Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
Government of India/Department of Space
ISRO SATELLITE CENTRE HAL Airport Road, Vimanapura Post
BENGALURU – 560 017 INDIA
Ref No: PUR/EOI-06/PT/ ISIR 2017-0-37221-01 01.08.2017
Invitation for “Expression of Interest” [EOI] for Design and Realisation of VDE Test Facility ISRO Satellite Centre (ISAC) under Department of Space, Government of India, is the lead Centre in India for design, development, integration and testing of spacecraft. ISAC proposes to invite EOI for Design and Realisation of VDE Test Facility. The detailed EOI uploaded in our website provides the necessary information to assist competent Vendors to prepare their proposals. Interested Vendors having adequate know-how, experience and financial background are invited to express their interest by downloading the EOI Document from our website www.isro.gov.in and submit along with the Document Fee of Rs. 500/- in the form of Demand Draft drawn in favour of Accounts Officer, ISAC, Bengaluru within the due date and time. EOI without the stated Document fee will not be considered. Registered Micro, Small and Medium Enterprises (MSME) and Foreign Vendors submitting their EOIs directly without the assistance of their Indian Agents are exempted from payment of Document Fee. “Expression of Interest” with all the necessary required information and as detailed in the EOI Document, shall reach the undersigned, quoting Reference No., ISIR 2017-0-37221-01 on or before 14.00 Hrs, dated 11.09.2017. This proposal is initiated as a Pre-Bid Qualification. Technical details, Annexure – 1: Setup specifications, Annexure -2: Schematic view of the Test Setup and Annexure – 3: List of facilities and test equipment requirement and Compliance Table ‘A’ of the EOI documents shall be duly filled by authorized signatory and attach along with EOI. Inadequate/ incomplete information shall attract rejection of EOI. ISAC reserves the right to accept or reject all or any such “Expression of Interest”, without assigning any reason whatsoever. Addendum/Corrigendum, if any, to this EOI, will be hosted at our website, www.isro.gov.in
Sr. Head, Purchase & Stores (P)
Expression of Interest (EOI) for
Design and Realisation of VDE Test Facility
1) Introduction
A test facility has to be realised with 6 degrees of freedom (DOF) mobility platform (Hexapod)for dropping, precise capture and ejection of the test specimen. The Hexapod has to be mounted on the bottom platform for simulating the 6 DOF motion and velocities in each axis.
2) Equipment required for the facility 1. Hexapod for Six DOF motion
2. 6 axis Force and torque sensors for measuring the disturbing forcesand moments
3. Non-contact speed measurement system (Eg: High Speed Camera) for measuring the ejection speed
4. Optical Sensors for measuring the relative separation gaps between the test specimens
5. Motorised actuator for lifting and lowering the test specimen
6. Counter Balance mass for ensuring separation during ejection
7. Bungie cord based gravity compensation system with load cells.
3) Scope of Work 3.1. Design Design of the setup for accommodating the equipment mentioned in section 2. Overall design specifications and system requirements are given in annexure 2. The setup shall be used for ground based testing but the overall system should adhere to the clean room compatibility specifications.
Detailed design document has to be prepared and provided to ISAC for approval. This document shall also include the material list, fabrication processes and realisation time.
Vendor can opt for subcontracting the design activity, however, ISAC shall be allowed to audit and approve such sub contracted agency.
3.2. Procurements 3.2.1. Raw Materials: Procurement of Raw Material based on design requirements 3.2.2. ( Eg: Stainless Steel, Mild steel , MRF coating paint etc.) 3.2.3. Standard items:Procurement of Standard equipment/ items as mentioned in
section 2 along with castor wheels jacks etc.
3.3. Fabrication of parts a) Fabrication of parts using approved drawings and processes. These parts shall be used in the fixture. Vendor shall be agreeing to the inspection of fabrication facilities and approval by ISAC during technical evaluation. Vendor can opt for subcontracting the fabrication activity, however, ISAC shall be allowed to audit and approve such sub contracted agency.
3.4. Assembly and Testing Evaluation Assemblies are to be carried out in 5, 00, 000 class clean area with Air conditioner.Vendor shall have standard tools and relevant equipment as in Annexure-3 for the assemblies.
Detailed assembly procedure shall be prepared by the vendor and approved by ISAC team.
The test plan will be a joint exercise wherein ISAC will provide the test plan and vendor has to add all the procedural details in the plan which shall be verified and approved by ISAC before carrying out the tests.
Assembly procedure and test plan for each stage should be made available after the design completion stage.
3.5. Quality Assurance, Traceability and Documentation Vendor should be ready to prepare and implement required quality system to carry out activities which include traceability up-to raw material certificate at sourceand periodical reviews. It also involves preparation of all the plan and procedure documents and updating of the same.
3.6. Packaging and delivery Standard procedures for packing of the separate components should be followed to avoid damage due to contamination and transit dynamic loads (Eg. Bubble wrap). Delivery and installation of the setup should be carried out at ISAC.
3.7. Realisation and Schedule a. Realization is proposed in three phases. First phase will involve designing of
the overall setup with all the standard test equipment.In this phase assembly procedure and test plan draft will also be prepared. This phase shall ensure that vendor gets complete familiarization of carrying out end to end activities and understanding requirements. (Identified as MIP -1)
b. After successful completion of the first phase, second phase will involve fabrication of all the components and procurement of required equipment and parts as mentioned in section -2 but not limited to the given list. (Identified as MIP -2)
c. The third phase involves component level testing, assembly and demonstration tests. (Identified as MIP 3) A pre shipment review shall be conducted and clearance shall be given for delivery of the system.
d. Final phase involves delivery of the setup in disassembled mode to ISAC/ISITE and assembly of the setup. Demonstration of the overall functionality and handing over to ISAC shall be treated as completion of the activity.
e. Approximate schedule to carry-out entire project is 6 months after the release of PO by ISRO.
Note: Sub contracting of design/fabrication/ assembly should satisfy the following conditions
1) Sub-contractor should be an ISO certified or equivalent agency with experience in Aerospace related equipments.
2) Sub-contracting is subjected to audit and clearance by ISAC.
4) Facility Requirements a. Computer lab: Design and associated analysis as per the requirement to be
carried out. b. Standard Facilities: Assemblies are to be carried out in 5, 00, 000 class clean
area. c. Tooling, Jigs/fixture:Relevanttools/fixtures/accessories for fabrication,
assembly and testing.
5) Note: 1. The complete details are provided in Request for Proposal (RFP) document. The
interested and competent vendors can obtain theRFPfor preparation of detailed proposal from the Purchase, ISAC after
a) Providing expression of interest compliance to participate, b) Agreeing to non-disclosure of any of the information & drawings to third
party. c) Providing the list of facilities available to carry out the activities. d) Providing information indicating whether vendor had or has been carrying
out similar activities with supporting data. e) On payment of tender fee as applicable.
f) RFP document shall not be duplicated and shall be returned along-with quotation.
g) Please note that vendor is required to provide bank guarantee against issued material if any and components, if any
2. ISAC will have option for vendor evaluation either by site inspection or by detailed presentation from authorized representative of the vendor or both.
3. ISAC shall reserve the right to split the order into two, among the approved parties as per existing norms and rules.
Annexure 1
Setup Specifications
SL No Parameters (Unit) Values/Description 1. Mechanical and Electrical Specifications
1.1 Overall approximate Size of the Fixture (L x B x H mm) max
2m x2mx5m maximum (Local Projections allowed)
1.2 Payload carrying capability Upto 150 kg hanging Upto 250 kg for Base mounted systems
1.3 Linear travel range of the top specimen >1m
1.4 Rate of travel of the top specimen Note: Provision should be there to select any speed in the given range in steps of 1mm/sec
1 to 40 mm/sec
1.5 Type of motor used for lowering and lifting of the top specimen (attach data sheet)
To be provided by the vendor
1.6 Type of Sensors for positional information of the top specimen (Attach Data sheet)
To be provided by the vendor
1.7 Type of sensor used for sensing the separation speed of the two specimens. (Attach Data sheet) (Separation velocity: 1 to 50mm/sec)
To be provided by the vendor
1.8 Hexapod mounting interface To be provided by the vendor
1.9 Overall mass of the setup To be provided by the vendor
1.10 Power required To be provided by the vendor
1.11 Electrical interface for Power supply To be provided by the vendor
1.12 Operating Temperature and Pressure Ambient Conditions
Other requirements
1. Schematic view of the required setup is shown in Figure 1 in Annexure 2. Vendor has
the option of proposing an alternative design concept than the one shown in the
figure.
2. All the equipment required for the facility should be included in the setup and
necessary interfaces (mechanical/electrical) should be provided.
3. Fixture should have the capability of arresting or holding the top specimen when no
operation is being carried out.
4. Fixture should be movable and steerable using trolleys (4Nos or more) and steering
handle.
5. The setup should have locking for rigidly positioning of the complete system using
jacks.
6. Metal coat painting (E.g.: MRF / Duco Paint) of the test fixture may be done to ensure
rust free surface and clean room compatibility. Primer should withstand 5% salt spray
test for 1000hrs.
7. The setup should provide visual output (preferably on a screen) of the test parameters
including forces & moments and approach parameters.
8. Necessary computers, controllers and related electronics should be incorporated in the
system and facility of data input should be provided using standard computer/laptop.
9. Setup should be loaded with all the required software at the time of delivery.
10. Setup should perform as a standalone system requiring a single source for power
supply.
11. Vendor should carry out the design of complete setup and obtain clearance from
ISAC before the start of fabrication.
12. Typical drawing of the complete fixture and the setup should be submitted at the time
of quotation.
13. Vendor should be able to install the setup on site and give demonstration of the
overall performance.
14. Training for the operation of various test systems should be provided on site.
15. Extended warranty of the setup should be provided for 2 yrs and AMC for another 1
year.
16. A non-disclosure agreement has to be signed by the supplier and no technical details
of the system should be disclosed to any external agency.
Annexure 2
Schematic View of the Test Setup
Hexapod
Trolley with Jack
Hoisting Cable
Motorised Actuator
Arresting Mechanism
All 6 DOF simulated
Non-contact speed measurement
system
Optical Position Sensor
Annexure-3 List of facilities and test equipment requirement but not limited to the following for the assembly and testing:
1. Clean area of 5 00 000 class 2. Precision weighing Machine 3. Measurement/inspection and assembly tools 4. Force gauge 5. Tool kit for assembly 6. Torque Wrench 7. File set for bench work 8. Lathe Machine 9. Milling Machine 10. Grinding Machine (Bench Grinder) 11. Wire Strippers, Sprit levels (small/lightweight) 12. Drive electronics for Motor driving 13. Drive electronics and readout software for Hexapod, Force sensor, speed
measuring sensor etc.
Page 9 of 10
Compliance Table-A to be filled by Vendors
Sl. No.
Description Compliance/ Noncompliance by the Vendor
Remarks
Compliance to SCOPE of Activities 1. Design of the setup as mentioned in the specification in Annexure 1 along with
accommodating the equipment as mentioned in section 2
2. Procurement of items as mentioned in Scope of activities Section 2 and 3 3. Fabrication and machining as per Section 3.3 of Scope of activities confirming to all the
items
4. Assembly and Testing Evaluation, as per Section 3 of Scope of activities confirming to all the items and annexure therein
5. Quality Assurance, Traceability and Documentation as per Section 4 of Scope of activities confirming to all the items and annexure therein
6. Packaging and Delivery as per Section 5 of Scope of Activities 7. Agreeing to realization phases and schedule as per Section 3 of Scope of Activities
Compliance to other terms and conditions 8. Experience in handling similar nature of work in last 5 years, 9. The vendor should be ISO 9001 certified. 10. The working capital requirement for the execution of the project is approximately 200 lakhs
due to involved procurement. Vendor shall have adequate financial resources to support the same. Vendor should have executed an order worth 50L or above. The annual turnover of the vendor/company should be 500L or above. Provide last three years balance sheet in support of the claim.
11. Acceptability of the system shall be based on clearance of each MIP and final demonstration as mentioned in section 3.7
12. LD (Liquidated Damage) clause shall be applicable as per rules Signature: Name of the authorised signatory for the company: Date: Place:
Page 10 of 10
Compliance Table-B to be filled by Vendors
Sl. No.
Description In-house/ Outsource
facility
Compliance/ Noncompliance by the Vendor
Remarks
Compliance to Capabilities of Vendor 1 Machining capability and facility for components of the setup as per
section 4 and annexure 2
2 Experience in fabrication of fixtures using SS provide documentary proof to support claim
3 Capability in realising drive electronics and operating electromechanical systems. Provide documentary proof to support the claim
4 Capability to provide material certification and calibration of tools and equipment used
5 Experience in assembly of high value precision components like hexapod, force sensors, speed sensors etc.
6 Fitting capability to carry out minor reworks if any 7 Availability of assembly, testing and inspection 8 Availability of skilled manpower and management team for execution
project
Signature: Name of the authorised signatory for the company: Date: Place: