preparedness and Response Plan
FAT Factory Acceptance Test
GMDSS Global Maritime Distress and Safety System
GFE Government Furnished Equipment
HAT Harbour Acceptance Tests
HPRS Hydro Acoustic Positioning Reference System
IACS International Association of Classification
Societies
IPD Illustrated Part Diagrams
ISO International Standardization Organization
KTS Knots
LARS Launch and Recovery System (LARS)
MOTS Military Off-the-Shelf
NDD Nominal Diving Depth
NLT Not Later Than
NM Nautical Mile
NSPA NATO Support and Procurement Agency
OEM Original Equipment Manufacturer
PDF Portable Document Format
Supers
eded
v
PIDA Propuesta Inicial De Apoyo (Initial Support
Proposal ISP in English)
PoC Point of Contact
ROV Remote Operated Vehicle
ROVS Remote Operated Vehicle System
SART Search and Rescue Transponder
SAT Sea Acceptance Tests
SOW Statement of Work
SRR System Requirements Review
TME Test and Measurement Equipment
TMS Tether Management System (TMS)
TRR Test Readiness Review
TVV Test, Verification and Validation
WECDIS Warship Electronic Chart Display and
Information System
WMO World Meteorological Organization
TABLE OF FIGURES
Figure 1- Control Subsystem (Control Cabin) Support Bench .................................................. 2
Figure 2 - Deployable Subsystem (LARS/TMS/ROV) Support Bench .................................... 3
Figure 3 - General Arrangement for ROVS installation ............................................................ 3
Figure 4 - LARS, TMS and ROV installation bench ................................................................. 4
Figure 5 - Control Subsystem (Control Cabin) Support Bench ................................................. 4
Figure 6 - Deployable Subsystem (LARS/TMS/ROV) Support Bench .................................... 5
Supers
eded
1
1. INTRODUCTION
1.1. NSPA has a requirement for the procurement of a Remotely Operated Vehicle (ROV)
System, with its associated enabling systems and related integrated logistic support.
1.2. This Statement of Work (SOW) defines the material and services to be supplied by the
Contractor in order to meet the requirement.
1.3. NATO Support and Procurement Agency (NSPA) shall act as procurement authority
within the scope of this project.
2. STATEMENT OF REQUIREMENT
2.1. Purpose
The Remotely Operated Vehicle System shall be used for:
Providing support to underwater and deep-sea diving, search and rescue
operations (submarine, etc.); Including:
2.1.1.1. The connection of the rope messenger and the support ventilation hoses
to the submarine during rescue operations, without the need of assistance by
divers;
2.1.1.2. The supply to submarines of Emergency Life Support Stores (ELSS)
pods (pressurized containers carrying food, water, medical supplies, and
oxygen candles) compatible with the submarine locking system according to
ANEP/MNEP-85;
Performing underwater and deep-sea identification, surveillance,
reconnaissance, salvage and recovery tasks.
2.2. Scope
The Contractor shall supply the following deliverables:
ID Deliverable Qty
1. Remotely Operated Vehicle System (ROVS) to bebuilt and provided in accordance with Annex B – Technical Specifications including:
1.1 Remotely Operated Vehicle (ROV) (Annex B Par.§2) 1ea
1.2 Tether Management System (TMS) (Annex B Par.§3) 1ea
1.3 Launch and Recovery Management System (LARS) (Annex B Par.§4)
1ea
1.4 Hydro Acoustic Positioning Reference System (HPRS) (Annex B Par.§5)
1ea
1.5 Portable Winch (Annex B Par.§6) 1ea
1.6 Control and Simulation Room (CSS) (Annex B Par.§7) 1ea
2 Logistics support in accordance with Annex C
2.1 ROVS Installation (Annex C Par.§1) 1ea
Supers
eded
2
ID Deliverable Qty
2.2 Configuration and Obsolescence Management (Annex C Par.§2) 1ea
2.3 Codification Documentation (Annex C Par.§3) 1ea
2.4 In-Service Support (Annex C Par.§4) 1ea
2.5 Initial Support Proposal (Annex C Par.§5) 1ea
2.6 Documentation (Annex C Par.§6) 1ea
2.7 Special Tools and Equipment (Annex C Par.§7) 1ea
2.8 Training (Annex C Par.§8) 1ea
2.3. Conditions
The Contractor shall supply a ROVS that is fit for the purpose described in this
SOW (underwater and deep-sea operations) and which meets or exceeds the performance
specifications described in this SOW.
2.4. Conventions
Unless otherwise stated all the dimensions are metric;
Whenever reference is made to a section or paragraph, the reference includes all
subordinate and referenced paragraphs;
The convention to be used for numbers appearing in textual documents is for a
comma to be the thousands separator and a period to be the decimal separator (e.g.
1,365,276.24);
The convention to be used for dates appearing in free text (e.g. quoting dates of
meetings) is day-month-year (dd-mm-yyyy);
Correspondence of national or regional standards with the relevant international
standards shall be determined in accordance with the provisions of ISO/IEC 21-1:2005.
3. APPLICABLE DOCUMENTS AND STANDARDS
3.1. The following regulations and standards shall be applied to the execution of this
requirement:
ISO 9001:2015, Quality Management System - Requirements.
ISO 17025:2017, General requirements for the competence of testing and
calibration laboratories.
NATO AQAP-2131:2017, Edition C, NATO Quality Assurance Requirements
for Final Inspection and Test.
ANEP/MNEP-85 Material Interoperability Requirements for Submarine Escape
and Rescue Edition A Version 1 October 2014.
Supers
eded
3
ISO-668: Series 1 Freight Containers – Classifications, Dimensions and
Ratings.
EN 12079 Offshore Containers. Design, Construction, Testing and Marking.
DNVGL 271 OFFSHORE CONTAINERS A-60 CLASS STANDARD.
ISO 10855-1:2018 Part 1: Design, manufacture and marking of offshore
containers
MARPOL 1973/1978, International Convention for the Prevention of Pollution
from Ships, International Maritime Organization.
ISO/IEC 15288:2008, Systems and software engineering – System life cycle
processes.
3.2. The above list of applicable standards is provided as guiding material and do not relieve
the Contractor of the obligation to comply with all NATO, regional and national regulatory
requirements and standards that are applicable in the performance of this SOW.
4. PROJECT MANAGEMENT
4.1. The Contractor shall appoint a project manager who shall take responsibility of the project.
The project manager shall be the point of contact for all matters between NSPA and the
Contractor unless specifically agreed to by both parties. The Contractor’s POC shall be
fluent in written and spoken English.
4.2. Project Management Plan
The Contractor shall provide a Project Management Plan (PMP) as per Annex A
requirements and shall cover the complete project lifecycle. This Plan shall describe
how the Contractor intends to manage and deliver the project scope and shall include
among others:
The project structure and organization, the project team with their
responsibilities and a detailed description of any (if) subcontractors;
The project timeline, key milestones, reviews and meetings that shall be held
between the Contactor, the NSPA and the Customer. As described in 4.2;
The Systems Engineering Management (SEM) Plan. As described in 4.3;
The Quality Plan (described at para 8. Quality assurance);
The Risk Management Plan, analyzing all identified project risks and their
mitigation strategies.
4.3. Systems Engineering Management (SEM) Plan
The SEM Plan shall use ISO15288:2008 as reference documents and shall include as a
minimum the following processes:
A System Requirements Review (SRR) to be performed during the Kick-Off
meeting in Annex A, to check that system requirements have been completely and
properly identified and that a mutual understanding exists. SRR ensures that all system
and performance requirements are consistent with cost, schedule, risk, technology
readiness, and other system constraints.
Supers
eded
4
During the Kick Off meeting, the Contractor shall also provide:
4.3.1.1. A detailed Installation Plan according to Annex C.
4.3.1.2. A Traceability Matrix (TM), relating all requirements with system/sub-
system design document.
4.3.1.3. A Verification Cross Reference Matrix (VCRM), relating the
specifications of all system/sub-system configuration items with the
verification testing (methods, criteria, acceptable means of compliance).
4.3.1.4. A preliminary Test, Verification and Validation (TVV) plan.
A Test Readiness Review (TRR), to determine if ROVs may proceed to the
testing stage. The TRR check if the test procedures are complete and verify their
compliance with test plans and descriptions. The TRR shall include the definitive Test,
Verification and Validation (TVV) plan aiming to provide confidence that the delivered
systems is conforming to the requirements of this SOW and are fit-for-purpose.
4.4. Project reviews
The Contractor shall participate, if so required by NSPA, in project review
meetings that may be held at the Contractor’s facilities or at the NSPA or Customer’s
facilities. However, telephone, email, and video conferencing, should be used when
practicable.
All project communications (events, reviews, meetings and documents) shall be
in the English language.
5. PACKAGING, HANDLING, TRANSPORTATION AND DELIVERY
5.1. The Contractor shall be responsible for packaging and shipping in accordance with NATO
Security requirements.
5.2. The packaging shall be identified by means of an identifier which shall include part
number, serial number, the NSN (NATO Stock Number) and in addition any other
identifiers necessary for correct handling during transportation and storage.
5.3. The Contractor shall provide detailed information for any personal (including employees,
subcontractors or drivers) requiring access to the delivery location, and shall warrant that
all personnel shall pass the screening requirements. Details will be requested by NSPA no
later than four weeks prior to any requirement for access.
6. IDENTIFICATION AND LABELLING.
6.1. All equipment and spare parts required within the scope of the SOW shall be identified by
their Part Number, CAGE Code and Description.
6.2. All main items of the equipment and systems installed in the ROV and related system shall
be identified with durable (permanent and resistant) tags, in English or Spanish language
for identification purpose.
6.3. The tags shall be affixed in appropriate positions on the items and/or the ROV.
6.4. All markings and labeling shall be traceable at technical documents.
Supers
eded
5
6.5. The tags shall be included but not limited to:
The electrical conductors to be labelled at each end;
All main electrical components to be labelled with function;
Piping to be labelled;
A tag with hoist and general information to be installed on ROV, TMS, LARS,
portable winch, HPRS and CSS aft face the console;
All valves shall be provided with a tag describing the functional service;
Marking of transport containers shall follow the norm ISO 10855-1:2018.
7. TEST, VERIFICATION, VALIDATION AND ACCEPTANCE
7.1. Test, Validation and Verification Plan (TVV Plan).
In order to provide confidence that the systems conform with the requirements of this SOW
and are fit-for-purpose, the Contractor shall provide according the Annex A Milestones
Plan, a TVV Plan. The TVV plan shall determine:
Methods and criteria for the execution of tests.
The organization structure and the roles of the participants involved in TVV
activities.
Information required and generated as a result of each test plan phase.
Necessary resources, tools and support.
Analysis of possible risks during the execution of the tests.
Procedures, methods and measurement equipment to be used in the execution of
each test. The protocol for each acceptance test shall be developed with the following
requirements according to this SOW:
7.1.6.1. Verification of compliance with overall and particular requirements.
7.1.6.2. Verification of all the characteristics of the supplied
products/equipment.
7.1.6.3. Qualification of the equipment according to the required environmental
standards.
7.1.6.4. Verification of the overall characteristics of the system/subsystem once
installed.
7.1.6.5. Verification that installation complies with quality and safety standards
at all times.
7.1.6.6. Verification of the characteristics of the assembly once installed.
7.1.6.7. Verification of the System performance through real testing.
Expected results.
Criteria for evaluation and acceptance or rejection.
Supers
eded
6
An updated Verification Cross Reference Matrix (VCRM), showing test cases
versus the requirements in this document.
A schedule of acceptance tests activities that shall include as a minimum:
7.1.10.1. Factory Acceptance Test (FAT)
7.1.10.2. Harbor Acceptance Test (HAT)
7.1.10.3. Sea Acceptance Test (SAT)
7.2. Factory Acceptance Test
FAT shall be performed at the Contractor’s premises, prior to the delivery and on-board
installation of the ROVS. The FAT shall aim to verify that the ROVS components conform
against the requirements of this SOW, including the transportability requirements.
Demonstration and/or inspection of the system/sub-systems documentation is considered
acceptable means of compliance.
FAT Verification shall assess at least the following aspects:
7.2.1.1. Mechanical/climatic conformity and performance in accordance with the
methods of NATO AECTP-300/400 or equivalent for:
7.2.1.1.1. Vibration;
7.2.1.1.2. Handling;
7.2.1.1.3. Low pressure;
7.2.1.1.4. Thermal Shock;
7.2.1.1.5. Temperature;
7.2.1.1.6. Icing;
7.2.1.1.7. Solar radiation;
7.2.1.2. Electrical optical and electromagnetic conformity and performance,
including EMI/EMC, power consumption data and references;
7.2.1.3. Communications and video systems conformity and performance,
including fiber-optic throughput, bandwidth and optical performances
achieved;
7.2.1.4. Calibration conformity certificates according to ISO/IEC 17025 of all
elements requiring calibration. The Contractor shall include a copy of the
OEM’s actual inspection/test/calibration reports/certificates identifying the
product, and the signature and title of the responsible agent of OEM
supporting compliance with the relevant product SOW specifications.
The Contractor shall provide during the FAT documental evidence (including
component OEM certificates of conformity (CoC) and IACS type-approved certificates
according to Annex B para 1.12, that the items to be provided under the contract are in
full compliance with the specifications laid down in this SOW, including but not limited
to:
7.2.2.1. ROV type-approval for the NDD;
7.2.2.2. TMS type-approval for the NDD;
Supers
eded
7
7.2.2.3. Portable Winch type-approval;
7.2.2.4. LARS type-approval for the NDD;
7.2.2.5. LARS conformity in accordance with the provisions of ISO 10855-
1:2018 when folded; as an offshore container;
7.2.2.6. LARS conformity in accordance with the provisions of EN 12079;
7.2.2.7. CSS conformity in accordance with the provisions of with DNVGL-ST-
E271 and EN 12079 as an offshore container.
7.3. Harbor and Sea Acceptance Test (HAT & SAT)
HAT shall be performed at the Customer’s premises after the on-board
installation of the ROVS components. The HAT shall aim to verify that the ROVS
components installation conforms against the requirements of this SOW.
SAT shall be performed at the Customer’s area of operations (national or
international waters). The SAT shall aim validate that the ROVS installed on board
conforms against its fit-for-purpose.
HAT & SAT shall include as a minimum:
7.3.3.1. On-Board Handling:
7.3.3.1.1. Elevation and folding of the A-Frame;
7.3.3.1.2. Lifting and lowering of the TMS with ROV;
7.3.3.1.3. Pitch and roll of the TMS using the snubber rotator;
7.3.3.1.4. Active heave compensation;
7.3.3.1.5. Deployment and retraction of the ROV with full payload (TMS);
7.3.3.1.6. Deployment and retraction of the ROV with full payload
(Portable Winch).
7.3.3.2. Control:
7.3.3.2.1. Control and communication of the ROV while decked, afloat and
submerged at NDD;
7.3.3.2.2. Obstacle avoidance while submerged at NDD;
7.3.3.2.3. Autonomous navigation while submerged at NDD;
7.3.3.2.4. Dynamic positioning while submerged at NDD;
7.3.3.2.5. Acoustic positioning while submerged at NDD;
7.3.3.3. Video
7.3.3.3.1. Video capturing operations while submerged at NDD;
7.3.3.3.2. Video presentation, management, storage, extraction.
7.3.3.4. Operations
7.3.3.4.1. Underwater operations at ROV NDD using both manipulator
arms;
Supers
eded
8
7.3.3.4.2. ELSS pod supply and external ventilation air delivery handling
at ROV NDD;
7.3.3.4.3. Emergency operations (extraction) at depth of approximately
100 m.
7.3.3.5. Control Room
7.3.3.5.1. Air-conditioning, heating and ventilation with ROVS system in
full load;
7.3.3.5.2. Power management in ROVS full load;
7.3.3.6. Transportability
7.3.3.6.1. Road transportability;
7.3.3.6.2. Air transportability;
7.4. Acceptance process
The acceptance tests (FAT/HAT/SAT) shall cover all modules of the ROVS in
accordance with Annex B.
Acceptance tests shall be performed by the Contractor and shall require the
presence of an NSPA and a Customer technical representative for approval.
Unless otherwise proven to be the fault of the Customer negligence, the
Contractor shall accept all liability for any damages caused to BSR Neptuno or to any
Customer’s property or equipment during the acceptance tests.
At the completion of each individual test, an acceptance certificate test report
summarizing individual test results and conditions (date, hour, weather conditions, sea
state, load of the boat), brief description of the test and related certificates of conformity,
shall be drawn up, with comments and any change or deviation made to the procedures
during the tests. All three parties, (Customer, NSPA, and Contractor), shall sign the
acceptance certificate test report.
On conclusion of the ROVS acceptance tests, once the Contractor has completed
the inspection/testing activities in accordance with the Acceptance Plan, the Contractor
shall draft an Acceptance Certificate that shall be signed by authorized Customer
representatives and the Contractor, to confirm the delivery of materials and services in
accordance with the related NSPA Purchase Order. The Acceptance Certificate shall
include identification details of the Contractor and the Customer and their representatives,
the list of equipment/materials and services with their identification details (such as the
description, model, and serial numbers), inspections/tests conducted and their results,
acceptance certificate signature date(s), and the related NSPA Purchase Order number(s).
Should any of the acceptance tests be deemed unsuccessful, the Contractor shall
provide to NSPA within fifteen (15) days, a justified plan of corrective action to remedy
all non-conformities identified. Upon approval of the corrective plan, NSPA shall notify
the Contactor to resubmit, within thirty (30) days, the remediated ROVS for a new
acceptance test.
The Contractor shall be responsible of any damages incurred while performing
the acceptance tests.
Supers
eded
9
8. QUALITY ASSURANCE
8.1. The Contractor shall maintain a Quality Management System (QMS) as a means of
assuring conformance with the requirements specified in this SOW.
8.2. The Quality Management System shall be established and maintained in compliance with
ISO 9001 (or equivalent), at its latest edition.
8.3. The scope of the QMS shall be relevant with the scope of this SOW.
8.4. The Contractor shall be compliant with the requirements of AQAP 2131, at its latest
edition.
8.5. The Contractor shall submit to NSPA within the scope of the Project Management Plan, a
Quality Plan describing the quality aspects for the specific project and interfacing this
project with the company's Quality Management System. This plan shall include as a
minimum:
Project deliverables and processes to review satisfactory quality levels;
Quality standards, practices, procedures and instructions applied;
Quality control and assurance activities;
Quality roles and responsibilities;
Plan for reporting quality control and assurance problems.
9. ENVIRONMENTAL PROTECTION
9.1. The Contractor shall implement all the necessary procedures and methodologies to protect
the environment from contamination, pollution or other adverse impacts resulting from its
services. The Contractor's environmental protection measures shall be, as a minimum, in
accordance with national, regional and local laws and regulations.
9.2. The Contractor shall maintain and make available upon request:
A copy of his environmental management system policy, which shall be relevant
to the scope of this SOW;
Licenses and permits issued by the relevant authorizing authorities;
An Environmental Protection Plan (EPP) for the control, prevention and
management of hazardous substance;
An Emergency Preparedness and Response Plan (EPRP). The Contractor shall
establish and implement a procedure(s) to identify potential emergency situations and
potential accidents resulting from this SOW.
9.3. The Contractor shall be in compliance with, as a minimum, the following legal
requirements:
European Union (or equivalent from a non-EU NATO country) environmental
protection regulations and the national implementation references (i.e. law, regulation)
pursuant to the EU Directives;
Supers
eded
10
Host Nations national, regional and local environmental laws and regulations,
where applicable.
9.4. The Contractor shall fulfill all the regulatory compliance obligations and the environmental
protection requirements indicated above and supply a certificate of conformity showing
compliance to the requirements and applicable laws and directives.
9.5. “Green Passport” accreditation document detailing hazardous materials:
The Contractor shall complete the forms listed below (see Annex E) and deliver
as detailed in Annex A:
9.5.1.1. Suppliers Declaration of Conformity Form;
9.5.1.2. Materials Declaration Form;
9.5.1.3. Supply Information Form;
9.5.1.4. Material Information Form.
The Contractor shall complete sections which are applicable to the provision of
this system.
All other sections shall be completed with N/A.
Supers
eded
A-1
ANNEX A – MILESTONES PLAN
1. MILESTONES PLAN
Milestone Timing Document CDRL SOW
Reference Action
On-Site Survey and
Kick Off meeting.
within 4 working weeks
after Contract Award
(Contractor shall provide
draft documents NLT two
weeks before meeting)
Not Applicable (NA) NA Annex C Par.§1 NA
Project Management Plan
- Risk Management Plan
- Quality Management Plan
- Systems Engineering
Management Plan
01 SOW Par.§4.2 NSPA Approval
System Requirements Review
(SRR) Document 02 SOW Par.§4.3.1 NSPA Approval
Installation Plan 03
SOW Par .§
4.3.1.1 and
Annex C
Par.§1.5
NSPA and
Customer Approval
Traceability Matrix 04 SOW
Par.§4.3.1.2 Approval
Verification Cross Reference
Matrix 05
SOW
Par.§4.3.1.3
Preliminary TVV Plan 06 SOW
Par.§4.3.1.4 Approval
Preliminary Training Plan 07 Annex C
Par.§8.4.1
NSPA and
Customer Approval
Environmental Protection Plan 08 SOW Par.§9.2.3
& 4.3.1 NSPA Approval
Emergency Preparedness and
Response Plan 09 SOW Par.§9.2.4 NSPA Approval
Preliminary Technical
documentation, Maintenance 10 Sup
ersed
ed
A-2
plan, codification data and
PIDA (if available)
Test Readiness
Review TBD
Test Readiness Review (TRR)
Document 11 SOW Par.§4.3.2 NSPA Approval
Test Verification and
Validation Plan (FAT, HAT
and SAT)
12 SOW Par.§7.1 Approval
FAT
NLT 1 month before
delivery
FAT Test Results and FAT
acceptance certificate 13 SOW Par.§7.2 Approval
Technical documents 14 Annex C
Par.§6.5 Approval
Maintenance Plan (MIPs and
MRCs) 15
Annex C
Par.§6.6 Approval
OEM Certificates of
Conformity (CoC) and type-
approved certificates
16 SOW Par.§7.2.2 Approval
OEM’s
inspection/test/calibration
certificates
17 SOW
Par.§7.2.1.4 Approval
Green Passport 18 SOW Par.§9.5 Approval
Detailed Training Plan and
training documentation 19
Annex C
Par.§8.3.2 Acceptance
Codification data 20 Annex C
Par.§3.2 Approval
PIDAs 21 Annex C
Par.§5.1 Approval
Instructions for Transportation 22 Annex B
Par.§1.6.3 & 5.1 Approval
ROVS Delivery TBD NA SOW Par.§4 NA
ROVS Installation TBD Installation final drawings 23 Annex C Par.§1 Approval
HAT NLT 2 weeks after
delivery
HAT results and HAT
Acceptance certificate 24 SOW Par.§7.4 Acceptance Sup
ersed
ed
A-3
SAT After HAT approval SAT Test Results and SAT
Acceptance certificate 25 SOW Par.§7.4 Acceptance
Training After SAT approval Training certificates 26 Annex C Par.§
8.2 Approval
ROVS Acceptance After Training
Completion Final acceptance 27 SOW Par.§7.4.5 Acceptance
End of warranty
period
Two years after final
acceptance.
Technical documents and
software updated to last
version. Valid calibration
certificates
28 Terms and
Conditions Approval
Supers
eded
B-1
ANNEX B – TECHNICAL SPECIFICATIONS
1. REMOTE OPERATED VEHICLE SYSTEM (ROVS)
1.1. The ROVS shall be new, from current production and of latest manufacturing standards (shall
be COTS or MOTS, no experimental design or prototypes).
1.2. The equipment shall comply with the latest applicable international maritime safety
regulations and standards and shall meet the latest maritime and industrial safety,
environmental and conformity of production requirements for the product category.
1.3. All items (parts, spares, systems, units etc.) required within the scope of the SOW services
shall be identified by their Part Number, CAGE Code and Description.
1.4. The ROVS shall consist of the following modules, to be provided in accordance with Annex
B – Technical Specifications:
Remote Operated Vehicle (ROV);
Tether Management System (TMS). The TMS manages the unwinding and
rewinding of the communication cable minimizing efforts to the cable and allowing an
extended range of operation for the ROV;
Launch and Recovery System (LARS) The dedicated LARS to be installed on board
ensures a quick safe launch and recovery system for the ROV and TMS;
Portable Winch for ROV free navigation. It provides the possibility to use the ROV
without the TMS or even without the LARS;
Control and Simulator System (CSS) installed in a standard 20 feet ISO container
to provide control and monitoring of ROV and related systems and simulation capabilities
for operators training;
Hydro Acoustic Positioning Reference System (HPRS) The hydro acoustic
positioning reference system provides an accurate position of the ROV with respect to the
ship. The ROVS shall reuse the existing HPRS installed on board BSR Neptuno.
1.5. All system components shall be suitably interfaced, in order to ensure that the ROVS fits the
intended purpose.
1.6. Transportability
The ROVS shall be road and sea transportable. The Contractor shall issue a
certificate of road and sea transportability.
The ROVS shall be air-transportable by A-400M transport aircraft. The Contractor
shall provide a certificate of transportability by A-400M. In this certificate, the Contractor
shall clearly explain under which conditions the ROVS is to be packaged, handled and
transported, in order to avoid damages to the aircraft during air operations (embarkation,
flight and disembarkation).
Supers
eded
B-2
The Contractor shall provide instructions for the ROVS transportation for air, sea
and road, with detailed information about fixing (tie-down) procedures and requirements, in
order to avoid damages to the ROV and the transportation vehicle.
1.7. The ROVS shall retain the design performance parameters throughout its supportability cycle
(15 years), when duly maintained according to Contractor instructions and operated under
design conditions.
1.8. Portability and Modularity
The ROV and related systems shall be modular and portable and shall ensure an easy, fast
and reliable installation and removal on the platforms where it shall be operated.
1.9. Weight and dimensions
The dimensions and weight of the ROVS shall be compatible with space and stability
requirements identified in Annex C (Installation Services), available at BSR Neptuno after
removal of ROV Scorpio and related equipment, specifically as follows:
The CSS and all its components shall be installed in a 20 feet ISO container and its
total weight (including the container) shall not exceed 11 MT;
The set of ROV, TMS and LARS shall be installed in a 20 feet ISO framework and
its total weight (including the framework) shall not exceed 18 MT.
1.10. Power supply
The ROVS power supply system shall be three-phase 380-460 VAC, 50/60 Hz and the total
required power supply shall not exceed 110 KVA.
1.11. Reuse of existing HPRS
The ROVS, to the greatest extent possible, and subject to evaluation during the on board
inspection, and subject to further confirmation by NSPA, shall reuse the existing Hydro
Acoustic Positioning Reference System (HPRS) on board BSR Neptuno.
The system shall use alternatively the existing or the new HPRS, although not both
simultaneously. The new HPRS shall be able to work with the existing beacons plus those
new supplied through this contract. The new HPRS shall be tested in a pole.
1.12. IACS type-approved
The ROVS and the components specifically determined in this SOW, shall be type-
approved (in whole or per individual component) in accordance with the standards of a
recognized member of the International Association of Classification Societies (IACS) of
the following IACS societies:
Det Norske Veritas – Germanischer Lloyd’s (DNV-GL)
Bureau Veritas (BV)
Lloyd’s Register (LR)
American Bureau of Shipping (ABS)
Supers
eded
B-3
Registro Italiano Navale (RINA)
The Contractor shall provide the applicable class certificate and the related survey
report that justify in detail fulfillment of the class rules.
1.13. Operational requirements
The ROV shall be able to deliver ELSS pods compatible with the submarine locking
system in accordance with ANEP/MNEP-85 and with the following characteristics:
1.13.1.1. Outer diameter: 357 mm;
1.13.1.2. Inner diameter: 300 mm;
1.13.1.3. Cylinder length: 694mm;
1.13.1.4. Total length (including handle): 920 mm;
1.13.1.5. Weight: 60 kg;
1.13.1.6. Load that can burden inside: 25 kg;
1.13.1.7. Maximum negative buoyancy of 11 kg.
The ROVS shall be able to install and remove rope messenger and support
ventilation hoses according ANEP/MNEP-85 to submarines during rescue operations.
The ROVS shall be able safely and reliably operate in two configurations:
1.13.3.1. With the TMS to a depth of up to 1000 meters plus at least 200 meters of
umbilical cable from the TMS;
1.13.3.2. With a portable winch from the ship to a range of up to 450 meters.
The ROVS shall be able to operate continuously for up to 7 days.
1.14. Operational Environment Characteristics
The ROVS and its components shall be capable to operate fully at a sea state with
significant wave height of not less than Hs=4 meters (sea state 6 in accordance with WMO
Code Table 3700);
The ROVS shall be capable for non-operating as well as continuous operations,
without showing evidence of damage, at the climatic and geographic conditions of climatic
zones M1, M2, A1, A2, A3, C0, C1, C2 in accordance with the provisions of STANAG-4370
and AECTP-230;
1.15. Calibration
All equipment, subassemblies and accessories that require calibration shall be delivered
calibrated together with their calibration certificates/labels traceable to the highest level
of the National and/or International Metrology Institute reference standards in accordance
with ISO/IEC 17025.
1.16. Software
Supers
eded
B-4
Removable software installation/backup/recovery media, i.e. CD/DVD, USB disk, shall
be provided for all the software delivered/installed. Software updates shall be available
via electronic media or controlled access OEM web sites (see Annex C paragraph 6.4).
2. REMOTE OPERATED VEHICLE (ROV)
2.1. The ROV is a light work class, unmanned underwater vehicle, remotely operated and
controlled through an umbilical connected to a Control Room.
2.2. The ROV shall be type-approved according Annex B para 1.12 for a Nominal Diving Depth
(NDD) not less than 1000m:
2.3. The ROV shall be able to transport a payload of 150 kg. All elements additional to the basic
ROV, such as manipulators (arms), cameras, additional thrusters and sonar shall be considered
as the payload.
2.4. The ROV including its payload shall have a slightly positive buoyancy. To adjust the positive
buoyancy to the payload and the sea conditions, the ROV shall be able to be trimmed before
each dive. For this purpose:
The basic ROV shall have a dedicated system to provide adequate buoyancy,
adapted to the fluid-mechanical characteristics of the working area and working depth, and
to the payload;
The ROV shall provide the possibility to redistribute easily and quickly the weights
on board.
2.5. The ROV shall be provided with an autopilot with auto-heading - depth - altitude functions
and capability for dynamic positioning, i.e. maintaining a position while afloat, submerged or
moving on a predefined track using own thrusters.
2.6. The ROV shall be able to be operated in the three axes of movement with the following
minimum thrust capabilities:
Frontal thrust 350 Kgf.
Lateral thrust 240 Kgf.
Vertical thrust 105 Kgf.
2.7. The submerged ROV in full loading condition shall have a speed ahead of more than 3.5
Knots.
2.8. The ROV shall be equipped with horizontal and vertical thrusters to ensure movement and
automatic balance in any load and maneuver condition (including maximum POD load):
The ROV shall be provided with at least eight horizontal thrusts, although it may
only operate with four of them, having two independent power control lines.
The ROV shall be operated with two vertical thrusts, although it shall allow adding
an additional one in order to compensate an excess of load.
Supers
eded
B-5
2.9. The ROV framework shall be made of marine stainless steel and with the certification of the
maximum load it can withstand.
2.10. The ROV shall include protecting elements to prevent damage to the most sensitive or
exposed ROV components (such as the propellers or sensors) during its operation and in
particular during hoisting / lowering or immersion maneuvers.
2.11. The ROV shall be provided with, at least, the following equipment:
Depth transducer (depth gauge) or depth sensor with a minimum accuracy of 0.1%.
Altimeter with a digital resolution of 1 mm, with a minimum range of 1 m to 100
m, operating frequency 200 kHz and working depth of more than 1,000 m. 1,200 m desirable,
with automatic altitude functionality.
Altitude - depth indicators shall be redundant.
Heading Reference System with a minimum accuracy of +/- 1º and a resolution of
0.1º (gyroscopic for underwater navigation desirable).
Doppler Velocity Log (DVL).
Lighting system with 6 lights (6 interfaces). Halogen or LED lamps may be used.
It shall be provided with a minimum of 4 LED lamps (one of them to illuminate the bottom
and another one the TMS), equivalent to 16000 lumens.
A horizontal and vertical movement unit/platform (“Pan & Tilt”) with independent
H/V controls which can carry up to two lights and two cameras simultaneously.
A minimum of 6 video interfaces. 4 cameras shall be supplied, with the following
typical configuration:
2.11.8.1. 2 cameras on the "Pan & Tilt": 1 colour camera with 18:1 minimum optical
zoom; 1 black and white camera, with high resolution in conditions of very low
visibility.
2.11.8.2. 1 camera on the stern of the ROV (with one of the lights pointing to the
TMS).
2.11.8.3. 1 color camera with integrated LED lighting, able to be installed either at
the end of one the manipulators (arms) to observe the work area, or at another
location in the ROV.
2 manipulators (arms) with advanced operating functions integrated into the control
unit:
2.11.9.1. The first arm, with a minimum of 4 movements for handling and/or gripping
of heavy objects, with the following characteristics:
2.11.9.1.1. Maximum air weight of 55 kg in air and 40 kg in sea water.
2.11.9.1.2. Lift capacity of at least 130 kg with the arm extended at a minimum
distance of 675 mm.
Supers
eded
B-6
2.11.9.1.3. Provided with a four-finger gripper with interlocking finger
movement and a minimum opening of 195 mm.
2.11.9.2. The second arm, with 7 precision movements with a position proportional
control , and the following characteristics:
2.11.9.2.1. Maximum air weight of 30 kg in air and 22 kg in sea water.
2.11.9.2.2. Optical feedback
2.11.9.2.3. Lift capacity of at least 65 kg with its arm extended at a minimum
distance of 1.5 m.
2.11.9.2.4. Provided with four-finger gripper with interlocking finger
movement and a minimum opening of 195 mm, capable of handling and
connecting ventilation hoses in accordance with the provisions of NATO
ANEP-85:2014.
2.12. The ROV shall include the following tools fully compatible to be operated through both
arms.
Wire cutter for wires with a diameter of not less than 38mm;
Cutting disc with a diameter of not less than 100 mm;
Fittings and devices required to allow the safe transfer of Emergency Life Support
Stores (ELSS) into a distressed submarine (DISSUB) using a Pod Posting System via an
escape tower, in accordance with the provisions of NATO ANEP-85:2014.
Interfaces to connect an external ventilation air delivery equipment on a DISSUB,
in accordance with the provisions of NATO ANEP-85:2014.
2.13. The ROV shall be provided with 2 sonars:
1 dual frequency CHIRP Sonar System, capable of operating at low and high
frequency. At high frequency, it must reach at least 100 m in range and at low frequency; it
must reach at least 250 m in range. The scanning shall be continuous with a variable scanning
sector up to 360º.
1 multibeam sonar for navigation, search, detection, and obstacle avoidance, with
the following minimum features: 100 m range, 1.3 cm resolution, 130º visual field.
2.14. The ROV shall be provided with an emergency beacon / light to be located in case the
connection with the ship is lost.
The ROV shall have a fixture to carry both this positioning beacon and the one
corresponding to the HPR system currently installed in the BSR Neptuno.
2.15. The color of the ROV shall be yellow (RAL code 1016, 1026 or similar), with the logo of
the Spanish Navy and the text "ARMADA ESPAÑOLA".
2.16. The ROV weight shall not exceed 850 Kg.
3. TETHER MANAGEMENT SYSTEM (TMS)
Supers
eded
B-7
3.1. The purpose of the TMS is to increase local mobility and maneuverability of the ROV, to
extend the range/depth of the ROV operations, to minimize the catenary forces applied on the
ROV umbilical and to provide operational flexibility to the ROV without the need to re-
position the supporting vessel.
3.2. The TMS shall be type-approved in accordance with an IACS society or equivalent organism
for a Nominal Diving Depth (NDD) not less than 1000m. The TMS shall be type-approved
according Annex B para 1.12 for a Nominal Diving Depth (NDD) not less than 1000m.
3.3. The TMS shall have a secondary fiber-optic umbilical (tether) which shall be connected with
the ROV. The tether shall not be less than 200 m in length and shall use a suitable mechanism
controlled by the ROV’s operator for extracting/retracting the tether when submerged and
during the ROV operations.
3.4. The TMS shall be able to store and handle a tether with a minimum length of 200 m.
3.5. The tether spooling mechanism shall exclude the use of slip rings mechanisms and shall
provide alternative solutions such as a bail arm and bobbin solution.
3.6. The TMS shall be “garage” type and it shall have a system to remove the ROV from the TMS
on the ship’s deck for maintenance operations.
3.7. The TMS shall be of capable for continuous operations for at least 48 hours, at the
environmental operating conditions defined in Annex B para 1.14.3.
3.8. The TMS shall allow for the direct control and communication between the ROV and the
Control Room.
3.9. The TMS shall provide suitable interface, in order to be connected and managed by the
snubber rotator.
3.10. The TMS shall be electrically powered by the Control Room electrical system.
3.11. The TMS shall be equipped with a light and a camera to control the coupling of the ROV.
3.12. It would be desirable to have an additional camera to control the paying out and retrieval
of the umbilical cable in the TMS.
3.13. The TMS shall be equipped with a current meter to measure the speed of the water flow
around the TMS.
3.14. The TMS color shall be yellow (code RAL 1016, 1026 or similar), with the logo of the
Spanish Navy and the text "ARMADA ESPAÑOLA".
3.15. The TMS weight shall not exceed 1400 Kg.
4. HYDRO ACCOUSTIC POSITIONING REFERENCE SYSTEM (HPRS)
4.1. The HPRS shall be a USBL (Ultra Short Base Line) System, portable and with beacons,
integrating positioning and tracking control system of the ROV and other objects, of an
appropriate range for the ROV operation, with a capability to track up to 10 beacons. Both the
ROV and the TMS shall have a pre-installed fitting for beacon installation. It shall be provided
with a minimum of 4 beacons.
Supers
eded
B-8
4.2. The ROV shall have a fixture to carry both this positioning beacon and the one corresponding
to the HPRS system currently installed in the BSR “Neptune”.
4.3. Positioning data provided by the HPRS shall be available on the ship WECDIS to allow ROV
positioning display on CSS (see annex B para 7.5.2) and ship’s bridge.
5. LAUNCH AND RECOVERY SYSTEM (LARS)
5.1. The LARS is a system supporting the launch and recovery of the TMS/ROV for underwater
operations.
5.2. The TMS shall be type-approved in accordance with an IACS society or equivalent organism
for a Nominal Diving Depth (NDD) not less than 1000m. The LARS shall be able to house,
deploy and recover from the BSR Neptuno simultaneously both ROV at maximum payload
and the TMS, to and from the NDD in up to sea state 6 conditions according to the World
Meteorological Organization (WMO) Code Table 3700: Sea states.
5.3. The LARS shall be of “A FRAME“ type and shall include a winch and the associated cable.
5.4. The LARS shall be of capable for continuous operations for at least 48 hours, at the
environmental operating conditions defined in this specification;
5.5. The LARS shall be capable to manage TMS/ROV operation at the NDD, with the TMS/ROV
at maximum loading.
5.6. The LARS weight (together with the TMS and the ROV) shall not be greater than 18 MT;
5.7. The folded LARS shall not exceed the horizontal dimensions of an ISO 668 standard 20-foot
container with a max height of 3.3 m and shall be transport-certified in accordance with ISO
10855-1:2018.
5.8. The LARS shall have a winch cable with adequate length to deploy the TMS up to the NDD.
The cable shall negotiate the catenary forces of the submerged TMS/ROV and its length shall
not be less than 1100m.
5.9. The LARS shall be equipped with a snubber rotator and compensation heave that allows the
TMS/ROV to remain in position, rotate, absorb the movement, and to move safely in the air,
by means of the release/retrieval frame.
5.10. The LARS shall be able to be operated manually and remotely.
5.11. The LARS A frame shall be equipped with a minimum of 2 lights to aid maneuvering.
5.12. The color of the LARS shall be navy gray (LAB Code: L: 63.90; a: -2.92; b: 1.04), resistant
to bad weather, with the Spanish Navy logo and the text "ARMADA ESPAÑOLA".
5.13. It shall comply with Certification EN 12079 for load lifting.
5.14. The LARS shall be capable to be fitted on an aft deck bench, on-board the supporting
vessel. The LARS shall be securely fitted with suitable twist locks, in accordance with
DNVGL-CG-0060 (or equivalent standard) on six (6) corner fittings. A draft of the installation
bench area is provided in the Annex C Para 1 (Installation services).
Supers
eded
B-9
6. PORTABLE WINCH.
6.1. The portable winch and its related cable shall be able to deploy directly the ROV to a range of
up to 450 meters.
6.2. The total weight of the portable winch and its related cable shall not exceed 750 kg.
6.3. The portable winch shall be provided with a speed and direction crane control in remote mode,
safety brake and shall have homologated certification.
7. CONTROL AND SIMULATOR SYSTEM (CSS)
7.1. The CSS and all its elements shall be housed in a 20 feet ISO container with a maximum
height of 2.62m. The total weight of the CSS including the container and its content shall not
exceed 11 MT.
7.2. The CSS content shall include:
Control console and power supply, power distribution and control equipment, and
cabling of the complete System.
Data transmission, reception data transmission, reception connections, cabling and
equipment.
Control and simulation console, and related software.
Video management system.
7.3. The CSS container:
Shall comply with the Class A-60 standard, so that the floor, walls, doors, roof and
ventilation areas shall be insulated to protect equipment and personnel from severe weather
conditions.
Shall be certified BS EN 12079 and DNV 2.7-1. A supporting certification report
shall be submitted, issued by an internationally recognized competent authority.
Shall be provided with non-slip rubber and insulated floor.
Shall include desks for four (4) operators/maintainers, ergonomically designed to
interact in a safe and convenient way with the control equipment housed in the racks.
Shall include four seats (one for each desk) able to be fixed to the floor.
Shall include an air conditioning/heating system (7kW / 5kW) ruggedized for
maritime conditions.
Shall include electric lighting with two strip lights, one red in color and one for
emergency.
Shall include up to 12 sockets (European type “F”) for electrical power supply.
Shall include an audio equipment with speakers and a wireless communication
system to communicate with the personnel on deck.
Shall include a fire detection and suppressing system.
Supers
eded
B-10
Shall include a telephone connection socket.
Shall be provided with Slings and lifting cables.
Shall be distributed in the following spaces:
7.3.13.1. The control and simulation room;
7.3.13.2. A workshop area and / or workbench in an independent area separated from
the operating area, with its own fittings, and to lodge the special maintenance
tools provided by the provider.
7.3.13.3. An external protected area for the storage of the power supply hose and the
slings.
Shall be painted in navy gray paint (Lab Code: 63.90; a: -2.92; b: 1.04), resistant to
bad weather conditions, and with the Spanish Navy logo and the text: "ARMADA
ESPAÑOLA".
Shall be provided with :
7.3.15.1. A 50-meter hose for power supply and data exchange wiring and fiber optic
information for connection between the control and simulation system and the
deployable systems ROV and TMS through the LARS and/or the portable winch.
7.3.15.2. A 30 meter power supply hose.
7.4. The CSS control and simulation room shall have four control consoles (one per each desk) to
allow operation and control of ROV and related systems, their elements and functions
(cameras, navigation systems, lightning, hooking systems, TMS deploy/retrieve system,
manipulation systems and tools ...). Control handling devices should be user-friendly and easy
to operate and consoles shall be ergonomically designed to interact in a safe and convenient
way with the control equipment housed in the racks.
7.5. The CSS control and simulation room shall have a video management system which shall
allow the independent control and display of video signal from different sources and to
different places. For this purpose, the video management system shall include:
At least four (4) high definition monitors not less than 19 inches for ROV operation
and for display of camera and sonar signals. They shall be interchangeable (on each monitor
it can be selected which signal to see). It shall have a Split screen display, allowing to see in
the same monitor several cameras or control displays of the ROV, and a video switch, that
allows to select the redundant camera channels and to choose the cameras to visualize and
record.
The option to visualize external video inputs such us the CCTV - Closed Circuit
TV from the ship, video from divers, ship WECDIS combined with ROV positioning
provided by HPRS (see Annex B para 4.3) or ship's HPR displays.
A ruggedized, water tight interface capable of exporting video to an external video
matrix (e.g. the ship CCTV) so that video from the ROV can be displayed in monitors located
in other control stations in the ship such as navigation, operations and diving. This shall
Supers
eded
B-11
enable a real-time analysis of the images recorded by the ROV, avoiding then the presence
inside the Control Cabin of personnel other than those involved in its operation.
A four channel digital recording system, with an integrated hard disk, and able to
export videos via USB, in PAL digital format. Recordings must be able to be stored in an
external hard disk with enough storing capacity to hold continuous recording during 7 days.
7.6. The CSS system shall allow the following automatic functions:
Automatic heading control.
Automatic depth control.
Automatic altitude control.
7.7. The CSS shall be provided with:
Automatic roll and pitch control.
ROV Positioning.
Indicators of the complete system status and troubleshooting.
7.8. All electronic components of the CSS shall be housed within 19" standard racks, duly
ruggedized to ensure adequate protection for up to WMO sea state 6 conditions according to
the World Meteorological Organization (WMO) Code Table 3700: Sea states.
7.9. The CSS shall be provided with a simulator providing the ROV operators with identical
functionalities as those of the real ROV, including the operation of its manipulators (arms).
The simulator shall use the control consoles for operation and control of the ROV and related
systems and shall be provided with the training and qualification software for operators,
including a most common system’s failures resolution training module.
Supers
eded
C-1
ANNEX C – INTEGRATED LOGISTICS SUPPORT
1. INSTALLATION SERVICES
1.1. The ROVS shall be installed on-board support vessel BSR Neptuno. Installation works shall
be carried out in Cartagena, either in the Arsenal or in the Algameca Naval Station, in Spain.
1.2. The BSR Neptuno will be available to the bidders, at the bidders conference for preliminary
inspection.
1.3. Once the contract is awarded, the Contractor shall proceed with On-site survey for detailed
inspection on board.
1.4. After FAT acceptance, the Contractor shall assemble, install and test, and deliver the ROVS
as ready-to-use at the BSR Neptuno, in accordance with the manufacturer’s specifications and
the Installation Plan approved by the relevant seaworthiness authority of the Customer, and in
accordance with the provisions of this Chapter.
1.5. Installation Plan
The Contractor shall provide an Installation Plan, inclusive of:
1.5.1.1. Electrical Integration Plan, including the Control Room-Vessel and the
Control Room – ROVS Components power distribution and interfaces with the
vessel’s electrical plan;
1.5.1.2. Mechanical Installation Plan, including all weight and strength calculations
for the ROVS components, axial loads per corner fitting expected at the design
sea state conditions, etc.;
The plans shall clearly identify:
1.5.2.1. The resources that should be allocated by the Customer to conduct the
installation, inspection/testing;
1.5.2.2. The site requirements to prepare the existing Customer facility for the
equipment operation and maintenance;
1.5.2.3. All steps to be conducted during the installation;
1.5.2.4. The Contractor and Government Furnished Equipment (GFE),
hardware/software to be installed;
1.5.2.5. Any cable, interface, accessories, equipment, power and parts/consumable
material requirements to perform the installation, inspection/testing;
1.6. The ROVS shall be capable to operate fully at a sea state not less than 6 (significant wave
height Hs=4 m).
1.7. The ROVS shall be transportable by road, rail, sea and air. Accordingly, installation on board
BSR Neptuno shall allow for easy removal and reinstallation of the ROVS by the End-user:
Supers
eded
C-2
By the use of a clamping system based on standard "Twist-lock" removable
elements for both portable metal structures (one housing the ROV, TMS and LARS; and the
20 feet ISO Container for the CSS);
The use of water tight, ruggedized, standard electric and electronic connections.
1.8. The electric power shall be supplied to the CSS Control Subsystem and this Subsystem (i.e.
the control cabin) which then shall distribute it to the other elements of the ROV and related
system such as LARS/TMS/ROV/portable winch set and HPRS).
1.9. Specifically for the installation on board BSR Neptuno:
The ROV platform shall be located over the main deck level to facilitate the
drainage of water on board particularly when the ship is operating astern.
The ship has a bench on the quarter deck to support and secure the CSS container,
(as seen in Figure 1). It has two (2) longitudinal profiles and two (2) transverse profiles that
are of HD 220 type or similar.
Figure 1- Control Subsystem (Control Cabin) Support Bench
The ship has an aft bench to support and secure the portable set of
LARS/TMS/ROV/portable winch on deck (as seen in Figure 2). Its profiles are two (2)
longitudinal and one (1) transversal. The profile dimensions are HP 220x57. There are six
(6) "Twist locks" available to anchor the portable set. It is considered desirable that the six
(6) are used for a better distribution of the overall strains and give a greater structural
resistance to the assembly, during the deployment of the ROV.
Supers
eded
C-3
Figure 2 - Deployable Subsystem (LARS/TMS/ROV) Support Bench
1.10. Mechanical Installation of the ROVS
The general arrangement for the installation of the ROVS equipment is provided in
Figure 3 and Figure 4.
Figure 3 - General Arrangement for ROVS installation
Supers
eded
C-4
Figure 4 - LARS, TMS and ROV installation bench
The quarterdeck bench for the Control Room installation, together with the bench
corner fittings, shall be similar to Figure 5:
Figure 5 - Control Subsystem (Control Cabin) Support Bench
The deck bench for the installation of the LARS, TMS and ROV, together with the
bench corner fittings, shall be similar Figure 6 Supers
eded
C-5
Figure 6 - Deployable Subsystem (LARS/TMS/ROV) Support Bench
2. CONFIGURATION AND OBSOLESCENCE MANAGEMENT
2.1. The Contractor shall maintain a Configuration Management System in accordance to ISO
10007:2017, at no cost for NSPA or the Customer, during the supportability cycle (15-years).
2.2. The Contractor shall, during the supportability cycle (15-years), at no cost for NSPA or the
Customer, notify the Customer with configuration (modification, upgrade, etc.) or
obsolescence data and provide support in finding replacements for obsolete components that
cannot be purchased, manufactured, or otherwise economically obtained .
3. CODIFICATION
3.1. The ROV and related equipment and elements, (including consumables, tools, subsidiary
equipment and documentation) is subject to codification in accordance with the principles of
the NATO Codification System (NCS).
3.2. The Contractor shall in accordance with the provisions of NATO STANAG 4177:2007:
Include in the offer the elements to be catalogued.
provide all current technical data (from his own sources or from the subcontractors)
required for the identification of all items identified in the SOW (for example the
consumables, supplied from the device - for maintenance, packaging).
provide the Customer with the current data related to the name and address of the
subcontractors and suppliers for all of the items identified in the SOW
draw up the list of all of the items identified in the SOW, including codification
data, if any (NATO Stock Number - NSN, Reference Number - RN (PIN), NATO
Commercial and Government Entity - NCAGE).
Supers
eded
C-6
provide the data that are covered by the obligation, by means of electronic media
such as CD-ROM within 30 days after the receipt of the request by the Customer.
4. IN SERVICE SUPPORT
4.1. The Contractor shall provide in its proposal a list of all components and parts considered
critical for the operation of the ROVS (failure of components/parts critical for the operation,
which cause the ROVS to be wholly out of service or lead to low operability parameters that
prevent its practical use).
If ordered by NSPA or the customer through a relevant purchase order, the
contractor shall deliver all components/parts/spares considered critical for the operation of
the ROV within 7 (seven) days.
If ordered by NSPA or the customer through a relevant purchase order, the
contractor shall deliver all other spares the ROV within 28 days.
4.2. The Contractor shall provide a price proposal, for a technical assistance hot line by phone/and
or internet, with the following service requirements :
Technical Support Service in English or Spanish, 24-hours service provided all 7
week days.
Technical Support Service in Spanish, during the working hours (Monday to Friday,
08:00 a.m. to 03:00 p.m. Spain local time)
4.3. The provider shall guarantee the System’s parts’ support, including an obsolescence
plan/control over the expected 15-year life cycle.
5. INITIAL SUPPORT PROPOSAL
5.1. The Contractor shall provide with its proposal a provisioning technical documentation called
“PIDA” (Propuesta Inicial de Apoyo or Initial Support Proposal in English) according to
PIDA template at Annex F
The PIDA is a spare list that the Navy requires from all Contractors for every S/E/C
(System/Equipment/Component) to be installed onboard vessels. PIDA allows the Spanish
Navy to elaborate the allowance part lists of the system.
The PIDA is linked to the self-sustained period of the vessel (PAL in Spanish).In
this case, the PAL=90 days, so only those spares to be replaced on board by the crew over a
period of 90 days have to be included in the PIDA.
6. DOCUMENTATION
6.1. The Contractor shall provide as a minimum the Contract Data Requirements List (CDRL)
items specified in this SOW and annex A Milestones Plan.
6.2. The Contractor shall provide the documentation in electronic (Portable Document Format
PDF) and paper format in the English or Spanish language, unless explicitly stated otherwise.
Supers
eded
C-7
6.3. The Contractor shall grant the cCustomer the right to duplicate the documentation when
needed.
6.4. During the warranty period (as defined in the Terms and Conditions to this RFP), the
Contractor shall advise of any changes to systems manuals and software and shall provide
updated (most current) versions free of charge.
6.5. Technical documentation.
The Contractor shall provide as a minimum:
6.5.1.1. One (1) EA Operator’s Manual;
6.5.1.2. Original Equipment Manufacturer (OEM) manuals;
6.5.1.3. Systems Illustrated Part Diagrams (IPD) (in original OEM language and
format except for cases where the drawing uses extended text which must be
English language);
6.5.1.4. Mechanical, Electrical and all other applicable drawings (in original OEM
language and format except for cases where the drawing uses extended text which
must be English);
6.5.1.5. Safety provisions list;
6.5.1.6. Maintenance requirements up to and including the 2nd level of maintenance;
6.5.1.7. List of components and parts considered critical for the ROVS.
The IPD shall be organized in such a way that parts can be easily identified on both
the electronic and the hard copy versions. Illustrations shall be sized to allow a clear
identification of the parts.
Each diagram shall be completed by a table including: serial, object reference, OEM
(Original Equipment Manufacturer) or Contractor part number and quantity.
The IPD shall include an index of part number to diagram and/or to pages.
The electronic version shall allow the use of the “find” function for part number
and object name.
The IPD shall include the Lowest Repairable Component.
The Drawings shall cover:
6.5.7.1. All structural, optical and electronic parts;
6.5.7.2. All electrical and mechanical details;
6.5.7.3. Panel schematic and layouts;
6.5.7.4. Parts lists with identification numbers on the drawings;
6.6. Maintenance Plan (MP)
The Contractor shall provide a Maintenance Plan explaining Contractor`s
methodology, planning and procedures for the maintenance support and obsolescence
Supers
eded
C-8
management that shall be provided for the systems on the ROV. This maintenance plan shall
be developed in:
6.6.1.1. MIP (Integral Maintenance Plan), which details all the maintenance
activities, grouped by types and systems, that affect the system.
6.6.1.2. MRC cards (Maintenance Requirements Cards) in which all the
maintenance included in the MIP are detailed.
The Customer will be responsible to maintain the ROVS according to the
maintenance plan.
7. SPARES AND SPECIAL TOOLS
7.1. The Contractor shall supply 1 set of all specialized tools and equipment required for second
level maintenance according to the manufacturer's maintenance plan.
7.2. The Contractor shall supply slings and lifting cables in marine resistant materials adequate to
lift the ROV and related systems transport modules (CSS and ROV/TMS/LARS/portable
winch).
7.3. The Contractor shall ensure the availability of spares, components, materials, tools and special
equipment for the ROVS for a minimum of 15 years from the date of signing of the acceptance
protocol by the Contractor's and the Customer 's representatives.
8. TRAINING
8.1. The Contractor shall provide in Cartagena, Spain, training for the ROV system (including the
simulator) operation and maintenance, for at least 8 persons with a minimum duration of 6
hours per day over 5 consecutive days. Training shall be provided in Spanish language.
8.2. The Contractor shall provide to each trainee a certificate in Spanish or English, confirming
that the trainee has successfully completed the training.
8.3. The course shall cover operation of the ROVS, and all inspection and maintenance work that
should be completed by the ship crew on board (e.g. pre- and post- mission ROV and related
element inspections, cleaning and preservation, software updates, installation and removal of
accessories and additional equipment).
8.4. According to Annex A Milestone Plan, the Contractor shall provide:
a preliminary training plan and
a fully detailed training plan for approval that includes the scope, schedule, and the
supporting documentation for the training (including applicable technical manuals, drawings
and diagrams). Supers
eded
D-1
ANNEX D – LEFT INTENTIONALLY BLANK
Supers
eded
E-1
ANNEX E – GREEN PASSPORT FORMS
1. SUPPLIER´S DECLARATION OF CONFORMITY (SDC) The Contractor shall fill the form below DECLARACIÓN DE CONFORMIDAD DEL PROVEEDOR (DCP) SUPPLIER´S DECLARATION OF CONFORMITY (SDC)
Número de identificación: ID Number:
Nombre de contacto: Issuer´s name:
Dirección de contacto: Issuer´s contact address:
Objeto de la DCP: Object of the declaration:
Declaración de conformidad: (1) Stament of conformity:
Standards o requerimientos bajo los que se fabrica el suministro: Manufacturing standards:
Fecha y lugar de emisión de la DCP: Date and place of issue:
Firma, nombre y puesto del responsable: Signature, name and funtion of the authorized person(s) on behalf of:
DM asociada(s): (2) Associated Material Declaration(s)
Supers
eded
E-2
Notas: (1) Declarar si tiene o no MP el suministro.
Declare whether the supply has or not DM.
(2) Dejar en blanco en caso de no tener MP el suministro. Leave blank if the supply does not have DM.
Supers
eded
E-3
2. SUPPLIER´S MATERIAL DECLARATION (SMC)
The Contractor shall fill the form below DECLARACIÓN DE MATERIALES DEL PROVEEDOR (DM) SUPPLIER´S MATERIAL DECLARATION (SMC)
Fecha y lugar de la declaración: Date and place of the declaration:
Nombre del proveedor y firma de la(s) persona(s) autorizada(s): Name of the issuer and signature of the authorized(s) person(s):
Declaración de conformidad: (1) Stament of conformity:
Notas: (1) Declarar si los MP del suministro superan o no los valores umbral.
Declare whether the DM of the supply are above the threshold level or not.
Supers
eded
E-4
3. INFORMATION OF THE SUPPLY
The Contractor shall fill the form below, indicating if necessary, the Information that it is not applicable. INFORMACIÓN DEL SUMINISTRO INFORMATION OF THE SUPPLY
Nombre del producto: Product name:
Nº serie: Serial number:
Peso/Masa total del producto: Product total mass: Información adicional:
Additional information: Peso: Mass:
Unidad: Unit
Supers
eded
E-5
Página intencionadamente en blanco Page left intentionally blank
Supers
eded
E-6
4. MATERIALS INFORMATION
The Contractor shall fill the form below INFORMACIÓN DE LOS MATERIALES MATERIALS INFORMATION
Nº Items: Threshold level
Above threshold level?
If yes, Substance mass: Product Information:
Yes / No Mass Unit:
Asbestos 0 ppm
Polychlorinated Biphenyls (PCBs)
50 ppm
Ozone d
eple
ting s
ubsta
nce
CFCs (Chlorofluorocarbon Refrigerants)
0 ppm
Halon
Others Fully halogenated (CFCs)
Methyl bromide
Trichoroethane (Methyl chloroform)
HCFCs (Hydrochiorofluorocarbons)
HBFCs (Hydrobrmofluorocarbons)
Bromochoromethane
Org
anio
n
Com
poun
ds
Tributyl Tins
2000 ppm
Triphenyl Tins
Tributyl Tons Oxide (TBTO)
Supers
eded
E-7
INFORMACIÓN DE LOS MATERIALES MATERIALS INFORMATION
Nº Items: Threshold level
Above threshold level?
If yes, Substance mass: Product Information:
Yes / No Mass Unit:
Cadmium and cadmium compounds
100 ppm
Hexavalent chromium and hexavalent chromium composunds
1000 ppm
Lead and lead compounds 1000 ppm
Mercury and mercury compounds
1000 ppm
Polybrominated Biphenyl (PBBs)
1000 ppm
Polybrominated Dephenyl ethers (PBDEs)
1000 ppm
Polybrominated Diphenyl ethers (PBDEs)
1000 ppm
Polychlorinated aphthalanes (more tan 3 chlorine atoms)
0 ppm
Radioactive substances 0 ppm
Certain shortchain chlorinated paraffins (Alkanes, C10-C13, Chloro)
1 %
Sup
ersed
ed
E-8
PART I: POTENCIALLY HAZARDOUS MATERIAL IN THE SHIP´S STRUCTURE AND EQUIPMENT 1A. Asbestos:
Type of asbestos materials (board, pipe lagging, contained):
Location: Approximate quantity volumen:
Engine room/machimery rooms:
Steam supply piping and hargers (general):
Steam exhaust piping and hargers (general):
Rellet & safety valves (general):
Miscellanous piping outer covering and hangers (general):
Water pipes and hangers (general):
HP turbine insulation (general):
Boller drums & casing (general):
Heaters, tanks, etc (general):
Other (general):
Specific machinery locations e.g. pump room, boller room.
Accommodation:
Sanitary & commissary spaces (general)
Interior decks – including underlay (general)
Steam & exhaust pipes (general)
Refrigeration pipes (general)
Air conditioning ducts (general)
Cable transits (general)
External bulkheads (general)
Internal bulkheads (general)
Supers
eded
E-9
Desk adjoining machinery spaces (general)
Internal deckheads (general)
External deckheads (general)
Other
Specific accommodation locations
Deck:
Steam supply piping (general)
Exhaust piping (general)
Tank cleaning piping (general)
Stripping pump (general)
Other (general)
Specific desk locations
Machinery:
Brake Ilnings
Supers
eded
E-10
PART I: POTENCIALLY HAZARDOUS MATERIAL IN THE SHIP´S STRUCTURE AND EQUIPMENT 1A. Asbestos (1/3)
Ap
pro
xim
ate
qu
an
tity
vo
lum
en
:
Lo
cati
on
:
Eng
ine r
oo
m/m
ach
imery
room
s:
Ste
am
su
pp
ly
pip
ing
and
harg
ers
(genera
l):
Ste
am
exha
ust
pip
ing a
nd
harg
ers
(genera
l):
Relle
t &
safe
ty valv
es (
ge
nera
l):
Mis
cella
nous p
ipin
g o
ute
r covering
and h
an
gers
(gen
era
l):
Wate
r pip
es a
nd h
ang
ers
(genera
l):
HP
turb
ine insula
tion (
gene
ral):
Bolle
r dru
ms &
casin
g (
ge
nera
l):
Heate
rs, ta
nks, etc
(ge
nera
l):
Oth
er
(gen
era
l):
Specific
m
ach
inery
lo
cations
e.g
.
pum
p r
oo
m, b
olle
r ro
om
.
Accom
mo
datio
n:
San
itary
&
co
mm
issary
spaces
(genera
l)
Inte
rior
decks –
inclu
din
g underl
ay
(genera
l)
Typ
e
of
asb
esto
s
mate
rials
(b
oard
, p
ipe
lag
gin
g,
co
nta
ined
):
Supers
eded
E-11
1A. Asbestos (2/3)
Ap
pro
xim
ate
qu
an
tity
vo
lum
en
:
Lo
cati
on
:
Ste
am
& e
xha
ust p
ipes (
ge
nera
l)
Refr
igera
tion p
ipes (
gen
era
l)
Air c
on
ditio
nin
g d
ucts
(gen
era
l)
Cable
tra
nsits (
gen
era
l)
Exte
rna
l b
ulk
he
ads (
ge
nera
l)
Inte
rna
l b
ulk
heads (
genera
l)
Desk
ad
join
ing
mach
inery
spaces
(genera
l)
Inte
rna
l d
eckhea
ds (
gen
era
l)
Exte
rna
l d
eckheads (
genera
l)
Oth
er
Specific
accom
mo
dation lo
cations
Deck:
Ste
am
sup
ply
pip
ing (
gen
era
l)
Exhaust
pip
ing (
ge
nera
l)
Tank c
lea
nin
g p
ipin
g (
gen
era
l)
Typ
e
of
asb
esto
s
mate
rials
(b
oard
, p
ipe
lag
gin
g,
co
nta
ined
):
Supers
eded
E-12
1A. Asbestos (3/3)
Ap
pro
xim
ate
qu
an
tity
vo
lum
en
:
Lo
cati
on
:
Str
ippin
g p
um
p (
ge
nera
l)
Oth
er
(gen
era
l)
Specific
desk locations
Machin
ery
:
Bra
ke I
lnin
gs
Typ
e
of
asb
esto
s
mate
rials
(b
oa
rd,
pip
e
lag
gin
g,
co
nta
ined
):
Supers
eded
E-13
1B. Paint (on vessel´s structure – Additive
Additive (lead, tin cadmium, organotins (TBT´s), arsenic, zincs, chromium, strontium, other):
Location: Approximate quantity volumen:
1C. Plastic materials
Type: Location: Approximate quantity volumen:
1D. Materials containing PCB´s, PCT´s, PBB´s at levels or 50mg/Jg or more
Type: Location: Approximate quantity volumen:
Supers
eded
E-14
1E. Gases sealed in ship´s equipment or machinery
Type: Location: Approximate quantity volumen:
Refrigerants (R12/R22)
HALON
CO2
Acetyene
Propane
Butane
Oxygen
Other (specify)
1F. Chemicals in ship´s equipment or machinery
Type: Location: Approximate quantity volumen:
Anti-seize
Engine additives
Antifreeze fluids
Kerosene
White spirit
Boiler/Water treadment
De-ioniser regenerating
Evaporator dosing and descaling acids
Paint/Rust stabilisers
Solvents/Thinners
Chemical refrigerants
Battery electrolyte
Hotel service cleaners
Other (Specify)
Supers
eded
E-15
1G. Chemicals in ship´s equipment or machinery
Type: Location: Approximate quantity volumen:
Lubricating oil
Hydraulic oil
Lead acid batteries
Alcohol
Methylated spirits
Epoxy resins
Mercury
Radioactive materials
Other (Specify)
Supers
eded
E-16
PART II: OPERATIONALLY GENERATED WASTES 2A. Dry tank residues
Description of residues: Location: Approximate quantity volumen:
2B. Dulk (non-oily) waste
Type: Location: Approximate quantity volumen:
Ballast water
Raw sewage
Treated sewage
Garbage (inc. plastics)
Debris
Galley waster
Other (specify)
Supers
eded
E-17
2C. Oily waste/Oily residues
Type: Location: Approximate quantity volumen:
Cargo residues
Tank scale
Bunkers: Fuel oil
Diesel oil
Gas oil
Lubricating oil
Grease
Hydraulic oil
Waste oil (sludge)
Oil water
Oily/Contaminated slidge
Oily/Contaminated rags
Other (specify)
Supers
eded
E-18
PART III: STORES 3A. Gases in store
Description of residues: Location: Approximate quantity volumen:
Refrigerans (R21/R21)
HALON
CO2
Acetylene
Propane
Butane
Oxygen
Other (specify)
3B. Chemicals in ship´s equipment or machinery
Type: Location: Approximate quantity volumen:
Anti-seize
Engine additives
Antifreeze fluids
Kerosene
White spirit
Boiler/Water treadment
De-ioniser regenerating
Evaporator dosing and descaling acids
Paint/Rust stabilisers
Solvents/Thinners
Refrigerants
Battery electrolyte
Hotel service cleaners
Other (Specify)
3C. Other packaged items in store
Supers
eded
E-19
Type: Location: Approximate quantity volumen:
Lubricating oil
Hydraulic oil
Lead acid batteries
Medicines
Insecticide sprays
Alcohol
Methylated spirits
Epoxy resins
Paint
Fire fighting clothing, equipment (e.g. blankets)
Other (Specify)
Supers
eded
F-1
ANNEX F – PIDA TEMPLATE
1. PIDA Template
HSC DESCRIPTION OF THE EQUIPMENT
NAME OF THE EQUIPMENT:
1
2
3
4
5
6
7
8
9
10
11
12
13
PROVISIONING TECHNICAL DOCUMENTATION
SPARE DESCRIPTION NCAGE PN NSN QTY UoM REMARKS
Supers
eded
G-1
ANNEX G– GFE AND INFORMATION TO BE PROVIDED BY THE CUSTOMER
1. GFE AND INFORMATION TO BE SUPPLIED BY THE CUSTOMER
1.1. At the bidders conference, the Customer will:
Provide the technical information of the HPR (Hydroacoustic Positioning
Reference), currently in operation in the BSR Neptuno, so that the Contractor can ensure its
reuse by its system before submission of the offer.
Ensure that the HPR system currently in operation in the BSR Neptuno is available
to the Contractor at the Cartagena Arsenal for inspection and subsequent component
installation in the new system.
Provide during the bidder conference detailed information of the subsystem support
platforms and the weight control studies.
Provide technical information of the power supply board which will supply power
to the whole system.
All GFE information will be provided in Spanish. If available, information may be
provided in English. Information will be provided via USB.
1.2. At the Kick –off meeting, the Customer will :
supply the logo and text formats to label the equipment.
provide the following information:
Vessel Electrical Plan: Power distribution and interfaces on the vessel’s quarterdeck
(380-460V, 50/60Hz, 110KVA) for connecting the Control Room, safety devices,
switchboards, etc. ;
Vessel Mechanical Plan: Deck and quarterdeck plate strength calculations,
maximum permitted restraint forces on the corner fittings, safety factors, etc. for the ROVS
design operating conditions (sea state 6) according to the World Meteorological Organization
(WMO) Code Table 3700: Sea states.
Vessel Video Plan: video inputs with defined formats.
1.3. At the On-site survey according to Annex C para 1.3, the Customer will make provide access
to the BSR Neptuno to the Contractor for detailed inspection on board.
1.4. At the installation according to Annex C para 1, the Customer will:
Make available to the Contractor the BSR Neptuno, so that the Contractor can carry
out with prior approval of the Spanish Navy the installation of the complete system and
related internal tests according to the installation plan Annex C para 1.5,
Perform all structural arrangements and proceed to all suitable reinforcements of
the vessel hull structure, in accordance with the expected loading conditions presented in the
Contractor’s Mechanical Installation Plan annex C para 1.5.1.2.
Supers
eded
G-2
Ensure that all bench corner fittings shall be proof-loaded in accordance with
DNVGL-CG-0060.
Perform all electrical arrangements and proceed to all suitable electrical
installations on the vessel, in accordance with the expected power loading conditions
presented in the Contractor’s Electrical Installation Plan according to Annex C para 1.5.1.1.
Provide a suitable hook-up point on-board the vessel’s quarterdeck, providing 380-
460VAC, 50/60HZ, 110KVA electrical power to the ROVS Control Room. The hook-up
point shall be a junction box with wall mounting portable plugs certified for the ROVS
Control Room power requirements or any other suitable arrangement, for interfacing the
ROVS Control Room electrical systems.
Provide available interfaces of the existing HPRS and WECDIS on board for its
integration with the ROVS.
Provide a CCTV video input interface to the Control Room, using PAL format
video.
1.5. At the HAT&SAT the Customer will make available to the Contractor:
supporting vessel BSR Neptuno
DISSUB mock-up equipment (submarine lock iaw NATO ANEP-85)
1.6. The Customer maintains the responsibility to ensure that the ROVS mechanical installation
and electrical integration with the vessel’s electrical system, remains within the acceptable
statutory and regulatory requirements of the vessel’s seaworthiness authority and state flag.
Supers
eded