20
REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS ON SUPER KING AIR B200 AIRCRAFT VT-EBB (BB-1486) [GLOBAL TENDER NOTICE No.2011002446-01] NATIONAL REMOTE SENSING CENTRE INDIAN SPACE RESEARCH ORGANISATION Department of Space, Govt. of India Balanagar, Hyderabad 500037, Telangana, India

REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS … · 2015. 2. 13. · Partial solutions i.e., upgrade of only part of avionics suite will also not be acceptable. 4.3

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS … · 2015. 2. 13. · Partial solutions i.e., upgrade of only part of avionics suite will also not be acceptable. 4.3

REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/

UPGRADE OF AVIONICS ON SUPER KING AIR

B200 AIRCRAFT VT-EBB (BB-1486)

[GLOBAL TENDER NOTICE No.2011002446-01]

NATIONAL REMOTE SENSING CENTRE INDIAN SPACE RESEARCH ORGANISATION

Department of Space, Govt. of India Balanagar, Hyderabad 500037, Telangana, India

Page 2: REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS … · 2015. 2. 13. · Partial solutions i.e., upgrade of only part of avionics suite will also not be acceptable. 4.3

nrsc

Contents

1 INTRODUCTION ................................................................................................. 1

2 GENERAL INSTRUCTIONS FOR SUBMISSION OF PROPOSALS ................... 2

3 DESCRIPTION OF AIRCRAFT FOR AVIONICS UPGRADE .............................. 4

4 SCOPE OF RETROFIT OF AVIONICS FOR NRSC AIRCRAFT ......................... 6

5 TERMS AND CONDITIONS ................................................................................ 9

ANNEXURE-I: TECHNICAL COMPLIANCE STATEMENT ...................................... 14

ANNEXURE-II: PRICE BID FORMAT ...................................................................... 17

ANNEXURE-III: CHECK LIST .................................................................................. 18

Page 3: REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS … · 2015. 2. 13. · Partial solutions i.e., upgrade of only part of avionics suite will also not be acceptable. 4.3

nrsc

Page 1 of 18

1 INTRODUCTION

1.1 Indian Space Research Organization (ISRO), Department of Space (DoS),

Government of India (GoI) is the premier organization in the country responsible for

developing space based systems comprising of launch vehicles, satellites and ground

segment facilities to meet the country’s applications requirements in communication,

broadcasting, metrology and remote sensing.

1.2 National Remote Sensing Centre (NRSC), a unit of the ISRO, owns and operates two

Super King Air (SKA) B-200 aircraft manufactured by Hawker Beechcraft with

Registration Numbers VT-EQK (Serial Number BB-1288 and Year of Manufacture

1988) & VT-EBB (Serial Number BB-1486 and Year of Manufacture 1994). These

aircraft have modifications suitable for installation of airborne sensors and are being

used for aerial surveys for remote sensing and mapping applications.

1.3 Aerial Services & Digital Mapping Area (AS&DMA) of National Remote Sensing Centre

(NRSC), ISRO has diversified state-of-the-art aerial data acquisition instrumentation

like Large Format Digital Camera, Airborne LIDAR, Synthetic Aperture Radar (SAR),

and atmospheric sensors. Airborne LIDAR is an active remote sensing system

operating at 1064 nm, SAR operates in C band (5.35GHz) and these sensors draw

power from Aircraft supply of 28V current Max.100 amps. These sensors are installed

on NRSC aircraft and acquire data for various applications.

1.4 Aircraft is having a cut out in the centre of the cabin covered with an optical flat of

68.5 cm x 61 cm for the sensor operations in visible and NIR range.

1.5 Through this Request For Proposal/ (RFP), sealed proposals are invited for

Avionics Upgrade of NRSC’s aircraft (VT-EBB) from suitable vendors who

have Directorate General of Civil Aviation of India (DGCA)/Federal Aviation

Administration, USA (FAA)/Joint Aviation Authority(JAA)/European

Aviation Safety Agency(EASA) approvals for carrying out avionics upgrade

on Super King Air B200 aircraft.

1.6 The objective of this RFP is to facilitate vendors to participate in the bidding process

for the supply, installation, testing, DGCA certification and crew training for

integrated avionics package through upgrade.

Page 4: REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS … · 2015. 2. 13. · Partial solutions i.e., upgrade of only part of avionics suite will also not be acceptable. 4.3

nrsc

Page 2 of 18

2 GENERAL INSTRUCTIONS FOR SUBMISSION OF PROPOSALS

2.1 The Public Tender is a Two Part Bid Process. Proposals should be submitted in two

separate sealed covers. One cover should contain the Technical Bid. The second

cover should contain the Price Bid. Both the covers should be superscribed “Tender

No NRSC/PUR/PO-2011002446-01 due on 25thMay, 2015 upto 16:00 hrs” and should

properly be titled (whether Technical proposal or Commercial proposal). Both these

covers should be put in another cover addressed to “The Head, Purchase and Stores

Division, National Remote Sensing Centre, Department of Space, Government of

India, Balanagar, Hyderabad, Telangana - 500 037”.

2.2 Vendors are encouraged to provide as much details as possible including company

profile and experience, details of similar works done for other aircraft operator,

technical reference material and any other material as deemed fit.

2.3 Technical bid must contain detailed technical specifications of the avionics suite

proposed.

2.4 The technical bid should also include references of earlier avionics retrofits executed.

Screen shots of upgraded avionics panels should be attached along with the

proposal.

2.5 Vendors must fill the detailed clause wise technical compliance statement enclosed

as annexure-I to their Technical proposal. Similarly, the vendor has to fill the price

bid as per annexure-II which is enclosed in the RFP. Also the vendor has to

enclose the dummy price bid (without price details) to the technical bid.

Vendor should not include price details in the Technical Proposal.

2.6 Vendor has to enclose the detailed list of deliverables (Bill of Materials) in the

technical bid which are required for placing the purchase order.

2.7 Pre-Bid Meeting: Pre-Bid Meeting between NRSC and the prospective vendors

interested in submitting proposals will be held at NRSC Hyderabad as per the details

given in the Public Tender notice. During this meeting, vendors can seek

clarifications required by them to generate proposals. The addendum/ corrigendum if

Page 5: REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS … · 2015. 2. 13. · Partial solutions i.e., upgrade of only part of avionics suite will also not be acceptable. 4.3

nrsc

Page 3 of 18

any, after the pre-bid meeting shall be published in NRSC and ISRO websites and will

be accessible to all the vendors. The bid submitted by the vendors must comply to

the RFP together with the addendum/corrigendum published. NRSC strongly

recommends participation by the vendors in pre-bid meeting at their own

cost. Those who wish to participate should send their willingness regarding their

participation with name, position, address and contact details atleast four days in

advance before the pre-bid meeting. Foreign nationals must indicate their

nationality, passport details. The Visa must be a Business Visa. Tourist Visa is not

acceptable. A scanned copy of the passport must be sent to Head, Purchase and

Stores, National Remote Sensing Centre, ISRO, Balanagar, Hyderabad-500037,

Telangana, India. Email: [email protected]. Any change in the date and venue

of the Pre-Bid meeting will be intimated to all vendors in advance.

2.8 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.

2.9 All communications should be addressed to:

Head - Purchase & Stores Division,

National Remote Sensing Centre (NRSC), ISRO,

Balanagar, HYDERABAD,

Telangana, 500 037, INDIA

Phone : +91 40 2388 4065, 2388 4066

Fax : +91 40 2387 8695

E-mail : [email protected]

Page 6: REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS … · 2015. 2. 13. · Partial solutions i.e., upgrade of only part of avionics suite will also not be acceptable. 4.3

nrsc

Page 4 of 18

3 DESCRIPTION OF AIRCRAFT FOR AVIONICS UPGRADE

3.1 The aircraft for which NRSC is seeking proposals for avionics upgrade is a Super King

Air (SKA) B200 aircraft fitted with PWC Engines model no. PT6A-42 with call sign VT-

EBB manufactured by Beechcraft, USA with serial number BB-1486.

3.2 Structural modifications such as cutouts with optical flat and electrically operated

Optical flat protection doors and pressure box have been carried out in the aircraft

and certified by Federal Aviation Administration (FAA), USA and Director General of

Civil Aviation (DGCA), India.

3.3 The existing Avionics Systems in VT-EBB are from Bendix/King, Allied Signal, Artex,

Fairchild and Rockwell Collins as shown below:

TABLE 3.3: EXISTING AVIONICS SYSTEMS

Sl.

No

Description Make Model No. No. of

units

Part No.(S.No.)

1 VHF Transceiver Rockwell

Collins

VHF-22A 2 622-6152-001(22605 &

24137)

2 VHF Omni directional

Range(VOR)

Rockwell

Collins

VIR-32 2 622-6137-001(14501 &

9886)

3 Ground Proximity Warning

System(GPWS)

Allied Signal Mark VI 1 965-0686-020(2451)

4 Automatic Direction

Finder(ADF)

Rockwell

Collins

ADF-60A 2 622-2362-001(24415

&24264)

5 Air Data Computer Rockwell

Collins

ADC85 1 622-8051-003(G9FX)

6 Distance Measuring

Equipment(DME)

Rockwell

Collins

DME 42 2 622-6263-003(12863 &

4537)

7 Radio Altimeter for GPWS Bendix/King KRA 405B 1 066-01153-0101(2470)

8 ATC Transponder Rockwell

Collins

TDR-94

Dual

2 622-9352-003(1680 &

1630)

9 HF System Bendix/King KHF 950 1 ----

10 Weather Radar Rockwell

Collins

WXR-270 1 ----

11 Emergency Locator

Transmitter(ELT)

Artex ELT C406-

2

1 452-0133(170-12130)

12 Cockpit Voice

Recorder(CVR)

Fairchild A-100S 1 S100-0080-00(02719)

13 Electronic Flight

Instrumentation System

Data Processing Unit(EFIS

DPU)

Rockwell

Collins

DPU-84 1 622-9682-002(538)

Page 7: REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS … · 2015. 2. 13. · Partial solutions i.e., upgrade of only part of avionics suite will also not be acceptable. 4.3

nrsc

Page 5 of 18

14 Auto-pilot Rockwell

Collins

APC-65H 1 622-9724-030(2920)

15 Radio-Altimeter Rockwell

Collins

ALT-50A 1 622-3201-001(7291)

16 Directional gyro System Rockwell

Collins

DGS-65 2 622-6136-002(3728&

3726)

17 Torque transmitter

operates at 28V DC

2 [p/n. 130-389002-

3,s/n.7717-714(RH) &

s/n.7807-3-867(LH)]

18 Fuel Flow Transmitter

operates with DC

2 [Part No.1/2-2-81-306]

Page 8: REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS … · 2015. 2. 13. · Partial solutions i.e., upgrade of only part of avionics suite will also not be acceptable. 4.3

nrsc

Page 6 of 18

4 SCOPE OF RETROFIT OF AVIONICS FOR NRSC AIRCRAFT

4.1 The existing avionics systems in VT-EBB aircraft has to be upgraded with the RVSM

compatible advanced integrated avionics suite such as Proline 21/Fusion(Rockwell

Collins), Garmin 1000 (Garmin).

4.2 All the modules of the avionics suite should form an integrated package produced by

single reputed manufacturer. However ELT can be retained/ sourced from third

party. A mix and match of modules from multiple sources will not be acceptable.

Partial solutions i.e., upgrade of only part of avionics suite will also not be

acceptable.

4.3 All the Avionics modules provided as part of the upgrade should be new and not

overhauled/exchanged.

4.4 Avionics upgrade having Integrated Flight Instrumentation System (including high

resolution Primary Flight Display (PFD) and Multifunction Display(MFD)) should

include the following systems

A. Communication and Navigation systems comprising

a. VHF Omni directional Range (VOR)

b. Distance Measuring Equipment (DME)

c. Automatic Direction Finder (ADF)

d. Instrument Landing System (ILS)

e. VHF Transceiver

f. HF System

g. Weather Radar

h. Audio selector panel

i. ATC Transponder( Mode-S)

j. Cabin Interphone

B. Flight Management System comprising

a. Auto Pilot

b. Air Data Computer.

C. Aircraft Instruments comprising of pitot & static instruments such as

a. Air speed indicator

b. Vertical speed indicator

Page 9: REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS … · 2015. 2. 13. · Partial solutions i.e., upgrade of only part of avionics suite will also not be acceptable. 4.3

nrsc

Page 7 of 18

D. Attitude Heading and Reference System (AHRS).

E. Other instruments such as

a. Radio altimeter

b. Emergency Locator Transmitter (ELT) 406MHz

c. Enhanced Ground Proximity Warning System (EGPWS) (Latest version in

the suite with STC).

d. Traffic Collision Avoidance System-II (TCAS-II) version 7.1.

F. Integrated Engine Information System.

G. Jeppesen Chart Loading and IPAD interface for better operations of the

aircraft.(New Features)

H. Combination set of Cockpit Voice Recorder (CVR) with solid state Memory

supporting a minimum of 2 hours recording and Flight Data Recorder (FDR) of

Type-II as per CAR section 2, Series I, Part V, Rev.2 Dated 14th Nov 2014

(Optional).

I. Aircraft Communications Addressing and Reporting System (ACARS). (Optional)

4.5 Vendors are encouraged to refer to the technical specifications of items mentioned in

Table 3.3 and ensure that their solutions meet their functionalities by upgrading to

the latest specifications in the suite.

4.6 One to one mapping of existing avionics systems and new proposed avionics systems

is to be clearly mentioned. Sub parts like cables, antenna etc. also may be specified

if being replaced in the upgrade.

4.7 WARRANTY:

4.7.1 The warranty support should be provided for a period of 5 years for the

items supplied and wiring, switches and connectors etc. required in

installation.

4.7.2 The warranty should also cover workmanship involved in material supplied

and installation/testing.

4.7.3 The warranty will start from the date of issue of On-site Acceptance

Certificate by NRSC.

4.7.4 The vendor shall provide the standard warranty applicable for each of the

instruments from the date of acceptance. The warranty should be quoted

Page 10: REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS … · 2015. 2. 13. · Partial solutions i.e., upgrade of only part of avionics suite will also not be acceptable. 4.3

nrsc

Page 8 of 18

keeping the above in view. Any subsystem warranty that the OEM

provides for greater than the standard warranty shall be transferred to

NRSC at no additional cost.

4.8 TRAINING: The vendor should provide training to two B200 endorsed NRSC pilots

on the upgraded Avionics suite for the duration as recommended by the

manufacturer. The price of training per aircrew shall be given in the commercial bid.

The vendors must quote the cost of training for P1 and P2 separately in the price bid.

For L1 computation, the training cost of one P1 and one P2 will be considered.

However, payment for the pilot training shall be made as per the actual number of

pilots identified by NRSC for training.

Page 11: REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS … · 2015. 2. 13. · Partial solutions i.e., upgrade of only part of avionics suite will also not be acceptable. 4.3

nrsc

Page 9 of 18

5 TERMS AND CONDITIONS

5.1 The terms and conditions defined in this RFP shall be considered for this procurement

and supersede the general terms and conditions enclosed if any.

5.2 ELIGIBILITY CRITERIA:

5.2.1 Proposals should be submitted only by vendors who have Supplemental Type

certificate (STC) issued by DGCA/FAA/JAA/EASA for avionics retrofit of the specific

aircraft type i.e. Super King Air B200 (BB-1486).

5.2.2 The vendor must have technical representative in India or must have an agreement

with an India based company for bidding, supply, installation, testing, DGCA

certification, air crew training and warranty support at NRSC hangar in Hyderabad.

5.2.3 The Bidder should have experience in carrying out similar activities of Avionics

upgrade on the proposed suite. Documentary proof has to be submitted in the

technical bid.

5.3 BID VALIDITY: The Proposals (Technical bid + Price bid) submitted must be valid

for 180 days from the tender due date.

5.4 PLACE OF UPGRADATION: The avionics upgrade must be carried out at NRSC’s

Hangar, Begumpet Airport, Hyderabad.

5.5 PAYMENT TERMS: NRSC normal payment terms are 90% payment after receipt,

installation and acceptance of the retrofit/ Upgrade and balance 10% after

submission of performance bank guarantee. However, If any advance payment is

required by the vendor, a maximum of 30% of the cost of items (excluding the cost

of installation, 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 retrofit. NRSC decision in

this aspect shall be final.

5.6 PERFORMANCE BANK GUARANTEE: The supplier has to provide a performance

bank guarantee for 10% of base price of the procurement, valid till the completion of

warranty period.

Page 12: REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS … · 2015. 2. 13. · Partial solutions i.e., upgrade of only part of avionics suite will also not be acceptable. 4.3

nrsc

Page 10 of 18

5.7 ARBITRATION AND JURISDICTION:

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.

Legal disputes will be settled through courts in Hyderabad, India.

5.8 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 purchase order caused by

occurrences beyond the control of NRSC or the Supplier (as the case may be)

because of fire, floods, power acts of God, acts of the 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 purchase order

adversely and if such contingency continues beyond six (6) months, both parties

may mutually agree to discuss and agree upon on equitable solution for cancellation

of this purchase order or otherwise decide the course of action to be adopted.

5.9 DELIVERY: All the activities including delivery, permissions, approvals, registration,

installation, acceptance and training shall be completed by vendor within 6 months

from the date of release of Purchase Order by NRSC.

5.10 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

where ever required. The details of Airway Bill, Invoice no. etc., shall be submitted in

advance to issue Customs Duty Exemption certificate.

Page 13: REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS … · 2015. 2. 13. · Partial solutions i.e., upgrade of only part of avionics suite will also not be acceptable. 4.3

nrsc

Page 11 of 18

5.11 LIQUIDATED DAMAGES: For delays attributable to vendor in completion of entire

supply and installation beyond six months, Liquidity Damages (LD) shall be

applicable at 0.5% for every week delay or part there of subject to a maximum of

10% of the order value shall be recovered.

5.12 INSTALLATION AND ACCEPTANCE: The system will be accepted only after

successful test flights at NRSC Hyderabad, meeting all the requirements including

DGCA approvals and registrations (Wireless planning and Coordination (WPC) wing,

Ministry of Telecommunications etc). A mutually agreeable acceptance document

shall be prepared and used for acceptance. The acceptance test shall be carried out

with the Pilots from the vendor and all the pilot expenses for these test flights shall

be borne by the vendor. However, the other expenses such as aircraft fuel shall be

borne by NRSC. 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. The vendor is responsible for problem free

demonstration of upgraded Avionics suite in NRSC & any onsite issues should be

appropriately resolved by the vendor.

5.13 ISSUES DURING ONSITE TESTING: During acceptance testing with airborne

sensors installed, the vendor should carryout field modification on the aircraft (if

required) and obtains DGCA approvals for resolving the EMI/EMC/other compatibility

issues if any. Additional EMI/EMC shielding must be provided during the testing.

Cables provided for interconnections between systems installed to be provided with

good shielding to avoid EMI/EMC problems with airborne remote sensing systems.

5.14 INSURANCE: Any expenses for the insurance of the equipment from the OEM

factory to NRSC shall not be borne by NRSC and hence, it is the responsibility of the

vendor.

5.15 REGULATORY AUTHORITIES PERMISSIONS: The vendor should obtain approvals

from DGCA, India, with regard to avionics upgrade and arrange to provide the

required certification. All the permissions from the regulatory authorities for

installation, registration from DGCA and WPC etc, airworthiness and flying of the

aircraft in India also 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

Page 14: REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS … · 2015. 2. 13. · Partial solutions i.e., upgrade of only part of avionics suite will also not be acceptable. 4.3

nrsc

Page 12 of 18

wherever required and feasible.

5.16 VISIT TO VENDOR SITE: NRSC, during technical evaluation, may decide to visit

the facility of the vendor (or any customer site identified by the vendor) at the cost

of NRSC 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.

5.17 DOCUMENTATION:

5.17.1 The vendor must provide documentation certifying that the manufacturer will provide

spares/service support for atleast 10 years.

5.17.2 The vendor shall supply the complete set (both softcopy and three sets of hardcopy)

of operation manuals and maintenance manuals etc.

5.17.3 The vendor shall provide the complete drawings and documentation of the

modifications carried out in softcopy and one set of hardcopy

5.17.4 The vendor shall also provide copies of all the approvals (FAA/EASA/DGCA/JAA),

STCs implemented for carrying out the modifications in the aircraft.

5.18 COMPLETENESS OF THE BID: The vendor has to quote for all the items (as defined

under scope) required for completion of retrofit including transducers, cables and

other accessories and include in their BOM. Vendor may visit the NRSC facility at

Hyderabad Airport during pre-bid process, if necessary before bidding, for

assessment of existing equipment fitted on the aircraft.

5.19 NRSC will provide hangar and ground power at free of cost. No test equipment will

be provided by NRSC. Vendor should take required base approval from DGCA to

carry out retrofit at Hyderabad.

5.20 The removed Avionics instruments will be retained by NRSC. Vendor is free to give

his own configuration but it should have subsequent service support up to 10 years

which the vendor should commit in writing. Also the vendor shall make sure that the

configuration should not have any EMI (Electromagnetic interference)/EMC

(Electromagnetic compatibility) issues with Remote Sensing Sensor equipment.

Page 15: REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS … · 2015. 2. 13. · Partial solutions i.e., upgrade of only part of avionics suite will also not be acceptable. 4.3

nrsc

Page 13 of 18

5.21 Certificate Release to Service (CRS) can be issued by any of the vendors involved in

the joint venture which shall be acceptable by DGCA.

5.22 Getting Weight Schedule of the aircraft after the retrofit is the responsibility of the

vendor.

5.23 The optional items specified in the RFP shall not be considered for the computation of

the lowest bidder (L1). NRSC may at its discretion either procure these items or

otherwise.

Page 16: REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS … · 2015. 2. 13. · Partial solutions i.e., upgrade of only part of avionics suite will also not be acceptable. 4.3

nrsc

Page 14 of 18

ANNEXURE-I: TECHNICAL COMPLIANCE STATEMENT

S.No. RFP Clause

Item Compliance Ref page no. in the bid

Remarks, if any

1. 4.1 Is the quoted upgrade Integrated

Avionics package

Yes/No

2. 4.2 Whether Integrated package is

produced by single reputed

manufacturer.

Yes/No

3. 4.3 Confirm that all the modules

provided are new and neither

overhauled nor exchanged

Yes/No

4. 4.4 Confirm that are all the items from

4.4 (A) to 4.4 (G) covered in the

proposal along with items given in

Table 3.3.

Provide complete details of the

Optional Items indicated in 4.4(H) &

4.4(I)

Yes/No

5. 4.5 Whether supplied suit meets the

technical specifications of

instruments listed in Table 3.3

Yes/No

6. 4.7.1 Whether warranty support is valid

for 5 years

Yes/No

7. 4.7.2 Confirm the validity of warranty for

workmanship

Yes/No

8. 4.7.3 Acceptance to Clause 4.7.3 Yes/No

9. 4.7.4 Whether if warranty provided by

OEM greater than standard warranty

is transferred to NRSC at no

additional cost

Yes/No

10. 4.8 Whether Training for upgraded

Avionics suite will be provided to 2

NRSC pilots. Confirm that the price is

given separately for both P1 and P2

in the commercial bid.

Yes/No

Page 17: REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS … · 2015. 2. 13. · Partial solutions i.e., upgrade of only part of avionics suite will also not be acceptable. 4.3

nrsc

Page 15 of 18

S.No. RFP Clause

Item Compliance Ref page no. in the bid

Remarks, if any

11. 5.2.1 Approvals (STC) for Retrofit from

DGCA/FAA/JAA/EASA attached

Yes/No

12. 5.2.2 Whether vendor have technical

representative in India

Yes/No

13. 5.2.3 Whether documentary proof showing

experience in similar activities

submitted

Yes/No

14. 5.3 Bid submitted is valid for 180 days Yes/No

15. 5.4 Avionics package will be upgraded at

NRSC Hangar, Begumpet Airport,

Hyderabad

Yes/No

16. 5.5 Acceptance to Payment terms as

per Clause 5.5

Yes/No

17. 5.6 Acceptance to Performance Bank

Guarantee Clause 5.6

Yes/No

18. 5.7 Acceptance to Arbitration &

Jurisdiction Clause 5.7

Yes/No

19. 5.8 Acceptance to Force Majeure Clause

5.8

Yes/No

20. 5.9 Acceptance to Delivery terms as

detailed in Clause 5.9

Yes/No

21. 5.10 Conformance to Customs Duty

Exemption as given in Clause 5.10

Yes/No

22. 5.11 Acceptance to Liquidated damages

Clause 5.11

Yes/No

23. 5.12 Commitment to Installation &

acceptance plan as given in Clause

5.12

Yes/No

24. 5.13 Acceptance to Clause 5.13 Yes/No

25. 5.14 Whether Insurance terms acceptable Yes/No

26. 5.15 Acceptance to obtain approvals from

regulatory authorities as detailed in

Clause 5.15

Yes/No

Page 18: REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS … · 2015. 2. 13. · Partial solutions i.e., upgrade of only part of avionics suite will also not be acceptable. 4.3

nrsc

Page 16 of 18

S.No. RFP Clause

Item Compliance Ref page no. in the bid

Remarks, if any

27. 5.16 Acceptance to Clause 5.16 Yes/No

28. 5.17 Whether Documentation mentioned

in clause 5.17 is provided

Yes/No

29. 5.19 Acceptance to clause 5.19 Yes/No

30. 5.20 Acceptance to clause 5.20 Yes/No

31. 5.21 Details of the vendor issuing the

CRS(if the work is carried by a joint

venture) provided?

Yes/No

32. 5.22 Confirm that upgraded aircraft’s

Weight schedule will be provided

Yes/No

Page 19: REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS … · 2015. 2. 13. · Partial solutions i.e., upgrade of only part of avionics suite will also not be acceptable. 4.3

nrsc

Page 17 of 18

ANNEXURE-II: PRICE BID FORMAT

Sl.No. Item Price Remarks, if any

1 Basic price of system and

instruments

2 Modification and installation

charges

3 Prices for optional items

4 Installation charges for optional

items

5 Taxes and duties applicable

6 Test flight charges

7 Training charges for P1

8 Training charges for P2

9 Warranty charges

Page 20: REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/ UPGRADE OF AVIONICS … · 2015. 2. 13. · Partial solutions i.e., upgrade of only part of avionics suite will also not be acceptable. 4.3

nrsc

Page 18 of 18

ANNEXURE-III: CHECK LIST

Clause/

Table

Description Response Remarks, if any

Tender Reference Number

Whether submitted as two part bid?

Name and Address of the Vendor along with contact

numbers.

Attended the Pre-Bid Meeting?

Details of the Resources and tools available with the

company attached?

Compliance statement prepared and attached

Is the Offer valid for 180 days?

Detailed Technical Specifications and time plan attached Yes/No

References of earlier similar works carried attached? Yes/No

4.4

Are all the items from 4.4 (A) to 4.4 (I) covered in the

proposal along with items given in Table 3.3.

Yes/No

Table

3.3

Detailed statement of compliance for all the instruments,

modules, sub systems and systems attached

Yes/No

4.7 Onsite Warranty for minimum 5 years Yes/No

4.8 Training for aircrew Yes/No

5.2 Approvals (STC) for Retrofit from DGCA/FAA/JAA attached Yes/No

I / we have gone through all the terms and conditions indicated in this enquiry and

accept all of them. The information contained in this proposal is true to the best of

my/our knowledge.

Signature of authorized representative

With Office Seal Dated:_______________

Place:_______________