the rfp for development of irnss sps gps receivers is revised. vendors ... · mode, for gps...
TRANSCRIPT
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 1 of 34
The RFP for Development of IRNSS
SPS_GPS Receivers is revised.
Vendors are requested to bid as per
the revised RFP only.
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 2 of 34
SAC/SNTD/SNAA/IRNSS/RFP1/BulkRx/12/2013_Ver1
RESTRICTED
REQUEST FOR PROPOSAL
FOR
THE DEVELOPMENT OF
IRNSS SPS_GPS USER RECEIVERS
Version - 1
March 2014
Space Applications center
Indian Space Research Organization
AHMEDABAD
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 3 of 34
This page is kept blank intentionally
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 4 of 34
CONTENTS
1. Introduction ..................................................................................................................................................................... 6
2. Scope of work .................................................................................................................................................................. 6
3. Objectives ........................................................................................................................................................................ 7
4. SAC/ISRO’s Responsibilities .......................................................................................................................................... 8
5. Vendor’s Responsibility .................................................................................................................................................. 8
6. Specifications of IRNSS SPS User Receivers .............................................................................................................. 13
6.1 IRNSS Signals in Space (SIS) ........................................................................................................................ 13
7. Reliability & Quality Assurance Requirements ............................................................................................................ 19
7.1 Parts and materials ............................................................................................................................................... 19
7.2 Fabrication process .............................................................................................................................................. 20
7.3 Packaging and Transportation .............................................................................................................................. 20
7.4 Identification and marking ................................................................................................................................... 20
8. Test Philosophy ............................................................................................................................................................. 21
9. Deliverable Documents : ............................................................................................................................................... 22
10. Milestone based Monitoring, Payment & Delivery Schedule ................................................................................. 23
11. List of Deliverable items .......................................................................................................................................... 23
12. Terms and Conditions .............................................................................................................................................. 25
13. ANNEXURE – I ...................................................................................................................................................... 27
14. ANNEXURE – II Technical changes in previous RFP document……………………………………………….29
TABLES
Table 1: Format for the Quotation .................................................................................................... 10
Table 2 : IRNSS Signals Frequency bands ...................................................................................... 13
Table 3 : Typical IRNSS Signal Power level at Receiver Antenna .................................................... 13
Table 4: IRNSS SPS Receivers Specifications ................................................................................. 14
Table 5: Major Specifications of GPS L1 C/A code Receiver……………………………………………18
Table 6: Milestone based Monitoring, Payment & Delivery Schedule………………………………... 23
Table 7: List of deliverable items...………………………………………………………………………... 23
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 5 of 34
Abbreviations
AMC On site Annual Maintenance Contract
ATP doc Acceptance Test Plan Document
BPSK Binary Phase Shift Keying modulation
C/A Clear/Coarse Access
DVM Design Validation Model
FAT doc Factory (At vendor’s premises) Acceptance Test document.
GDOP Geometrical Dilution of Precision
GEO Geo Equatorial Orbit
GNSS Global Navigation Satellite System
GPS Global Positioning System
GSO Geo Synchronous Orbit
ICD Interface Control Document
IRNSS Indian Regional Navigation Satellite System
ISRO Indian Space Research Organization
MCPS Mega Chips Per Second
NDA Non Disclose Agreement
NRE Non Recurring Expenditure
PR Pseudo Range
PVT Position, Velocity, Time
QAM Quality Assurance Model for the verification of performance repeatability.
REQ ID Requirement Identification number
RF FEP RF Front End Processor
RFI Radio Frequency Interference
RFP Request For Proposal
RHCP Right Hand Circular Polarization
SAC Space Applications Centre ( A centre of ISRO, at Ahmedabad, India)
SIS Signal In Space
SPS Standard Positioning Service
SV ID Satellite ID
WGS84 World Geodetic System 84
QAM Quality Assurance Model for the verification of performance repeatability.
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 6 of 34
REQ
ID Requirements description / details
Vendor’s
Response
1. Introduction
Indian Regional Navigation Satellite System (IRNSS) is ISRO’s initiative to build an
independent and regional satellite navigation system based on a constellation of
GEO and GSO satellites. IRNSS will have three main segments, namely the space
segment, the ground segment and the user segment.
The satellites will be placed in two different orbital planes; 3 satellites in the Geo-
stationary orbit (GEO) and 4 satellites in the Geo-synchronous orbit (GSO) with an
inclination of 29º . The IRNSS costellation may be extended to eleven satellite
constellation. The space segment is continuously monitored, controlled and
managed by the ground segment. User segment is related to user receivers in
which “IRNSS SPS_GPS Receivers” will be used to receive IRNSS/GNSS signals.
This document is prepared for inviting the proposals from the industries for the
design, development and onsite delivery of “IRNSS SPS_GPS User Receivers”
herein after it will be referred as “Receivers” throughout this document. This
document provides details and nominal specifications of “Receivers”. The vendors
are required to provide their techno-commercial proposals seperately in the sealed
covers for development and realization plan/schedule of the “Receivers”.
2. Scope of work This Request For the Proposal (RFP) is made to invite competent industries for the
design, development, manufacturing and onsites delivery of accepted “Receivers”
(1 No. of DVM, 4 Nos of QAM and 100 Nos. of recurrent units). They should meet
the specifications as stated in the sections 6.0 and 7.0 in this document.
The “Receivers” will have to receive simultaneously S and L5 Band IRNSS
satellites downlink signals and GPS L1 C/A signal and have to provide the PVT
solutions as per the specified mode of configurations.
This document contains the following details :
Section 5.0 contains vendor’s responsibilities and format for the quotation.
Details on Reliability & Quality assurance requirements, fabrccation process,
packaging & transportation requirements and identification mark is provided in the
section 7.0.
Details related to FAT/ATP and test philosophy is provided in saction 8.0.
List of deliverable documents, deliverable items and delivery shedule are provided
in the sections 9.0, 11.0 (Table – 5) and section 10.0 respectively.
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 7 of 34
3. Objectives
The primary objectives of “Receivers” are as below:
REQ-1 Acquire signals simultaneously from all the IRNSS and visible GPS satellites using
best satellites geometry of configured constellation(s) (w.r.t. GDOP & Signal
strength), provide the PVT solution as outputs and display the same.
REQ-2 Compute & Display the downlink signal strength along with SV ID of L5, S & L1
signals of all the configured satellites, Dopplers and PVT parameters.
REQ-3 Mitigate the effects of multi-path and RF interference from Distance Measuring
Equipment (DME) and TACtical Air Navigation (TACAN), FM Radio signals & FM
harmonics, Land mobile, WCDMA, Wimax/Wi-Fi signals, Doppler collision etc.
using state of the art techniques. Vendor has to demonstrate performance of
implemented mitigation techniques/algorithms with all such RF interferences of -80
dBm power level.
REQ-4 The receiver shall exclude satellite from PVT computation in the following cases:
The ALERT FLAG is set.
The SIGNAL HEALTH bit is set
The Satellite is DISABLED by user command.
REQ-5 User receivers should use the following algorithms by default to minimize the
ionosphere delay and other errors as per the following modes of configurations.
(i) Single frequency mode :
GPS : Use SBAS parameters
IRNSS : Either L5 or S band : By default, Grid based ionosphere delay
correction parameters broadcasted from IRNSS satellites and Klobuchar like in-
built ionosphere delay correction algorithm/model in absence of grid based
parameters.
(ii) Dual frequency mode – IRNSS L5 and S bands (IRNSS Dual bands) Dual frequency
based algorithm to minimize ionosphere delay.
(iii) IRNSS + GPS (Hybrid) Mode :
For GPS solution SBAS and for IRNSS solution grid or Klobuchar
parameters must be used for delay errors correction. Final Hybrid PVT
solution must be with ionosphere delay and other errors corrections.
REQ-6 The receivers can have preferably built-in UNB model for Troposphere delay
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 8 of 34
correction.
REQ-7 NIL - Removed & Not required
REQ-8 1 PPS output synchronized to IRNSS time and user receiver must take external
1 PPS as per the specifications. Internal 1 PPS must be used as a default
measurement instant and external 1 PPS as and when applied. In hybrid mode of
operation, 1 PPS should be constraint to IRNSS time only.
REQ-9 The User receivers should have in-built internal frequency reference source with
appropriate (short & longe term) stability and must be phase lock to external 10
MHz frequency reference source (10 MHz, sinewave, 0 dBm +/- 3 dB). Internal or
external reference frequency source selection should be automatic. By default, it
must be with internal reference frequency source.
REQ-10 The receiver shall have provision to load user coarse location/position and timing
parameters through key board or GUI which can aid fast signal acquisition.
REQ-11 IRNSS system time stamped navigation and measurement data.
REQ-12 Format the measurement data, navigation data and equipment status data into
specified formats and make them available at specified output ports for logging.
REQ-13 To save/store Navigation, Measurement data and broadcast Messages of 24 hours
duration locally and it should be achievable through suitable output port.
REQ-14 The necessary details of SPS codes for all the IRNSS satellites and other relevant
details (IRNSS SPS ICD) shall be provided to the qualified (short listed) vendor
separately with Legal Non-Disclosure Agreement at the time of contract
finalization/Purchase Order (PO).
REQ-15 Receiver should provide status updates every one second.
4. SAC/ISRO’s Responsibilities REQ-16 SAC shall clarify vendors’ queries if any. REQ-17 SAC officials will review FAT/ATP document prepared by the vendor and provide
feedback if any for up-dating/editing and finalizing the FAT/ATP document.
REQ-18 SAC officials will participate in FAT at vendor’s site / place before shipment and the
vendor shall communicate the schedule in advance to SAC/ISRO.
5. Vendor’s Responsibility REQ-19 Vendor should have sufficient experience in the field of development of “Receivers”
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 9 of 34
for satellite based navigation system and documentary evidence for the same
should be provided in their response.
REQ-20 Design, Development, Manufacturing and delivery of Receivers which meets the
objectives and specifications as described in the sections 3.0 and 6.0 respectively.
Vendor has to prepare FAT/ATP document, to carryout FAT in presence of ISRO
officials as per the final FAT/ATP document, deliver accepted Receivers at
“specified end users site(s) anywhere over Indian land mass” herein after it will
be referred as “end users site(s) or onsite(s)” through out in this RFP
document. Vendor has to provide onsite training related to the operations of user
receiver. Vendor also has to carry out final on-site basic functional tests with live
satellites signals at end user’s sites. (The sites will be anywhere over the Indian
land mass and sites locations details will be provided later on).
REQ-21 All the specifications/requirements and terms and conditions are applicable for all
the specified three frequency bands i. e. L5, L1 and S bands.
REQ-22 The User receivers should be portable, Independent, stand alone and should
operate with DC supply. The necessary DC supply should be provided from at a
time any one of the following external power supply source:
(i) AC to DC adapter operated on 230 V AC +/- 10% input or
(ii) DC to DC adapter operated on DC voltage up to 48V as input
(iii) Chargeable battery of rated voltage.
The external chargeable battery must provide backup support for the specified time
span. The AC to DC and DC to DC adapters, chargeable battery and its charger
must be of standard reputed brand/OEM and all these are the deliverable items.
REQ-23 The User Receivers shall have capability to receive IRNSS frequency bands (L5 & S
Bands) and GPS L1 C/A signal. User receivers must display PVT solution based on
signals received from IRNSS or GPS satellites (Independent constellation) or IRNSS
+ GPS satellites (Hybrid solution based on dual constellations) and other defined
parameters derived from these signals. Receiver must correct PVT solution
using SBAS signal in GPS and in GPS + IRNSS (Hybrid) mode. In Hybrid
mode, for GPS solution, SBAS and for IRNSS solution, dual
frequency/grid/Klobuchar parameters must be used for errors
correction.
REQ-24 For GPS L1 C/A code signal details are as per the GPS ICD 200 E or latest GPS
L1 C/A code signal ICD which is available on GPS web site.
REQ-25 After successful FAT, vendor should deliver DVM of “Receivers” as shown in Table
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 10 of 34
1, for further evaluation & qualification with professional simulator(s) at SAC
Ahmedabad. If any deviations with respect to specifications, in the performance are
found then vendor should incorporate necessary modifications to meet the
intended specifications/performance. The contract for the production of
recurrent units will only be awarded by SAC/ISRO after successful and
satisfactory acceptance of DVM and repeatable performance of QAM units.
Rest of the units shall be delivered as per the specified delivery schedule.
REQ-26 Vendor should strictly comply with the legal agreement of the contract, terms and
conditions laid down by SAC/ISRO in this RFP document for maintaining secrecy of
all the technical & non-technical materials, correspondence, hardware/software
details etc.
REQ-27 The Contractor (Vendor) and Purchaser (SAC/ISRO) each shall designate in writing
competent representatives (Focal persons) in respect of different tasks like
Technical Interfacing, Progress Monitoring, Scheduling of inspection and
Acceptance tests (FAT) for the timely execution of the agreement.
REQ-28 SAC/ISRO shall decide at the time of contract finalization, about the purchase or
not to purchase complete Joint IP (JIP) right alone with the receivers. Joint IP right
means Vendor or/and SAC/ISRO can re-produce same Receivers OR SAC/ISRO
can provide this JIP to third party for the re-production of same receivers
independently in future as per their requirements.
REQ-29 It is mendatory for the Vendors to quote (in price bid part & confirmation of the
bid in Table-1) for each items as per the following format in the Table 1.
Table 1: Format for the Quotation
Sr.
No. Description Quantity
Confirm that
you quoted
as per this
format
1 Design, Development, Manufacturing, carry
out FAT/ATP and onsite delivery of
accepted “Receiver” along with all the
deliverables items as listed in Table No. 6
1 No.
DVM unit
2 Production of accepted above DVM, carry
out FAT/ATP and onsite delivery of
accepted “Receivers” along with all the
4 Nos.
QAM units
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 11 of 34
deliverables items as listed in Table No. 6
3 Production of accepted above QAM, carry
out FAT/ATP and onsite delivery of
accepted “Receivers” along with all the
deliverables items as listed in Table No. 6
Up to 100
Nos
Recurrent
Units, in the
slab of
1-50 and
51-100 Nos
4 Applicable all the taxes if any for each
above items Sr. No. 1 to 3. (Specify item
wise)
5 Optional item : Quote for additional units in
slab of 50 Nos. up to 500 numbers and its
validity should be for two years from the
date of acceptance of QAM.
101-150
151- 200
201- 250
251- 300
301- 350
351- 400
401- 450
451- 500
6 Optional item : Quote with inclusive of
applicable Taxes (if any) for onsites
additional two years (For 2nd & 3rd years)
paid up comprehensive warranty support
Per Unit /
Year
7 Optional item : Quote with inclusive of
applicable Taxes (if any) for onsites
additional two years (For 4th & 5th years)
paid up comprehensive AMC support.
Per Unit /
Year
8 Optional item : Quote with inclusive of
applicable Taxes (if any) for the delivery of
complete “Joint Intellectual Property
(JIP) rights.”
All the IPs
of complete
Receiver
REQ-30 Offer shall be submitted separately in two parts in sealed envelopes. The offer
needs to be clearly marked as “Part-1: Technical offer“ with prices masked and
“Part-2 Commercial offer”. In “Part-2-Commercial offer”, vendor should quote
cost for DVM, QAM & cost of reproduction units per unit & total separately.
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 12 of 34
Vendor must also quote in slab of fifty for the recurrent units.
REQ-31 The vendor must comply to one year, onsite, comprehensive standard warranty
support without any extra charges.
REQ-32 The vendor must quote separately as an optional item for additional two years
(For 2nd & 3rd years) paid up onsite comprehensive warranty support.
REQ-33 The vendor also must quote separately as an optional item for two years (For 4th &
5th Years) Onsite Comprehensive Annual Maintenance Contract (OCAMC)
support. The proposed responsibilities, terms and conditions of OCAMC is as per
the Annexure-I
REQ-34 The warranty for a given unit will be effective from the date of demonstration of
final functional tests and its final acceptance by SAC/ISRO.
REQ-35 In case of failure & maintenance of faulty unit(s), the sole responsibilities and all the
expences/charges lies on vendor’s part including packaging, freight, forwarding,
back and forth transportation from onsites to factory/service center, repairing, re-
packing, delivery and functional demonstration at sites and so on.
REQ-36 The total breakdown period including back and forth transportation, maintenance
etc must not be more than eight days from the date of intimation of failure of the
“Receiver(s)”.
REQ-37 The vendor should establish service center in India to provide stated/requisite
onsite comprehensive support for total five years. The vendor may have to keep
some spare hardware of all the sub-systems or complete user receivers for
immediate onsites support during failure.
REQ-38 SAC/ISRO reserves full right to finalize the quantity of recurrent units (Sr. No. 3 in
above Table 1), additional paidup warranty and AMC support etc at the time of
recommendation based on quotation received, requirements and considering
technical & commercial aspects.
REQ-39 The “Receivers” should have direct & detachable connecting facility with Active
Antenna either with suitable low loss (Ecoflex-15, LMR 400 or equivalent) 15
meters long TNC (M) RF cable or through small (2 m) TNC (M) cable
REQ-40 The vendor must supply similar “Receivers” to SAC/ISRO at a rate not exceeding
price of reproduction/recurrent unit i.e. without NRE charges and development
cost upto two years after the delivery of QAM.
REQ-41 During the evaluation of bids, SAC/ISRO at its discretion may seek any clarification
from the vendors of their bid. The request for clarification and the response shall be
in writing, if the response to the clarification is not received within the stipulated
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 13 of 34
period then SAC/ISRO reserves the right to make its own reasonable
assumptions/decision at the total risk and cost of the vendor.
REQ-42 Deviation or mismatch if any in specification(s)/parameter(s)/details between RFP
and IRNSS ICD, then immediately it should be brought to the notice to SAC/ISRO
for clarification and the final clarification has to be considered as the final.
REQ-43 The receiver shall perform initiated Built in Test (IBIT) at user receiver power-up or
upon hardware software reset.
REQ-44 The user receiver shall provide a watchdog mechanism to detect and respond to a
system hang.
6. Specifications of IRNSS SPS User Receivers
6.1 IRNSS Signals in Space (SIS)
REQ-45 Table 2 : IRNSS Signals Frequency bands
Sr.
No. Signal
Carrier
Frequency
Total allocated bandwidth
1. SPS – L5 band 1176.45 MHz 24 MHz (1164.45 -1188.45 MHz)
2. SPS – S band 2492.028 MHz 16.5 MHz (2483.778 – 2500.278 MHz)
Table 3 : Typical IRNSS Signal Power level at Receiver Antenna
Sr.
No.
Signal Signal Component
Typical IRNSS signal power
at Rx Antenna (dBw)
1. L5 band SPS – BPSK -158.0
2. S band SPS – BPSK -161.0
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 14 of 34
REQ-46 Table 4: IRNSS SPS Receivers Specifications
Sr
No. Parameters L 5 Band S Band
1. Center
Frequency/Band 1176.45 MHz+/- 12 MHz
2492.028 MHz+/- 8.25
MHz
2. Modulation /
Polarization
BPSK / RHCP
3. Number of
channels
36 Channels - 11 Channels in L5 + 11
Channels in S band of IRNSS for SPS
signals reception + 12 channels for GPS
L1 C/A code signal + 2 Channel for SBAS
(GAGAN) signal reception. i. e. Available
IRNSS satellite signal(s) and required rest
from GPS satellites L1 C/A code signals
reception at L1 frequency band. SBAS code
details will be provided to the qualified
vendor.
4. Code Type / Rate Gold code, selectable from the list as per the
IRNSS SPS ICD / Rate = 1.023 Mcps
5. Code Length 1023 Chips
6. Minimum
Tracking C/No 32 dBHz at LNA input.
7.
Signal level
Acquisition
Sensitivity
-166 dBw (-136 dBm) or better at L5 Band
with G/T=-27 dB/k and EL=150 and
-169 dBw (-139 dBm) or better at S band
with G/T=-25 dB/k and EL=150
8. Total Frequency
uncertainty +10 KHz
9.
Horizontal
Position
Accuracy -
3D, 1σ value
IRNSS 3D Position Accuracy (Considering
GDOP=3.6, 1σ value)
<10 m in single frequency mode,
coefficient based &
<5 m in dual frequency mode.
10. Velocity
Accuracy 0.05 m/s, 1σ value
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 15 of 34
11. Time Accuracy 25 nsec, 1σ value
12.
Receiver self
Error
contribution
(1 Sigma value)
< 50 cm at C/No = 42 dBHz in a static test condition
without multipath, interferences and other
impairments. Vendor must provide the plot of C/No
(from 36 to 50 dBHz) against receiver self error.
13.
Multipath
residual error
(1 Sigma value)
The receiver shall limit the Pseudorange error
(standard deviation) to less than 1 m for a single
multipath with signal to multipath ratio (SMR) =3
dB for any relative delay.
14.
RF Interference
residual error
(1 Sigma value)
The receiver shall limit the Pseudorange error
(standard deviation) to less than 1 m for average
rate of DME pulse pair, TACAN pulses, CW @
Center Frequency or wideband interference power
level of - 80 dBm.
15. Nav. Data Rate 25 bps (un-coded) & 50 Sps after Rate=½ FEC
16.
FEC Rate, const.
length and
Polynomials
Rate=½ , k = 7, G1 = 171(o) , G2 = 133(o) ,
Sequence First G1 and then G2
17. Datum WGS 84
Antenna
18. Coverage Hemispherical, RHCP
19. Receiver G/T
@ 15 deg. EL
-27 dB/K or better @ L1 & L5 bands
-25 dB/K or better @ S band
20. Axial Ratio < 3 dB up to +/- 75 deg with respect to zenith
21. Protection of
Antenna
Protection against extreme exposed
environment such as Rain, Humidity,
Temperature, Dust, Ice/snow, Salty environment
etc. and proper sealing of Radome to avoid rain
water or any stagnation.
22.
Other Features
of Antenna &
LNA
Edge taper of 8 dB, for =00 to 75
0 in all phi planes
from 0 to 360. It must have multipath tolerant
design.
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 16 of 34
Time To First Fix (TTFF) :
23. Cold start
< 120 sec average, Reference parameters like
coarse time & position, Ephemeris, code and
carrier offset details are not available.
24. Warm start < 60 sec, average, valid reference parameters like
coarse Time, Position and Ephemeris are available.
Dynamic operating conditions :
25. Altitude 18,000 meters max.
26. Velocity 515 meters/second max.
27. Acceleration 4 g
28. Jerk 5 m/s3
29.
Shock &
Vibration
In packed
condition
As per the MIL STD 810E, EP455 Mechanical Shock : Section 5.14.1 Operational Vibration : Section 5.15.1 Random Frequency: 5 to 50 : 0.250 g2/Hz 50 to 500 Hz : 0.012 g2/Hz Duration : 2 Hrs in each 3 axes
Resonance search before and after above test
shall be carried out at 0.5g, 2 octave/min.
30. EMI/EMC
As per MIL-STD-461E, for CECC (EN61000) CS, RS
103.
The design shall be such that its performance shall
not degrade under any Electro Magnetic
Interference.
31. Burn-in test Duration : 72 Hrs at ambient temperature.
I/O signal & Interface Details :
32.
Active Antenna
output & RFFE
input Ports
TNC(F), Return loss better than 10 dB across 50 Ω.
Provision for supplying DC for Active Antenna
(using bias-T network) either through small (2m)
RF cable/TNC(M) bullet directly or through 15 m RF
cable
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 17 of 34
33.
Navigation data
output
Receiver Navigation data output in NMEA0183 V2.x
standard or latest @ RS-232 port. (output interval –
1 Hz)
RS232 to USB converter must be provided.
34. Data storage NIL - Removed & Not required
35. Auxiliary port
Coarse position & time input, command &
configuration data shall be sent to the
receiver through RS-232.
36.
Parameters to be
Displayed on
built-in display
3D Position in deg-mm-sec format, Velocity in m/s,
Time in hr-mm-sec format, Satellites IDs & their
signal strength display with vertical bar chart,
Doppler, Receiver final lock status, Battery charge
/ voltage status
37. LCD Display Built-in, easily detachable color TFT LCD display :
4.3” or larger size.
Environmental specifications
38. Operating
Temperature
- 20°C to + 60°C for Rx main unit (IDU) &
-30°C to + 60°C for Antenna & LNA (ODU)
6 Hrs Dwell time during thermal cycle for each
temperature extremes.
39. Storage
Temperature
- 30°C to +85°C
6 Hrs Dwell time during thermal cycle for each
temperature extremes.
40. Relative
Humidity
24 Hrs storage, 95 % RH @ 400 C followed by 4Hrs
operational, 95% RH @ 400 C
41.
Proposed Size
& weight -
Approximately
Size & weight must be commensurate to
Handheld unit and smaller in size and light in
weight are preferred.
Size : For IDU : Volume of 100 (Inches) 3 &
For ODU : Volume of 45 (Inches) 3 .
Weight : 2 Kg Approx.
(Excluding Battery)
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 18 of 34
42.
Power supply
through circular
connector
User receivers must be operated from any one of
the following external DC supply source and with
output circular connector compatible to Receiver
circular connector.
(i) AC to DC external adapter : Operated with
external 230 VAC +/- 10 %, 50 Hz, single phase
mains supply as input
(ii) DC to DC adapter : Operated with DC up to
48V DC as input. DC to DC Adapter must be
with spike suppressor to suppress the spike
generated by vehicle engine during starting
& in motion. During engine ignition, due to
surge current, vehicle battery voltage will
drop momentarily. DC to DC Adapter must
regulate essential output voltage within
tolerable limit of hardware devices
irrespective of input DC variation.
(iii) External chargeable battery of rated voltage.
The external chargeable battery must provide
backup support for the period of 8 Hours.
The AC to DC and DC to DC adapters, chargeable
battery with compatible output circular connector
and its charger must be of standard reputed
brand/OEM and they are the deliverable parts.
43.
Exclusion of
display from
shock &
vibration tests
Built-in display should be easily detachable & re-
installable from main unit so that it can be
detached during shock & vibration tests and it will
not under go through these tests.
44. Test
methodology
All the specified environmental and dynamic tests
will be carried out as per the respective tests
guidelines & procedure laid down under MIL-STD-
810 / JSS 55555
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 19 of 34
REQ-47 Table : 5 Major Specifications of GPS L1 C/A code Receiver
Sr.
No. Parameters Specifications
01 General description GPS L1 C/A code Receiver
02 Number of channels 12 channels
03 Horizontal Position Accuracy <2 m RMS
04 Vertical Position Accuracy 5 m RMS
05 Velocity Accuracy 0.1 m/s RMS
06 Time Accuracy 20 ns RMS
07 Update Rate 5 Hz
08 Signal Acquisition sensitivity -136 dBm
9 Signal Tracking sensitivity -140 dBm
10
Rest all the electrical, environmental, mechanical, dynamic and
other miscellaneous specifications should be equal or better than
the specifications of IRNSS User Receiver as specified in Table : 4
7. Reliability & Quality Assurance Requirements REQ-48
7.1 Parts and materials
Parts and materials proposed to be used in the “Receivers”shall be of latest
technology and these will be in continuous production.
Parts : The parts used in “IRNSS SPS_GPS Receivers” shall be of Industrial
Grade or better and capable to withstand all the environmental conditions worst
than specified above. It is preferred that both electronic and mechanical parts shall
be procured from reputed Indigenous/foreign manufacturers/vendors.
Materials : Materials proposed to be used in “Receivers”shall be of corrosion
resistant type and suitably processed to resist corrosion caused by atmospheric
conditions existent in storage or normal operational conditions. Only Non-magnetic
materials shall be used for parts except where magnetic materials are essential.
Organic and inorganic materials shall be stable under atmospheric conditions. Only
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 20 of 34
qualified industrial grade epoxies, potting materials etc. shall be used within their
shelf life and with cure schedules as specified by the manufacturer.
REQ-49 7.2 Fabrication process
Along with the quotation, vendor shall provide the details of all the fabrication
process (starting from components selection till the end of finished product)
including soldering, epoxy application, surface treatment, mechanical package
design etc, and quality control & assurance methodology followed for all the
electronics & mechanical items. EMI/EMC and Thermal aspect shall also be taken
care while designing the package & PCB layout. The unit shall be manufactured as
per the standards normally associated with Hi-Rel fabrication.
It is preferred that cleanliness, environmental conditions and ESD control measure
shall be adhered properly in work area. Vendor must follow Quality Control process
at each design and fabrication stages and carry out Quality Assurance audit to
ensure that all planned Product Assurance activities are complied with the identified
procedures.
The proper marking and identification of all the components/parts, labeling of
wires/cables, input & output connectors is essential.
Vendor shall provide proper marking of Item name, model & serial and other details
on front/rear panel of unit. These marking details will be provided by SAC at
appropriate time. The permanency of the marking shall be sufficient to withstand
the specified environmental conditions and normal cleaning operations.
REQ-50 7.3 Packaging and Transportation
Suitable packaging shall be provided for the transportation of the units by air, ship
or road without any degradation / damage. The transportation package shall
suitably be made to protect the unit from rough handling.
The units shall be packaged in ESD (if applicable) protective package. This
package shall protect the unit from environmental conditions during transportation
like heat, humidity, dust, shock, vibration, ESD etc. The unit shall comply with the
vibration specification of 7.7g per Military Standard 810E
REQ-51 7.4 Identification and marking
A unique part number and serial number must be assigned to the “Receivers” and
Active Antenna units. The marking should be permanent and legible.
REQ-52 All the inputs and outputs ports must be labeled with proper font size and thickness
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 21 of 34
so that they can be easily readable from the distance expected with the equipment
use.
8. Test Philosophy REQ-53 FAT/ATP document must contain the details of all the tests considering electrical,
functional, dynamic, environmental and mechanical specifications of this RFP. All
the tests shall be carrying out as per the final approved FAT/ATP document.
8.1 For DVM and QAM units
All the tests at vendor’s site and subsequently the limited prime tests will be carried
out with professional simulator(s) and with live satellites signals at SAC
Ahmedabad for final qualification.
8.2 For Recurrent units REQ-54 All the tests at vendor’s site, on 10 % of the total units selected randomly.
Basic functional tests, on remaining 90 % of units at vendor’s site.
A final functional test on all the units with live satellites signals at the end users
sites anywhere in India.
8.3 Proposed list of tests REQ-55 Active antenna (Integrated Antenna and LNA) tests (Independently)
Receive gain at bore sight for all band (L1, L5 and S band)
Radiation pattern from -180 degree to +180 degree of theta and ϕ=0 to 360 ° in
step of 10 °
Antenna phase centre measurement over the 0 to 90 deg. elevation angles at
all the three frequency bands
Gain Vs Frequency response
Output port Return Loss measurement
Performance tests over specified operating & dynamic environments.
Complete integrated user receiver tests :
Specified modes of configuration and PVT computation and SBAS
functionality.
Signal level sensitivity test
Verification test for number of channels.
Performance of Ionosphere & Troposphere delay correction algorithms.
Signal Acquisition and Tracking threshold tests with noise.
Frequency acquisition (uncertainty) range with 35 dBHz C/No.
C/No versus code jitter. (Over the range of C/No = 35 to 50 dBHz)
User receivers self error at 42 dBHz C/No and –132 dBm signal level
at LNA input port.
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 22 of 34
TTFF at 35 dBHz C/No for cold and warm start modes and reacquisition
time
PVT Accuracy (Over the range of C/No = 35 to 50 dBHz) without
multipath.
PVT Accuracy with multipath errors for SMR of 2, 6, 12 to 15 dB and
over the multipath delay from 0.1,0.2, 0.3, 0.5, 0.7 and 1.0 chip
Reference source frequency stability – short term (per second) & long
term (Over a day) stability.
All the input/output interfaces functionality tests
Battery back-up test with all the Receiver hardware is powered ON
Verification of all the tracked satellites are used for PVT computation
Environmental tests :
Operating and storage temperature testing as per the specifications
Humidity test (5% to 95% non-condensing at + 400C)
Shock and Vibration tests as per the specified test standards
EMI/EMC tests as per the specified test standards
Burn-in test for 72 Hrs at ambient under Receiver power ON condition.
Vendor has to include any additional tests suggested by SAC during finalization of
FAT/ATP document.
REQ-56 After completing FAT of DVM & QAM and reviewing the test results and their
repeatability, if it is found acceptable then clearance for the production of recurrent
units will be provided by SAC.
9. Deliverable Documents : REQ-57 The following documents are to be supplied and shall be controlled and managed
as per the ISO 9001-2000 guidelines and as per the terms & conditions laid down in
legal agreement of contract. All documents should be supplied in CDs and hard
copies.
1 Document related to mechanical packages, internal & interfaces
connections details of board(s), components and I/O interfaces.
2 Document related to test setups, procedures and tests results achieved
during development.
3 Factory Acceptance Tests (FAT) & Final Acceptance Test Plan (ATP)
document(s) including list of tests, test setups, details of T & M equipments,
test procedures and blank tables for test results.
4 User operating manual.
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 23 of 34
5 Certificate of Compliance (CoC)
10. Milestone based Monitoring, Payment & Delivery Schedule REQ-58 The proposed milestone based monitoring, payment and Delivery schedule is
provided as below :
The cost of each milestones & their payment must be considered excluding the cost
of extended warrantee – 2 years and AMC – 2 years. Vendors have to provide
details related to their milestones, delivery schedule and payment terms and these
will be finalized during negotiation mutually acceptable and agreed by both the
parties before placement of Purchase Order.
Table : 6 Milestone based Monitoring, Payment & Delivery Schedule
Sr. No. Milestones Delivery schedule Payment terms
1
Advance payment as per
the Government rules if any
against bank guarantee
After placement of
Purchase Order
After reception
of bank
guarantee
2
Delivery & Successful
completion of FAT & onsite
ATP of DVM – 1 No.
To + 5.5 months Cost of DVM
(NRE charges)
3
FAT, Delivery & Successful
completion of onsite ATP of
QAM – 4 Nos.
To + 6 months Cost of QAMs
4
Delivery & Successful
completion of onsite ATP of
production units– 100 Nos.
To + 9 months
Prorata bases
as per the
delivered units
REQ-59 The supplier shall complete the delivery of all the units within the stipulated time
agreed upon and as mentioned in purchase order. The delivery schedule shall be
strictly adhered to.
11. List of Deliverable items REQ-60 Vendor should deliver the following items as listed in the following Table
Table 7: List of deliverables
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 24 of 34
Sr.
No
IRNSS SPS_GPS Receivers
Quantity
Nos.
1. IRNSS SPS_GPS User Receiver with SBAS
functionality as per the specifications &
requirements - 1 No. DVM
1 No. DVM
2.
Production of Quality Assurance Model after the
successful acceptance of above DVM as stated
under Sr. No. 1
04 Nos. QAM
3.
Production of recurrent units after the successful
acceptance of above DVM & QAM as stated under
Sr. No.1 & 2
In slab of 1-50 &
51-100 Nos of
Recurrent units
4.
(i) Active Antenna unit with Radome and
suitable mounting stand – 1 No
(ii) RF (low loss) 15 m long cable for connecting
“IRNSS SPS_GPS Receivers” to Active Antenna
with compatible TNC(M) connectors on both the
ends – 1 No
(iii) RF (low loss) 2 m long cable for connecting
“IRNSS SPS_GPS Receivers” to Active Antenna
with compatible TNC(M) connectors on both the
ends – 1 No
(IV) Mechanical tools kit for installation – 1 set
One set with
each Receiver
5.
Delivery of power supply adapters and battery of
standard reputed brand/OEM:
Mains 230 VAC +/- 10%, 50 Hz, single phase as
input to requisite DC supply – AC to DC Adapter
– 1 No.
DC voltage range up to 48 VDC as Input to
requisite DC output –DC to DC Adapter – 1 No.
Chargeable battery of requisite DC voltage &
current along with its charger – 1 Set
All the necessary I/O interfaces cables with suitable
matting connectors and adapters, Terminations etc
One set with
each Receiver
6. Standard reusable & long lasting carry bags to carry One with each
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 25 of 34
“IRNSS SPS_GPS Receivers” (IDU) and Active
antenna unit (ODU) with proper packing arrangement
in carry bags
Receiver
7. All the Documents as listed in section 9.0 One set with
each Receiver
12. Terms and Conditions REQ-61 The design and production of critical subsystems shall be as per the international
quality certified realization process.
REQ-62 The advance payment if any, will be made against bank guarantee as per the
Government norms and rest of the milestone based payment will be made
subjected to successful completion of each milestone and due milestone
completion certification from SAC/ISRO Authority for the same i. e. Payment of
DVM (NRE) charges against onsite delivery & successful acceptance of DVM,
payment for QAM against onsite delivery & successful qualifacation of QAM and
prorata bases payment against onsite delivery & successful acceptance of
production units. The vendor may specify their payment terms/delivery schedule in
their offer. The final payment terms will be finalized during negotiation before issue
of purchase order to the qualified vendor.
REQ-63 All the documents must be in English language. REQ-64 The vendor may seek/request for any clarification, if required before the submission
of the offer.
REQ-65 Validity of the offer shall be at least for 120 days from the date of opening of tender. REQ-66 Vendor should arrange for all logistics requirements for Acceptance Test at
SAC/Ahmedabad.
REQ-67 Vendor shall go through all the sections of the RFP document and provide a point-
by-point response for each technical and commercial matters in compliance matrix
along with supportive documents. The vendor should bid after carefully examining
all the instructions, terms, conditions, requirements and specifications as mentioned
in RFP and tender notice. The bid should be precise and complete in all respects
as per the requirement of RFP/tender.
REQ-68 It is mendatory for the vendors to provide the documentary details related to
their technical competency, past design & development experience in this field,
Infrastructure required for such development work, skilled manpower in this field etc
alone with their offer. Since this is a specialized and new technological
development activity and considering criticality of requirements, ISRO reserves all
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 26 of 34
the rights to accept or reject the commercially lowest or any other offer in whole or
in part without assigning any reason based on commercial offer, response in terms
of point-by-point complied/non-complied statement of each
parameters/requirements reflected in this RFP and tender, delivery schedule and
many other technical, non-technical & legal criteria laid down by ISRO. Failure to
furnish full required information or submission of a bid with unsolicited information
will be at the vendor’s risk and may result in rejection of bid/offer. The
Purchaser/ISRO is not bounded to provide any reason or justification for the same.
Selection of vendor will be based on compliance of technical specifications and
consideration of all above mentioned criteria.
REQ-69 If found necessary then ISRO may invite selected or all the vendors for the
presentation/discussion including technical and commercial matters to asses the
technical competency related to this RFP/Tender, ISRO officials may visit vendor’s
site if required to verify vendor’s capability in all respect. ISRO may invite suitable
vendor(s) to provide Best And Final Offer (BAFO) within stipulated time.
REQ-70 All the payments including advance payment (if any) will be made subject to
Performance Bank Guarantee issued by the Vendor valuing 10% of the total
contract value in the prescribed form issued by first class National or International
bank acceptable to State Bank of India towards bank guarantee with proper
validation period.
REQ-71 The warranty, AMC, rejection, replacement, delivery schedule, liquidated damages,
payment terms and rest all other terms and conditions laid down in RFP & Tender
must be applicable and binding to the vendor.
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 27 of 34
13. ANNEXURE – I
Proposed responsibilities, terms & conditions for
Onsite Comprehensive Annual Maintenance Contract (OCAMC)
Vendor has to carry out the following OCAMC activities as per the proposed following terms &
conditions:
1.0 Onsite Comprehensive Annual Maintenance (Herein after referred as “OCAMC”)
a. The vendor shall carry out On Site Comprehensive Maintenance Services for IRNSS
SPS_GPS User Receivers Herein after referred as “Receivers” spread all over India for the
period of OCAMC.
b. The vendor should establish zonal or centralized helpdesk with Phone, Fax numbers and
email ID for registration of complaint of failed/faulty unit(s).
c. For any problem reported by the end user, the problem shall be attended to within 8 days.
d. The vendor has to prepare & submit (to SAC/ISRO) detailed monthly maintenance report
containing details such as date of complaint logged, date of complaint attended,
type/description of fault, functional status (complaint cleared with date or pending and if it is
pending then reason for the same) for each receiver.
2.0 Terms & Conditions
a. During OCAMC period vendor should accept any addition or deletion of Receivers for
OCAMC on pro rata basis on same rate.
b. The term comprehensive means Vendor will onsite diagnose, repair / replace the faulty
component / system, sub-systems / peripherals / software etc within specified time frame and
make system operational.
c. In the event of the damages to end user’s property or personal injury to Vendor’s
person/engineer due to the negligence or any other cause, the responsibility shall be solely
rest with vendor. ISRO shall not be responsible for any loss or life of employee of Vendor at
the time of performance of contract at the end user agency’s premises due to natural
calamities / accident etc, if any. The persons engaged by the Vendor for carrying out this
maintenance work will not have any right or claim for regular employment in any of the ISRO
centre/DOS.
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 28 of 34
d. Replacement of defective spare parts shall be arranged by vendor at no extra charge. The
replacement shall be a new part or equivalent functional unit. In case maintenance is held up
due to non-availability of spares or any reason/cause and if the system is not working then
pro-rata based proportional amount shall be deducted from the OCAMC bill.
e. Vendor should define proper call reporting formats and reporting procedures and should not
try to advice the users by telephone to solve the problems after the call/complaint is lodged.
f. As maintenance is comprehensive in nature, Vendor should keep stock of spare sub-
systems, systems, critical components etc so that immediate repair can be performed.
g. Vendor must nominate Focal Person for all the activities related to OCAMC and all the
correspondences related to OCAMC shall be marked to the focal person.
h. The down time is 8 days from the date of complaint. For each subsequent day of delay after 8
days from the date of lodging the complaint, 0.25 % of unit cost of OCAMC value/unit/day
will be recovered from the OCAMC bill.
i. Dispute, if any, shall be settled mutually, failing which it shall be referred to a one man
arbitrator appointee by the Director, SAC, Ahmedabad in accordance with Arbitration Act
1996, whose decision shall be final and binding on both the parties.
j. ISRO reserves the right to terminate the contract if the performance of the Vendor is not
found satisfactory during the contract span by giving one month’s notice in writing without any
financial implications on either side.
k. Should a part of whole of the services covered in this contact be delayed due to reasons of
force Majeure (for sites identified by ISRO) which shall include Lock-outs, strikes, riots, civil
commotion, fire accidents, acts of God and war, stoppage of deliveries by Government,
refusal of or the training schedules referred in the respective orders shall be extended by a
period(s) not in excess of duration of such force Majeure. Each party undertakes to advise the
other as soon as it becomes aware of the circumstances of such force Majeure. So that
actions under the provisions of those orders can be mutually reviewed and agreed upon
between Vendor and ISRO if the force Majeure conditions extend over a period of six months
both the parties of the order shall mutually discuss and arrive at an agreement for
continuation or termination of the contact.
l. If the receiver is mounted on moving platform then it may not be available at a particular fixed
site at all the time, vendor has to carryout OCAMC as and where receiver(s) is/are available.
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 29 of 34
14. ANNEXURE – II
Technical changes in previous RFP document
With reference to eGPS Tender Notice No. SAC/HPUR/2014 E0030901, for the Design,
Development and on-sites delivery of IRNSS SPS_GPS User Receivers. The following change in the
two RFP documents as referred below may please be noted and Vendor must respond as per the
RFP No. SAC/SNTD/SNAA/IRNSS/RFP1/Bulk Rx/12/2013_Ver1. The response with respect to
RFP No. SAC/SNTD/SNAA/IRNSS/RFP1/Bulk Rx/12/2013_Ver1 only will be considered.
Clause
No.
Ref :SAC / SNTD / SNAA / IRNSS /
RFP1 / Bulk Rx/12/2013
IN PLACE OF
Ref : SAC / SNTD / SNAA /IRNSS /
RFP1/ Bulk Rx/12/2013_Ver1
TO BE READ AS
REQ-5 User receivers should use the following
algorithms by default to minimize the
ionosphere delay as per the following
modes of user receiver’s configurations.
(i) Single frequency mode – Either
L5, L1 or S band : By default, Grid
based ionosphere delay correction
parameters broadcasted from
IRNSS satellites and Klobuchar like
in-built ionosphere delay correction
algorithm/model in absence of grid
based parameters.
(ii) Dual frequency mode – IRNSS L5
and S bands (IRNSS Dual bands)
Dual frequency based algorithm to
minimize ionosphere delay.
User receivers should use the following
algorithms by default to minimize the
ionosphere delay and other errors as per
the following modes of configurations.
(i) Single frequency mode :
GPS : Use SBAS parameters
IRNSS : Either L5 or S band : By
default, Grid based ionosphere delay
correction parameters broadcasted
from IRNSS satellites and Klobuchar
like in-built ionosphere delay
correction algorithm/model in
absence of grid based parameters.
(ii) Dual frequency mode – IRNSS L5
and S bands (IRNSS Dual bands)
Dual frequency based algorithm to
minimize ionosphere delay.
(iii) IRNSS + GPS (Hybrid) Mode :
For GPS solution SBAS and for
IRNSS solution grid or Klobuchar
parameters must be used for delay
errors correction. Final PVT solution
must be with ionosphere delay and
other errors corrections.
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 30 of 34
REQ-7 They should also have Firmware up-
gradation facility. NIL - Removed & Not required
REQ-23 The User Receivers shall have capability
to receive IRNSS frequency bands (L5 &
S Bands) and GPS L1 C/A signal. User
receivers must display PVT solution
based on signals received from IRNSS or
GPS satellites (Independent constellation)
or IRNSS + GPS satellites (Hybrid
solution based on dual constellations) and
other defined parameters derived from
these signals.
The User Receivers shall have capability
to receive IRNSS frequency bands (L5 &
S Bands), GPS L1 C/A signal and SBAS
signals. User receivers must display
PVT solution based on signals received
from IRNSS or GPS satellites
(Independent constellation) or IRNSS +
GPS satellites (Hybrid solution based on
dual constellations) and other defined
parameters derived from these signals.
Receiver must correct PVT solution
using SBAS signal in GPS and in GPS
+ IRNSS (Hybrid) mode. In Hybrid
mode, for GPS solution, SBAS and for
IRNSS solution, dual
frequency/grid/Klobuchar parameters
must be used for errors correction.
REQ-46,
Table-4,
Sr. No. 3
Number of channels :
28 Channels- 11 Channels in L5 + 11
Channels in S band of IRNSS for SPS
signals Receiver with GPS ** L1 C/A
code signal reception feature (Minimum 6
Channels GPS L1 C/A code Receiver)
and PVT solution should be based on
independent (IRNSS or GPS) &
combined IRNSS + GPS (Hybrid)
signals. i.e. one or two IRNSS satellite
signal(s) and required rest from GPS
satellites L1 C/A code signals.
Number of channels :
36 Channels - 11 Channels in L5 + 11
Channels in S band of IRNSS for SPS
signals reception + 12 channels for
GPS L1 C/A code signal + 2 Channel
for SBAS (GAGAN) signal reception. i.
e. Available IRNSS satellite signal(s) and
required rest from GPS satellites L1 C/A
code signals reception at L1 frequency
band. SBAS code details will be provided
to the qualified vendor.
REQ-46,
Table-4,
Sr. No. 6
Minimum operating C/No :
36 dBHz
Minimum Tracking C/No :
32 dBHz at LNA input.
REQ-46, Signal level Acquisition sensitivity : Signal level Acquisition sensitivity :
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 31 of 34
Table-4,
Sr. No. 7
-165 dBw (-135 dBm) or better -166 dBw (-136 dBm) or better at L5
band with G/T=-27 dB/k and EL=150and
-169 dBw (-139 dBm) or better at S
Band with G/T=-25 dB/k and EL=150
REQ-46,
Table-4,
Sr. No. 9
Position Accuracy-RMS:
<10 m in single frequency mode
&
<2 m in dual frequency mode.
(Considering GDOP=3.5, 1σ value)
IRNSS 3D Position Accuracy
(Considering GDOP=3.6, 1σ value)
<10 m in single frequency mode,
coefficient based &
<5 m in dual frequency mode.
REQ-46,
Table-4,
Sr.No. 19
Receiver G/T @ 15 deg. EL :
-28 dB/K or better @ L1 & L5 bands
-27 dB/K or better @ S band
Receiver G/T @ 15 deg. EL :
-27 dB/K or better @ L1 & L5 bands
-25 dB/K or better @ S band
REQ-46,
Table-4,
Sr.No. 29
Shock & Vibration (In packed condition)
As per the MIL STD 810E, EP455
Mechanical Shock :
Section 5.14.1 Operational
Vibration :
Section 5.15.1 Random
Frequency: 5 to 500 : 0.250 g2/Hz
50 to 500 Hz : 0.012 g2/Hz
Duration : 2 Hrs in each 3 axes
Resonance search before and after
above test shall be carried out at 0.5g, 2
octave/min.
Shock & Vibration (In packed condition)
As per the MIL STD 810E, EP455
Mechanical Shock :
Section 5.14.1 Operational
Vibration :
Section 5.15.1 Random
Frequency: 5 to 50 : 0.250 g2/Hz
50 to 500 Hz : 0.012 g2/Hz
Duration : 2 Hrs in each 3 axes
Resonance search before and after
above test shall be carried out at 0.5g, 2
octave /min.
REQ-46,
Table-4,
Sr.No. 34
Data storage :
Receiver should store Navigation &
measurement data in latest RINEX file
format for 24 Hrs and provide access
through Ethernet port.
NIL - Removed & Not required
REQ-46,
Table-4,
Sr.No. 35
Auxiliary port :
Firmware up-gradation, coarse position &
time input, command & configuration data
shall be sent to the receiver through RS-
232.
Auxiliary port :
Coarse position & time input, command
& configuration data shall be sent to the
receiver through RS-232.
REQ-46, Approx. Proposed Size & weight : Approx. Proposed Size & weight :
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 32 of 34
Table-4,
Sr.No. 41
Size & weight must be proportional to
portable unit and smaller in size and light
in weight are preferred.
i.e. For IDU : Volume of 500 (Inches)3
For ODU : Volume of 80 (Inches)3
Weight : 5 Kg Approx.
(Excluding Battery)
Size & weight must be commensurate to
portable unit and smaller in size and light
in weight are preferred.
Size : Volume of 100 (Inches)3 for IDU
& Volume of 45 (Inches)3 for
ODU .
Weight : 2 Kg
(Excluding Battery)
REQ-46,
Table-4,
Sr.No. 42
Power supply through circular
connector
User receivers must be operated from
any one of the following external DC
supply source and with output circular
connector compatible to Receiver circular
connector.
(i) AC to DC external adapter : Operated
with external 230 VAC +/- 10 %, 50 Hz,
single phase mains supply as input
(ii) DC to DC adapter : Operated with DC
up to 48V DC as input
(iii) External chargeable battery of rated
voltage. The external chargeable battery
must provide backup support for the
period of 8 Hours. The AC to DC and DC
to DC adapters, chargeable battery with
compatible output circular connector and
its charger must be of standard reputed
brand/OEM and they are the deliverable
parts.
Power supply through circular
connector
User receivers must be operated from
any one of the following external DC
supply source and with output circular
connector compatible to Receiver
circular connector.
(i) AC to DC external adapter : Operated
with external 230 VAC +/- 10 %, 50 Hz,
single phase mains supply as input
(ii) DC to DC adapter : Operated with DC
up to 48V DC as input. DC to DC
Adapter must be with spike
suppressor to suppress the spike
generated by vehicle engine during
starting & in motion. During engine
ignition, due to surge current, vehicle
battery voltage will drop momentarily.
DC to DC Adapter must regulate
essential output voltage within
tolerable limit of hardware devices
irrespective of input DC variation.
(iii) External chargeable battery of rated
voltage. The external chargeable battery
must provide backup support for the
period of 8 Hours. The AC to DC and DC
to DC adapters, chargeable battery with
compatible output circular connector and
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 33 of 34
its charger must be of standard reputed
brand/OEM and they are the deliverable
parts.
REQ-47,
Table:5,
Sr. No. 2
Number of channels :
6 channels or more
Number of channels :
12 channels
REQ-47,
Table:5,
Sr. No. 3
Horizontal Position Accuracy :
3 m RMS
Horizontal Position Accuracy :
<2 m RMS with SBAS
REQ-55 Complete integrated user receiver
tests :
Signal level sensitivity test
Specified modes of configuration and
PVT computation.
Verification test for number of
channels.
Performance of Ionosphere &
Troposphere delay correction
algorithms.
Signal Acquisition and Tracking
threshold tests with noise.
Frequency acquisition (uncertainty)
range with 36 dBHz C/No.
C/No versus code jitter. (Over the
range of C/No = 36 to 50 dBHz)
User receivers self error at 42 dBHz
C/No with –129 dBm signal level
TTFF at 36 dBHz C/No for cold and
warm start modes and reacquisition
time
PVT Accuracy (Over the range of
C/No = 36 to 50 dBHz) without
multipath.
PVT Accuracy with multipath errors
for SMR of 2, 6, 12 to 15 dB and over
the multipath delay from 0.1,0.2, 0.3,
Complete integrated user receiver
tests :
Signal level sensitivity test
Specified modes of configuration
and PVT computation and SBAS
functionality.
Verification test for number of
channels.
Performance of Ionosphere &
Troposphere delay correction
algorithms.
Signal Acquisition and Tracking
threshold tests with noise.
Frequency acquisition (uncertainty)
range with 35 dBHz C/No.
C/No versus code jitter. (Over the
range of C/No = 35 to 50 dBHz)
User receivers self error at 42 dBHz
C/No and –132 dBm signal level at
LNA input port.
TTFF at 35 dBHz C/No for cold and
warm start modes and reacquisition
time
PVT Accuracy (Over the range of
C/No = 35 to 50 dBHz) without
multipath.
PVT Accuracy with multipath errors
Request For Proposal for the development of IRNSS SPS_GPS User Receivers
Page 34 of 34
0.5, 0.7 and 1.0 chip
Reference source frequency stability
– short term (per second) & long term
(Over a day) stability.
1 PPS output waveform purity (Logic
Level, Pulse shape - rise and fall
time)
All the input/output interfaces
functionality tests
Battery back-up test with all the
Receiver hardware is powered ON
for SMR of 2, 6, 12 to 15 dB and
over the multipath delay from
0.1,0.2, 0.3, 0.5, 0.7 and 1.0 chip
Reference source frequency stability
– short term (per second) & long
term (Over a day) stability.
All the input/output interfaces
functionality tests
Battery back-up test with all the
Receiver hardware is powered ON
Verification of all the tracked
satellites are used for PVT
computation.
REQ-60,
Table-7,
Sr.No.-1
IRNSS SPS_GPS User Receiver as per
the specifications & requirements - 1 No.
DVM
IRNSS SPS_GPS User Receiver with
SBAS functionality as per the
specifications & requirements - 1 No.
DVM
Bidders may please note the above changes in technical details and submit bids accordingly before due date
and time mentioned in the notification.
Rest all other terms and conditions of said tender remain unchanged.