REQUEST FOR PROPOSAL [RFP] FOR PROCUREMENT OF NEW AIRCRAFT FOR
AERIAL REMOTE SENSING [TENDER DOCUMENT]
NATIONAL REMOTE SENSING CENTRE INDIAN SPACE RESEARCH ORGANISATION
Department of Space, Govt. of India Balanagar, Hyderabad 500037, AP, India
nrsc
2
Contents
1.INTRODUCTION .................................................................................................................................................. 3
2. GENERAL INSTRUCTION FOR SUBMISSION OF PROPOSALS ................................................................................ 4
2.1 ELIGIBILITY CRITERIA ...................................................................................................................................... 4 2.2 THE TECHNICAL BID SHOULD ALSO CONTAIN .............................................................................................................. 4
3. AIRCRAFT REQUIREMENTS & SPECIFICATIONS ................................................................................................ 7
4. AIRCRAFT MODIFICATIONS ............................................................................................................................. 11
5.TERMS & CONDITIONS ...................................................................................................................................... 19
6. DETAILS OF TECHNICAL INFORMATION ............................................................................................................ 23
ANNEXURE-1: TECHNICAL COMPLIANCE STATEMENT .......................................................................................... 25
ANNEXURE-II: COMMERCIAL BID FORMAT .......................................................................................................... 29
nrsc
3
1.INTRODUCTION
1.1 Indian Space Research Organization (ISRO), Department of Space (DOS), Government
of India (GoI) is the premier organisation in the country responsible for developing
space based systems comprising launch vehicles, satellites and ground segment facilities
to meet the country’s applications requirements in communication, broadcasting,
meteorology and remote sensing.
1.2 National Remote Sensing Centre (NRSC) is one of the centers under the Indian Space
Research Organisation (ISRO), Department of Space (DOS), Government of India, with
the mandate of providing Earth observation data from space and aerial platforms to
users, develop technologies for the management of natural resources, support disaster
monitoring and management and capacity building for utilization of Earth Observation
data. Aerial Services & Digital Mapping Area (AS&DMA) of NRSC is the only civilian
Government entity in the country with end-to-end state-of-the-art infrastructure and
capability in the domain of aerial photography, Laser Scanner and Synthetic Aperture
Radar surveys. It is a premier national facility for airborne data acquisition and large
geospatial database generation in India.
1.3 NRSC owns & operates two SKA B200 aircraft for aerial data acquisition. These aircraft
have modifications suitable for installation of airborne sensors which are being used for
Aerial Surveys for Remote Sensing applications.
1.4 Currently, the following activities are carried out with sensors like Aerial Cameras, Laser
Scanners and Synthetic Aperture Radar. The different types of aerial remote sensing
services offered are:
a. Aerial photographic surveys using Large Format Digital Camera System.
b. Airborne LiDAR and digital camera surveys for close contouring /DEM generation.
c. Airborne Synthetic Aperture Radar (ASAR) surveys.
d. Aerial Services for range calibration and instrument validation.
e. Airborne data acquisition services for atmospheric research.
1.5 NRSC invites proposals from Vendors for supplying of two new aircraft of same model
customized and certified for aerial remote sensing operations.
1.6 The objective of this RFP is to facilitate the vendors to participate in the bidding process.
nrsc
4
2. GENERAL INSTRUCTION FOR SUBMISSION OF PROPOSALS
2.1 ELIGIBILITY CRITERIA
2.1.1 The Vendors submitting their proposals should be either the manufacturer or an
authorised dealer of the aircraft. In case of authorised dealers, documentary proof of
authorisation valid as on date to be submitted in the technical proposal. Since the
aircraft procurement involves manufacturing, modifications and certification of the
new aircraft, NRSC has no objection for bidding with one company as a sole
representative of all parties involved, substantiated with appropriate authorization by
all the parties involved.
2.1.2 The vendor must have an authorised Maintenance Repair Overhaul Organisation
(MRO) in India or must have an agreement with an Indian MRO for carrying out
scheduled and unscheduled maintenance, warranty support, etc, preferably in NRSC
hangar in Hyderabad
2.1.3 The Bidder should have at least 5 years experience in supplying aircraft and providing
maintenance.
2.2 The technical bid should also contain 2.2.1 Filled in Technical compliance statement as given in Annexure-I.
2.2.2 Authorisation certificates from the OEMs for Engine, Propeller, Avionics and all major
sub-systems indicating the willingness to provide technical & maintenance support
during warranty and extended warranty period.
2.2.3 Detailed data sheets giving all the specifications and performance parameters/type
Certificate and Type certificate data sheet of the aircraft.
2.2.4 List of deliverables (including the list of continued airworthiness support
documents/aircraft post delivery documents like Airplane Flight Manual(AFM),
Structural Inspection and Repair Manual(SRM), Illustrated Parts Catalogue (IPC),
Maintenance Manual (MM)) etc
2.2.5 Contain the following undertaking by the vendor.
QUOTE
I / we have gone through all the terms and conditions indicated in RFP TENDER No: NRSC
___________________ and accept all of them. The information contained in this submitted proposal
is true to the best of my / our knowledge.
nrsc
5
Signature of authorised representative
With Office Seal Date :_______________ Place :_______________
UNQUOTE
2.3 The commercial bid must contain all the pricing details in the format provided in Annexure-
II. Don’t indicate actual commercial details anywhere in the technical bid. The pricing
details should be entered only in the entries provided against each item in the enclosed
format. No attachment submitted in the technical or the commercial bid shall have the
pricing details except in the entries in the price bid. If the commercial details are mentioned
either in part or full in the technical bid, NRSC reserves the right to reject the bid. The empty
commercial bid format should be enclosed in the technical bid. The empty commercial bid format
should indicate the complete details of all the items whose price is given in the commercial bid.
2.4 Offers must be valid for 18 months from the last date for submission of the bids.
2.5 Prebid Meeting: Pre Bid Meeting between NRSC and the vendors interested in submitting
proposals will be held at NRSC Hyderabad on ……………………. from ………..hrs. It is strongly
recommended that all the vendors attend the pre-bid meeting to avoid further queries and
clarifications later. It also is advisable that the OEM representatives of the aircraft attend the
pre-bid meeting along with their Indian partners (if any). Those who wish to participate
should send their willingness regarding their participation with name, designation, address
and contact details before …………………... Foreign nationals must indicate their nationality,
passport details. The Visa must be a Business Visa. Tourist Visa is not acceptable. A copy of
the passport must be sent to Head, Purchase and Stores, National Remote Sensing Centre,
ISRO, Balanagar, Hyderabad-500037, AP, India. email: [email protected]
2.6 Interested vendors can be present at NRSC during opening of Technical bids. Technical bids
will be opened in the presence of the attending vendors or their authorised representatives.
Authorised representatives must carry a proper identification proof and an authorisation
letter. The commercial bids will be opened in the presence of the attending vendors or their
authorised representatives on a date that will be notified individually to the vendors whose
technical bids are found to be suitable.
nrsc
6
2.7 PROPOSAL FOR EACH MODEL SHOULD BE SUBMITTED IN TWO SEPARATE (TECHNOCOMMERCIAL
AND PRICE) SEALED COVERS. Each cover should be suitably superscribed as `TECHNO‐COMMERCIAL
BID’ or `PRICE BID’ along with `TENDER NUMBER’ and `MODEL NAME’. All the sealed covers
can be sent as a single package by post (or delivered by hand at NRSC). However, the package must
be superscribed with `TENDER NUMBER’. DO NOT SEND PROPOSALS BY e‐mail. DO NOT
INCLUDE ANY PRICING DETAILS IN THE TECHNICAL BID.
2.8 All the proposals and communications must be addressed to :
The Head, Purchase & Stores Division, National Remote Sensing Centre, Indian Space Research Organisation, Balanagar, Hyderabad - 500 037 AP, INDIA Phone : +91-40-23884065, 23884071 Fax : +91-40-23878695 E-mail : [email protected]
nrsc
7
3. AIRCRAFT REQUIREMENTS & SPECIFICATIONS
3.1 The aircraft should be currently in series production with assured maintenance and spares
support in India over the expected life of 25 years. Pre owned aircraft will not be considered.
3.2 The aircraft is intended for remote sensing applications and hence vendor has to supply
aircraft with modifications as described in the subsequent chapters.
3.3 The vendor should get the aircraft certified to operate under rules and regulations of the
Indian aviation regulatory authority, currently, Directorate General of Civil Aviation (DGCA),
India. NRSC will support for providing the necessary documentation as an Operator.
3.4 Cabin area of Aircraft should be adequate to accommodate six persons (excluding pilots),
sensor equipments and the modifications as described in Chapter-4(Aircraft Modifications).
3.5 The aircraft should be supplied with six operator chairs to conveniently monitor the airborne
sensor equipments.
3.6 Aircraft Type : Pressurized Twin turbo prop
3.7 Engines : Twin turbo prop
3.8 Service ceiling : 31000 ft MSL or higher
3.9 Maximum Cruise Speed : 290 knots or higher
3.10 Stall Speed : 95 knots or lower
3.11 Maximum Payload Weight(MPW)
(Sensor + 2Pilots + Pax + Luggage)
: 1200 Kg or higher
3.12 Endurance with Maximum Payload
Configuration(MPC)--MPW+Empty
Aircraft Weight+ Maximum fuel with
MPW
: 6 hours or higher
3.13 Seating Configuration ( Pilot + Pax) : 2 + 6
3.14 Avionics : Collins Proline / Honeywell / Garmin
Integrated Avionics Suite including auto-pilot
coupled Flight Management System, Moving
Map LCD Display
nrsc
8
3.15 Aircraft Environment control System (Cabin air-conditioning):
3.15.1 Air conditioning in the aircraft is required to cater to environment conditions in
the flight with the ASAR equipment operating with 4 pax onboard excluding
pilots.
3.15.2 Cabin temperature should not exceed 30° C during flying.
3.15.3 Innovative heat dissipative mechanism with customizable environmental
management system is preferable as the sensor equipments are likely to dissipate
more heat.
3.15.4 Environmental management system should effectively support both pressurized
and unpressurized cabin conditions.
3.16 Aircraft Navigation instrumentation: Standard instrumentation should include,
3.16.1 VHF Omni range (VOR)
3.16.2 Automatic Direction Finder(ADF)
3.16.3 Distance Measuring Equipment(DME)
3.16.4 Instrument Landing System(ILS)- Category III B
3.16.5 Global Navigation Satellite System(GNSS) to support for Category III B ILS
3.16.6 Electronic Flight Bag (EFB) with iPad having flight planning and navigation app for
pilots.
3.16.7 Radio Altimeter
3.16.8 Weather RADAR with avoidance range of 300nm or higher
3.16.9 ATC Transponders ( Mode-S)
3.16.10 Autopilot and Full Authority Digital Engine Control(FADEC)
All the above instruments should be provided with dual system except FADEC, EFB and weather radar. Also, Autopilot may be quoted as dual system (Optional). Additionally, Integrated Standby Instrumentation System (ISIS) should be provided to aid in case of primary display failure.
3.17 Aircraft Communication instrumentation: Standard instrumentation should include,
3.17.1 VHF Communication –Dual configuration
3.17.2 HF Communication
3.18 Aircraft Safety Instrumentation: Standard instrumentation should include,
3.18.1 Two sets of Cockpit Voice Recorder (CVR) & Flight Data Recorder (FDR)
nrsc
9
combination set with solid state Memory supporting a minimum of 2 hours
recording. FDR should be of Category IA with Minimum of 32 parameters
monitored.
3.18.2 Traffic Collision Avoidance System (TCAS II) with Traffic Advisory (TA) and
Resolution Advisory (RA).
3.18.3 Water Activated and Impact Activated Emergency Locator Transmitter (ELT) with
operating frequency of 406 MHz
3.18.4 Reduced Vertical Separation Minima (RVSM) compliance systems
3.18.5 Enhanced Ground Proximity Warning System (EGPWS) including wind shear
warning.
3.18.6 Automatic Dependent Surveillance System ( ADS)
3.19 Instrument data Outputs(Optional): The following parameters along with Digital/ Analog
outputs from aircraft instruments or as additional installation should be made available in
the cabin for logging and Analysis purpose. Provision for onboard storage of data with GPS
time stamping and download after aircraft landing is also acceptable.
3.19.1 RADAR Altimeter
3.19.2 Radio Altimeter supporting upto 35000ft.
3.19.3 Barometric Altitude
3.19.4 Inertial Navigation system (lNS)
3.19.5 Global Navigation Satellite System (GNSS) position
3.19.6 Cabin Temperature and Humidity
3.19.7 Outside Pressure, temperature and Humidity
3.20 Voice and data communication system (optional) from aircraft, while in flight, to ground with
reasonable bandwidth for transmitting few images to ground in case of disaster scenario.
3.21 The vendor shall supply the complete set (both softcopy and three sets of hardcopy) of flight
manuals, maintenance manuals, pilots check lists, etc.. that are mandatory along with each
aircraft.
3.22 The vendor shall provide the complete drawings and documentation of the modifications
carried out in softcopy and one set of hardcopy, at the time of delivery of the aircraft, to
facilitate installation of equipment, and to carry out any repair in the event of failure of the
parts used in modification.
3.23 The vendor shall also provide copies of all the approvals (FAA/EASA/DGCA), STCs
nrsc
10
implemented for carrying out the modifications in both the aircraft.
3.24 Power Console:
Aircraft should provide about 125A at 28V, (3500W) DC power for sensor operations. A
power console (2Nos) with outlets of 10, 20, 50, 60, 100 amps, 28 V DC to be provided in the
cabin limited to maximum of 125A at a time. Provision for A 2000 W Inverter (with a 75 amps
outlet from 28 V DC supply) to provide 230V AC/50Hz output for operating other test
instruments.
3.25 Other Facilities in the Cabin:
3.25.1 Intercom system between pilots, navigator/system engineers
3.25.2 Baggage Compartment with baggage net or Cage provision
3.25.3 Toilet seat
3.26 TRAINING: The vendor should provide training to four pilots identified by NRSC at vendor’s
facility. The price of training per pilot shall be given in the commercial bid. The payment for the
pilot training shall be made depending on the actual number of pilots identified by NRSC for
training. Training to DGCA officials if required shall also be the responsibility of vendor. All the
expenses for the travel and accommodation of the DGCA officials during the training shall be
borne by the vendor
nrsc
11
4. AIRCRAFT MODIFICATIONS
4.1 Modifications to the aircraft for installation of payloads such as airborne sensors,
atmospheric probes and Airborne Synthetic Aperture Radar(ASAR) antenna has to be
carried out by the aircraft supplier. The modifications include cutouts suitable for scientific
payloads, optical wells, radome, pressure box, GPS antennas etc. Suitable EMI/EMC shielding
to be made to aircraft wiring such that the airborne remote sensing equipment and aircraft
avionics does not interfere with each other.
4.2 Antenna, Radome and Racks will be permanently fitted in the aircraft. Required modification
to be done duly certified by FAA/EASA and approved by DGCA. The modifications required
aircraft wise is given in the table below.
Sl.
No
Provision/ Modification Aircraft1 Aircraft2
1 First Camera well with Optical flat with
electrically operated door
2 Second Camera well with Optical flat with
electrically operated door
X
3 Cutout for Waveguide for ASAR Sensor X
4 Cutout for Atmospheric sensor probes
5 Radome at the belly for ASAR Sensor X
6 Pressure box X
7 Two Additional GPS Antenna for interfacing to
airborne sensors
4.3 The approximate dimensions & Location for Aircraft modifications are described in the table
below. Cabin height, length and width should be capable of accommodating these airborne
sensor equipment racks.
nrsc
12
4.4
Sl.no Item Dimensions in mm
(LxBxH)
Location Application
1. Cutout well for ASAR with a bottom plate for waveguide (for antenna feed) of size 240 X 240mm
390 X 470 X 220 Belly ASAR
2. Cutout with well for Camera (for both cutouts)
700 X 700 Belly Camera
3. Radome 2500 X 750 X 650 Belly ASAR
4. Pressure Box 450 X 450 X 500 Belly Direct exposing sensors
5. Cutout 240 X 240 Window or Belly
Atmospheric Probes
6. Cutout
(for both antennas)
50 X 50 Roof GPS
4.5 Specifications of Camera Well and Optical Flat
The camera well should have an optical flat and a motor driven shutter to protect the glass
during takeoff and landing. One camera well should have an optical flat in the visible and NIR
region. The second optical well should have an optical flat with two ports, one for SWIR
region and another for TIR region.
4.5.1 Specifications of the Optical flat for Visible & NIR region(to be supplied in both Aircraft)
4.5.1.1 Material : Grade A BK-7 or S-BSL7 Borosilicate Glass
4.5.1.2 Wavelength : 370nm to 1600nm
4.5.1.3 Internal Transmittance : Greater than 99%
4.5.1.4 Surface Quality(Scratch/Dig) : 60/40
4.5.1.5 Durability : MIL-C-675A
4.5.1.6 Wedge : better than 1 arc min
4.5.1.7 Parallelism : Less than 2 arc seconds
4.5.1.8 Flatness : 2 waves per 7 inch diameter transmitted
waveform @ 632nm
4.5.1.9 AR Coating : High Efficiency Anti Reflective Coating at
1064 nm both sides
4.5.1.10 Angle of incidence : 0-38deg
4.5.1.11 Reflectance : <= 0.5% per surface
nrsc
13
4.5.1.12 Dimensions : About 55cm X 60cm
4.5.1.13 Should have thermal and structural Stability to withstand differential
temperatures and pressures at all altitudes up to the ceiling of the aircraft
4.5.2 Specifications of the Optical flat for SWIR(to be supplied in Aircraft-2)
4.5.2.1 Material : Material suitable for SWIR region
4.5.2.2 Wavelength : 1.2 μm to 2.5μm
4.5.2.3 Internal Transmittance : Greater than 95%
4.5.2.4 Surface Quality(Scratch/Dig) : 80/50
4.5.2.5 Durability : MIL-C-675A
4.5.2.6 Wedge : better than 1 arc min
4.5.2.7 Parallelism : Less than 2 arc seconds
4.5.2.8 Dimensions : Circular port of 25cm diameter
4.5.2.9 Should have thermal and structural Stability to withstand differential
temperatures and pressures at all altitudes up to the ceiling of the aircraft
4.5.3 Specifications of the Optical flat for TIR region(to be supplied in Aircraft-2)
4.5.3.1 Material : Suitable for Thermal region
4.5.3.2 Wavelength : 8μm to 14μm
4.5.3.3 Internal Transmittance : Greater than 95%
4.5.3.4 Surface Quality(Scratch/Dig) : 80/50
4.5.3.5 Durability : MIL-C-675A
4.5.3.6 Wedge : better than 1 arc min
4.5.3.7 Parallelism : Less than 2 arc seconds
4.5.3.8 Dimensions : Circular port of 25cm diameter
4.5.3.9 Should have thermal and structural Stability to withstand differential temperatures and pressures at all altitudes up to the ceiling of the aircraft
4.5.4 Dimensions of the Camera well 4.5.4.1 NRSC uses Somag GSM3000 mount as the stabilizing platform for its imaging
sensors. The dimensions of the camera well should be able to accommodate the mount in its full operational capability.
4.5.4.2 Length and Width: 700mm X 700mm
4.5.4.3 The minimum gap between sensor mounting flange in the well and the upper
surface of the optical flat should be at least 6cm as shown in Fig 1.
nrsc
14
Fig 1: The well and optical flat arrangement for optical sensors
2cm
Frame Optical Glass Flat
48cm
56cm
6cm
70cm
70cm
6cm
Sensor Mounting Frame
OPTICAL FLAT
FLIGHT DIRECTION
nrsc
15
4.6 Specifications for Cutout for Waveguide and Radome for ASAR Sensor
4.6.1 The ASAR antenna will be mounted as and when required below the waveguide well
at the belly of the aircraft as shown in Fig.2 below.
4.6.2 The well will be of the dimension 390mm (L) X 470mm (w) X 220mm (D).
4.6.3 This will be a part of the cabin and will contain wave guides coming from C band
antenna along with subsystems like IMU, polarization switch etc. The material used
for the radome should be transparent to C and X band frequencies and should
withstand the differential temperatures and pressures upto to the ceiling height of
aircraft. The ASAR antenna radome should not block the view through optical flat
meant for optical sensors.
4.6.4 The bottom plate of well will have a cutout of 240 mm X 240 mm that will be
accessible from the outside.
4.6.5 The C-band antenna will be of the size 1.5 m X 0.32 m (under the belly of the
aircraft).
4.6.6 ASAR antenna will be covered by Radome. The Radome should be symmetric about
the bottom cut-out and should have usable flat of dimensions of about 2500 mm (L) X
750mm (W) X 650mm (D).
4.6.7 In mounted condition, gap between bottom of the Radome and ground should be
sufficient to protect the radome in the event of tyre burst condition.
4.6.8 Cutouts and well along with associated structural reinforcement to aircraft and
radome should be provided by the vendor with FAA/EASA/DGCA approval.
Fig.2 Aircraft with ASAR Radome mounted under the belly
nrsc
16
4.7 Specifications for Atmospheric sensor probes:
4.7.1 The aircraft should have suitable cutout for mounting atmospheric sensor inlets on the
fuselage or window with STC from FAA/EASA and approval from DGCA. The required
arrangement is shown in Fig.3 below
Fig.3 Typical Air Inlet-Outlet Tube Assembly
4.8 Specification for pressure box: Pressure Box with approx dimensions 45 cm X 45 cm X 50 cm,
to accommodate airborne multispectral/thermal sensors, and having cutout looking
downward with electrically operated door (without optical flat). This is required for sensors
which require access to the outside environment directly and at the same time providing
isolation between the outside environment and the pressurized aircraft cabin.
nrsc
18
4.10 Details of the Sensor racks placed in the Aircraft Cabin( Racks shall be provided by NRSC)
Sl No:
Rack Dimensions in mm(HxDxW)
Aircraft I Aircraft 2 Payload
1 Rack I 1240 X 800 X 600 X ASAR
2 Rack II 900 X 650 X 550 X ASAR
3 Sensor Rack 860 X450 X 540 Camera
4 Sensor Rack 860 X450 X 540 X Camera
5 Sensor Rack 860 X450 X 540 Atmospheric suit
6 GSM3000 183(H)X614(L)X617(W) Camera
nrsc
19
5.TERMS & CONDITIONS
5.1 The terms & conditions defined in this RFP shall be considered for this procurement and
supersede the general terms & conditions enclosed if any.
5.2 DELIVERY: The vendor shall deliver( including supply, permissions from the regulatory
authorities (like DGCA and WPC and final acceptance) the aircraft with all the modifications,
certified by FAA/EASA & approved by DGCA at NRSC Hangar, Begumpet Airport, Hyderabad
within 12 months from the date of release of Purchase Order.
5.3 REGULATORY AUTHORITIES PERMISSIONS: All the permissions from the regulatory
authorities for importing, registration, airworthiness and flying of the aircraft in India has to
be obtained by the vendor. Any expenses incurred for the above has to be borne by the
vendor. NRSC shall provide documentary support wherever required and feasible. In case
vendor fails to obtain permission, NRSC reserves the right to cancel the order and reject the
aircraft.
5.4 INSURANCE: Any expenses for the insurance from the OEM factory to NRSC shall not be
borne by NRSC.
5.5 INSTALLATION: The vendor shall prepare an Acceptance Test Procedure (ATP) document
which shall be sent to NRSC after the PO is placed. The ATP document shall be finalised on
mutual agreeable basis and will be used for acceptance of the aircraft at NRSC Hyderabad.
5.5.1 In case of foreigners visiting NRSC, Hyderabad for installation and acceptance, the
passport and VISA details of the personnel have to be sent to NRSC well in advance to
get necessary approvals from Dept. of Space and Bureau of Civil Aviation Security
(BCAS) clearances.
5.5.2 The vendor is responsible for problem free demonstration of aircraft in NRSC & any
onsite issues should be appropriately resolved by the vendor.
5.6 Factory Acceptance Test: The expenses for the test flights during factory acceptance test of
the aircraft by NRSC engineers shall be borne by the vendor. The travel & accommodation
expenses will be borne by NRSC.
nrsc
20
5.7 Site Acceptance Test: The Site acceptance test at NRSC shall be carried out with the Pilots
from the vendor and all the expenses for these test flights shall be borne by the vendor.
5.8 WARRANTY AND MAINTENANCE :
5.8.1 The warranty will start from the date of issue of On-site Acceptance Certificate by
NRSC.
5.8.2 The vendor shall provide three years onsite comprehensive maintenance for the
aircraft and subsystems for all scheduled & unscheduled maintenance through the
authorised Indian MRO(CAR-145) and DGCA approved Continuing Airworthiness
Maintenance Organisation (CAMO) services
5.8.3 The vendor should provide TWO engineers (A&C) at Hyderabad base. The vendor
must also position a R,E,I and any other engineers recommended by the Aircraft
manufactures or send one within 24 hours on need/ request basis to the place where
NRSC aircraft is positioned. The vendor must also position sufficient number of
technicians at NRSC hanger to cater to the maintenance of the Aircraft. These
engineers/ technicians will be deployed on to the field when the aircraft is outstation
for survey task. The vendor has to separately quote for the daily allowance (all
inclusive) for both technicians and engineers.
5.8.4 Each sub system of the aircraft like airframe, engines, propellers, avionics come with
a standard warranty. The vendor shall provide the standard warranty applicable for
each of these systems from the date of acceptance. Accordingly, the warranty should
be quoted keeping this in view. Any subsystem warranty that the OEM provides for
greater than three years shall be transferred to NRSC.
5.8.5 The price details for the maintenance should be given in the commercial bid with
year wise break up. The payment during this three year maintenance period shall be
paid at the end of each year on satisfactory performance during that year on an
annual basis.
5.8.6 The down time for the aircraft shall not be more than one day for lack of availability
of maintenance crew and fault diagnosis. If the down time exceeds the specified
period, the warranty charge will be deducted at 1/360th of the yearly payment per
day for the delayed period.
5.8.7 The warranty shall be stopped if the aircraft suffers irreparable damage due to the
nrsc
21
circumstances caused by the act of God, natural calamities, riots or other such
situations over which there cannot be any control either by the NRSC or by the
Vendor
5.8.8 The vendor should submit necessary authorisation from the OEM substantiating that
the OEM shall support the vendor for installation, maintenance and the warranty for
the total three years.
5.8.9 The maintenance shall be extendable for a further period of 2 or more years on
mutually agreeable terms & conditions.
5.8.10 The vendor shall be the maintenance provider for the subsystems including
modifications along with all the third party sub-systems which as a total constitute
the aircraft system delivered to NRSC.
5.8.11 The vendor shall provide 24x7 support during the maintenance period of 3 years.
5.9 CUSTOMS DUTY EXCEMPTION: NRSC is entitled for concessional Customs Duty payment
([email protected]%) and shall provide Customs Duty Exemption Certificate for availing the
same upon submission of necessary documentation by the vendor.
5.10 PAYMENT TERMS: NRSC normal payment terms are 90% payment after receipt, installation
and acceptance of the aircraft and balance 10% after submission of performance bank
guarantee. However, If any advance payment is required by the vendor, a maximum of 30%
of base price (aircraft cost + cost of modifications) excluding warranty and training cost can
be paid against bank guarantee from a nationalized bank as per the format provided by
NRSC. This bank guarantee shall be valid till the completion of supply and acceptance of the
aircraft. NRSC decision in this aspect shall be final.
5.11 PERFORMANCE BANK GUARANTEE: The supplier has to provide a performance bank
guarantee for 10% of base price (aircraft cost + cost of modifications), valid till the
completion of warranty period plus three months as claim period as per the Proforma which
shall be sent along with the PO.
5.12 ACCEPTANCE: The aircraft will be accepted only after successful test flights at NRSC
Hyderabad, meeting all the requirements including modifications and obtaining approvals
from regulatory authorities. A mutually agreeable acceptance document shall be prepared
nrsc
22
and used for acceptance.
5.13 During acceptance testing with sensors installed, the vendor should carryout field
modification on the aircraft (if required) and obtain DGCA approvals for resolving the
EMI/EMC/other compatibility issues if any.
5.14 LIQUIDADTED DAMAGES: For delays attributable to vendor in completion of entire supply
beyond 12 months (including supply, permissions from the regulatory authorities like DGCA
and WPC and final acceptance), Liquidated Damages (LD) shall be applicable at 0.5% per
week or part there of subject to a maximum of 10% of the order value.
5.15 FORCE MAJEURE: Neither NRSC nor the supplier shall be liable to the other for any delay in
or failure of their respective obligations under this procurement caused by occurrences
beyond the control of NRSC or the supplier because of fire, floods, power, acts of God, acts
of public enemy, wars, insurrection, sabotage, any law, statute or ordinance Agreement,
action or regulations of the Governments or any compliance therewith similar to the above.
Either party shall promptly. but not later than thirty(30) days thereafter notify the other of
the commencement and cessation of such contingency and prove that such is beyond the
control and affects the implementation of this procurement adversely and if such
contingency continues beyond six(6) months, both parties may mutually agree to discuss and
agree upon an equitable solution for cancellation of this purchase order or otherwise decide
the course of action to be adopted.
5.16 ARBITRATION: Settlement of disputes shall be through arbitration
a) If Indian supplier, the arbitration shall be as per Indian Arbitration and conciliation
Act, 1996.
b) If foreign supplier, the supplier has the option to choose Indian Arbitration and
Reconciliation Act, 1996 or United Nations Commission on international Trade law
Arbitration rules or as mutually agreed.
c) Arbitration proceedings will be held in Hyderabad, India only
5.17 NRSC, during technical evaluation, may decide to visit the facility of the vendor (or any
customer site maintained by the vendor) at NRSC cost, to ascertain their authenticity and
capability. NRSC shall have the right to reject the proposal of the vendor based on its findings
during the visit. The vendor should facilitate the above visit by NRSC team.
nrsc
23
6. DETAILS OF TECHNICAL INFORMATION
The following technical details have to be provided by Vendor
6.1 The scheme for modifications should be spelled out in detail. A drawing of the layout
showing the various racks, optical wells, cut outs, antenna positions, pressure box and
radome overlaid on the aircraft structural drawing.
6.2 The scheme for meeting the other requirements including power supply, air conditioning,
installation of GPS antenna, recording parameters etc .
6.3 A list of aircraft instruments that are required to be supplied as part of this RFP and their
performance specifications and model numbers
6.4 Vendors should provide Lead time for delivery of aircraft and modifications.
6.5 Vendors should provide a detailed plan for aircraft maintenance during the warranty period
and also thereafter in the post warranty period.
6.6 Proposal should mention the aircraft model suggested by the vendor and provide detailed
specifications and drawing of the aircraft.
Sl.No Parameter Details
1. Aircraft Model name.
2. Model Number.
3. Serial Number
4. Year Type Certified
5. RVSM certification
6. Cabin Volume
7. Baggage Compartment Volume
8. Ramp Weight
9. Takeoff Weight(MTOW)
10. Zero Fuel Weight
11. Payload Weight (including pilots) with full fuel
12. Range with max. payload (as per NRSC payload requirement)
13. Usable Fuel Quantity
14. IFR fuel reserves
15. Engines Manufacturer
nrsc
24
Sl.No Parameter Details
16. Engines Model
17. Engine TBO
18. Propellers Manufacturer
19. Propellers Model
20. Propellers Type
21. Thrust Reverser mechanism if applicable
22. Take-off Distance
23. Landing Distance
24. Rate of Climb
25. Service Ceiling
26. Maximum Speed
27. Stall Speed
28. Differential Pressure
29. Time to Cruise Altitude
30. Cabin Noise Levels
31. Cabin altitude @ certified ceiling
32. List of standard avionics items
33. List of optional avionics items
34. Seats – Crew Passengers (typical)
35. Passengers( maximum)
36. Volume of Passenger cabin(Dimensions)
37. Maintenance Schedules of the aircraft (list of phase inspections propeller overhaul timings)
38. Manufacturer and Address with contact Details
39. Tender Reference Number
40. Name and Address of the Vendor along with contact numbers.
nrsc
25
Annexure-1: Technical Compliance Statement
Sl. No.
RFP Clause Item Compliance
Reference Page No of bid
Remarks
1. 2.1.1 Manufacturer or Dealer? Submitted proof of authorised dealership
YES/NO
2. 2.1.2 Has an MRO or has an agreement with an Indian MRO? Details provided?
YES/NO
3. 2.1.3 5 years experience in supplying aircraft and providing maintenance and proof
YES/NO
4. 2.2.2 Authorisation from subsystem OEMs as per 2.2.2 attached?
YES/NO
5. 2.2.3 All details & datasheets as per 2.2.3 attached? YES/NO
6. 2.2.4 List of deliverables as per 2.2.4 attached? YES/NO
7. 2.4 Validity of the bids as per Clause 2.4 YES/NO
8. 3.1 Aircraft in series production with assured maintenance and spares support in India over the expected life of 25 years?
YES/NO
9. 3.3 Acceptance and Commitment to clause 3.3 YES/NO
10. 3.4 Conformance to clause 3.4 YES/NO
11. 3.5 Provision of chairs as per 3.5 YES/NO
12. 3.6 Compliance to clause 3.6 YES/NO
13. 3.7 Compliance to clause 3.7 YES/NO
14. 3.8 Compliance to clause 3.8 YES/NO
15. 3.9 Compliance to clause 3.9 YES/NO
16. 3.10 Compliance to clause 3.10 YES/NO
17. 3.11 Compliance to clause 3.11 YES/NO
18. 3.12 Compliance to clause 3.12 YES/NO
19. 3.13 Compliance to clause 3.13 YES/NO
20. 3.14 Compliance to clause 3.14 YES/NO
21. 3.15 Compliance to provide air conditioning system as per clause 3.15
YES/NO
22. 3.16 Compliance to clause 3.16 with all the instruments listed. Details provided?
YES/NO
23. 3.17 Compliance to clause 3.17 with all the communication equipment listed. Details provided?
YES/NO
24. 3.18.1 CVR & FDR combination set provided? YES/NO
nrsc
26
Sl. No.
RFP Clause Item Compliance
Reference Page No of bid
Remarks
25. 3.18.2 TCAS-II with Traffic Advisory and Resolution Advisory provided?
YES/NO
26. 3.18.3 Water Activated and Impact Activated Emergency Locator Transmitter (ELT) with operating frequency of 406 MHz provided?
YES/NO
27. 3.18.4 RVSM compliant? YES/NO
28. 3.18.5 Enhanced Ground Proximity Warning System (EGPWS) including wind shear warning provided?
YES/NO
29. 3.18.6 Automatic Dependant Surveillance System provided?
YES/NO
30. 3.19 Details of optional interfaces as given in 3.19 given?
YES/NO
31. 3.20 Optional communication equipment with ground provided? If so, details given?
YES/NO
32. 3.21 Acceptance of clause 3.21 YES/NO
33. 3.22 Acceptance of clause 3.22 YES/NO
34. 3.23 Acceptance of clause 3.23 YES/NO
35. 3.24 Provision of power console as per 3.24 YES/NO
36. 3.25 Facilities in the Cabin as listed in 3.25 YES/NO
37. 3.26 Acceptance of clause 3.26 YES/NO
38. 4.1 Acceptance to supply the aircraft with modifications as given in clause 4.1
YES/NO
39. 4.2 Acceptance of clause 4.2 YES/NO
40. 4.4 Acceptance to supply the aircraft with modifications as given in table 4.4
YES/NO
41. 4.5 Acceptance to supply Aircraft 1 with one camera well and Aircraft-2 with two camera wells as specified in Clause 4.5
YES/NO
42. 4.5.1 Acceptance to supply the camera wells in both the aircraft with Optical flat for VNIR region as per the specifications given in para 4.5.1
YES/NO
43. 4.5.2 Acceptance to supply the camera well in Aircraft-2 with Optical flat suitable for SWIR region as per the specifications given in para 4.5.2
YES/NO
44. 4.5.3 Acceptance to supply the camera well in Aircraft-2 with Optical flat suitable for SWIR region as per the specifications given in para 4.5.3
YES/NO
45. 4.5.4 Acceptance to carry out the Camera well modification as per the details specified in 4.5.4
YES/NO
46. 4.6 Acceptance to provide provision for ASAR antenna and Radome installation. Acceptance to provide the Radome as per the specifications given in Clause 4.6
YES/NO
47. 4.6.2 Acceptance of clause 4.6.2 YES/NO
48. 4.6.4 Acceptance of clause 4.6.4 YES/NO
49. 4.6.6 Acceptance of clause 4.6.6 YES/NO
nrsc
27
Sl. No.
RFP Clause Item Compliance
Reference Page No of bid
Remarks
50. 4.6.8 Acceptance of clause 4.6.8 YES/NO
51. 4.7 Acceptance of clause 4.7 YES/NO
52. 4.8 Acceptance of clause 4.8 YES/NO
53. 5.2 Acceptance to delivery as per clause 5.2 YES/NO
54. 5.3 Acceptance to clause 5.3 YES/NO
55. 5.4 Acceptance of clause 5.4 YES/NO
56. 5.5 Acceptance to clause 5.5 YES/NO
57. 5.6 Acceptance of clause 5.6 YES/NO
58. 5.7 Acceptance of clause 5.7 YES/NO
59. 5.8 Acceptance to Warranty & Maintenance clause 5.8
YES/NO
60. 5.8.2 Acceptance to provide three years onsite comprehensive maintenance as per 5.8.2
YES/NO
61. 5.8.3 Acceptance to provide manpower as per 5.8.3 YES/NO
62. 5.8.4 Acceptance to clause 5.8.4 YES/NO
63. 5.8.5 Details of price breakup for maintenance given in the price bid? Acceptance to payment terms for maintenance as per 5.8.5
YES/NO
64. 5.8.6 Acceptance to LD Clause 5.8.6 during three years maintenance
YES/NO
65. 5.8.7 Acceptance to clause 5.8.7 YES/NO
66. 5.8.8 Details provided as given in 5.8.8 YES/NO
67. 5.8.9 Acceptance to clause 5.8.9 YES/NO
68. 5.8.10 Acceptance to clause 5.8.10 YES/NO
69. 5.8.11 Acceptance to clause 5.8.11 YES/NO
70. 5.9 Acceptance to clause 5.9 YES/NO
71. 5.10 Acceptance to payment terms as per clause 5.10 YES/NO
72. 5.11 Acceptance to provide PBG as per clause 5.11 YES/NO
73. 5.12 Acceptance to clause 5.12 for acceptance plan YES/NO
74. 5.13 Acceptance to clause 5.13 YES/NO
75. 5.14 Acceptance to LD clause during supply, approvals and acceptance Clause 5.14
YES/NO
76. 5.15 Acceptance to Force Majeure Clause 5.15 YES/NO
nrsc
28
Sl. No.
RFP Clause Item Compliance
Reference Page No of bid
Remarks
77. 5.16 Acceptance to Arbitration Clause 5.16 YES/NO
78. 5.17 Acceptance of clause 5.17 YES/NO
79. 6.1 Details as per clause 6.1 Confirm
80. 6.2 Details as per clause 6.2 Confirm
81. 6.3 Details as per clause 6.3 Confirm
82. 6.4 Details as per clause 6.4 Confirm
83. 6.5 Details as per clause 6.5 Confirm
84. 6.6 All details as per clause 6.6 given Confirm
nrsc
29
ANNEXURE-II: COMMERCIAL BID FORMAT
Sl. No.
Item Price
Remarks
1 Price of Aircraft-1
2 Price of the modifications on Aircraft-1
3 Price for maintenance for 1st
year of Aircraft-1
4 Price for maintenance for 2nd
year of Aircraft-1
5 Price for maintenance for 3rd
year of Aircraft-1
6 Price of Aircraft-2
7 Price of the modifications on Aircraft-2
8 Price for maintenance for 1st
year of Aircraft-2
9 Price for maintenance for 2nd
year of Aircraft-2
10 Price for maintenance for 3rd
year of Aircraft-2
11 TA/DA for the engineers on outstation during the 3yrs maintenance period. Will be multiplied by 300 for a total period of 3ys.
12 TA/DA for the technicians on outstation during the 3yrs maintenance period. Will be multiplied by 300 for a total period of 3ys.
13 Training cost per Pilot
14 Cost of Dual Autopilot as per clause 3.16 ( Optional item)
15 Cost of Data outputs as per Clause 3.19 ( Optional item)
16 Cost of Voice & Data communication system as per Clause 3.20 ( Optional item)
17 Any other relevant/mandatory item (Please specify complete details of the additional items in the technical bid)
Top Related