1
2018
SATELLITE COMMUNICATION TECH. DIVISION
SATCOM & NAVIGATION GROUND SYSTEMS
GROUPSPACE APPLICATIONS CENTRE, ISRO
REQUEST FOR PROPOSAL (RFP) for GSAT-19 Gateway Hub Baseband System and VSAT
Ground Network
2
DOC: Ka-BAND RFP/GSAT-19 GS/SAC/2018
Request for Proposal (RFP)
Supply, Installation and Maintenance of
GSAT-19 Gateway Hub Baseband System and VSAT Ground Network
SPACE APPLICATIONS CENTRE
INDIAN SPACE RESEARCH ORGANIZATION
AHMEDABAD
3
TABLE OF CONTENTS
1.1 INTRODUCTION .............................................................................................................................. 7
1.2 GSAT-19 GROUND NETWORK .......................................................................................................... 7
1.3 NETWORK FEATURES ...................................................................................................................... 7
2.1 SCOPE OF WORK .......................................................................................................................... 10
2.2 RESPONSIBILITIES OF VENDOR ...................................................................................................... 11
2.3 GENERAL GUIDELINES TO THE VENDORS AND OTHER CONDITIONS ................................................ 14
2.4 PREPARATION AND SUBMISSION OF BIDS ..................................................................................... 16
2.5 CRITERIA FOR SELECTION OF LOWEST OFFER (L1) ........................................................................... 18
2.6 DELIVERY & SCHEDULE ................................................................................................................. 18
2.7 WARRANTY AND MAINTENANCE .................................................................................................. 19
3.1 BASEBAND REQUIREMENTS ............................................................................................................... 21
3.2 SPECIFICATION OF GATEWAY BASEBAND ...................................................................................... 21
3.3FEATURES OF GATEWAY NMS ............................................................................................................. 29
3.4 TERMINAL SPECIFICATION .................................................................................................................. 31
ANNEXURE-1 ........................................................................................................................................... 34
ANNEXURE-2 ........................................................................................................................................... 41
4
List of Figures
Figure 1 :GSAT-19 Ground system Configuration ........................................................................................... 8
Figure 2 :NMS Gateway Connection ................................................................................................................ 29
List of Tables
Table 1.Vendor’s Responsibility ....................................................................................................................... 11
Table 2 :Time Schedule ..................................................................................................................................... 19
Table 3 :Technical Specification of Individual Gateway Baseband ............................................................... 21
Table 4 :Features of Gateway NMS .................................................................................................................. 30
Table 5 :Ku-band RUT Specifications.............................................................................................................. 31
5
LIST OF ABBREVIATIONS
RFP : Request for Proposal
RUT : Remote User Terminal
OFC : Optical Fiber Communication
CAMC :Comprehensive Annual Maintenance Contract
ACM : Adaptive Coding and Modulation
NMS : Network Manager System
NCC :Network Control Center
TFSS : Time & Frequency Subsystem
VNO : Virtual Network Operator
QoS : Quality of Service
CIR : Constant Information Rate
SIP : Session Initiation Protocol
TCP/IP : Transport Control Protocol / Internet Protocol
HTTP : Hyper Text Transfer Protocol
FTP : File Transfer Protocol
UDP : User Datagram Protocol
6
Section-1: Introduction to GSAT-19 Ground
Systems
7
1.1Introduction
Space Applications Centre (SAC) located in Ahmedabad, is one of the major centers of Indian
Space Research Organization (ISRO), Department of Space, Government of India.
The next-generation Ku/Ka High Throughput Satellite (HTS) GSAT-19 has been launched for
meeting the country-wide demand for satellite based broadband applications.
The ground infrastructure for complete GSAT-19 system will include two Ka-band Gateways
(or Hubs) at Ahmedabad and Bengaluru. Multiple services/Service providers will share the
satellite bandwidth at L-band interface in the gateway stations and provide services to the end
users.
This “Request for Proposal” is for “Supply, Installation and Maintenance of the complete
GSAT-19 Gateway Hub baseband system for Ahmedabad/Bengaluru and network of
RUTs” and related equipment, defined in this document.
1.2GSAT-19 Ground Network
GSAT-19 Satellite will provide Ku-band user spot beams, covering Indian mainland as well as
islands regions. The Satellite will also provide Ka-band spot beams for Gateways. Figure-1
shows the overall ground system comprising of two Ka-band Gateway earth stations.
The GSAT-19 Ground network will consist of following major components:
1. 8 Ku-band spot beams over Indian region
2. 2 Ka-band spot beams over Indian region with frequency and polarization reuse
3. Two interconnected Ka-band Gateways (Main Gateways) using OFC link/Data
connectivity.
4. Ku-band 1.2m VSATs (Remote User Terminals-RUTs)
1.3Network features
1.The Gateways will communicate to Satellite in Ka-band
2.RUTs will communicate in Ku-band with Satellite.
3.Star connectivity between Ku-band RUTs through Ka-band Gateways. The user-to-user
communication will only be possible via Gateways
8
4.Gateway will be connected to the RUTs through four Ku-band spot beams.
5.Hub transmit and receive simultaneously in both polarizations (Two beams in one
polarization, total four beams)
Figure 1: GSAT-19 Ground system Configuration
9
Section-2: RFP Details and Guidelines
10
2.1Scope of Work
GSAT-19 network will consist of two main Gateway hub baseband systems and RUTs installed
across all user beams. This RFP is for Gateway Hub Baseband at Ahmedabad/Bengaluru and
30numbers of RUTs are being envisaged to demonstrate the concept and network operation
with scope for future expansion. Comprehensive Annual Maintenance of this gateway and
RUTs also comes under the scope of work apart from installation and testing of the hub. The
maintenance has to be executed biannually (compulsorily) or as and when required in case of
breakdown during the warranty period
The broad scope of work for prime vendor (here after called as vendor) includes the following:
1. Supply, Installation, Integration with L- band interface to GSAT-19 RF System, Testing
and Maintenance of:
GSAT-19 Baseband system for one Gateway for utilization of a limited portion of the
satellites
30RUTs at various locations in the country – the site details will be furnished
subsequently.
2. The vendor has to provide a warranty for 3 years, which includes comprehensive
maintenance with spares.
3. The vendor shall provide technology and spare support for hardware and software for a
period of 10 years. Vendor should also provide policy for procuring spares during this
period.
4. Vendor will have to provide necessary equipment details for interfacing this Gateway with
another similar gateway at another site & external network.
11
2.2Responsibilities of Vendor
Table1. defines vendor’s responsibilities for entire work involving the establishment of Gateway infrastructure
Table 1.Vendor’s Responsibility
Sl. No Vendor’s Responsibility Compliance Remarks/Justification
1. To understand completely all the requirements and scope of work
2. Provide requirement of space for equipment, electricity and thermal load,air-
conditioning etc.
3. Submit a comprehensive list of deliverables along with the offer with price masked
for any/all proposed configurations
4. Provide detail cost break-up as part of the offer in the financial bid
5. Provide delivery schedule as part of the offer
6. Prepare the Acceptance Test Plan(ATP) document and make presentation to the
technical committee appointed by SAC, if needed.
Changes suggested by SAC in ATP should be implemented and are binding on the
vendor
7. Vendor has to submit a document including system engineering details, protocol
details, Gateway RF interface details, RUTs, operational details, list of spares,
monitoring and maintenance considerations etc. Demonstration video/photograph of
12
one sample installation of RUT should be shown which will be treated as benchmark
for VSAT installation,
Complete Mechanical details (Baseband Racks dimension, Housing details etc.)
8. Vendor shall provide the test reports for all sub-systems and get it approved by SAC
before dispatch
9. Delivery of equipment to SAC and installation of Hub at location specified by SAC
at time of PO placement
10. Earthing and roof top mounting for RUTs is responsibility of vendor.
11. Integration of the Hardware and Software of system
12. Installation and testing of the complete system comprising of Gateway Hub
baseband and RUTs, as per the requirements given in this RFP
13. Integration with Hub RF system
14. Vendor shall perform acceptance tests as per approved ATP document
15. Vendor shall provide list of all deliverables including cables, connector, patch panel
etc. in their proposal.
16. Supply documentation, technical data sheets published and authenticated by OEM
with relevant OEM certificates, performance report of all subsystems and manuals
in hard and soft copies at time of submission of bid and reference has to be mentioned
in compliance statement
13
17. Provide 24x7 technical support as and when required
18. Vendor shall submit comprehensive maintenance plan for services during warranty period of 3 years. Vendor should also explain their strategy for CAMC. Annexure-1 shows details of CAMC.
19. Vendor shall provide a list of inventory of critical spares, which the vendor will
maintain for maintenance of services, along with offer.
20. The selection of the sub-systems of ground system should be done in a manner to
ensure the continuity of service for at least 10 years (preferably 15 years) for the
Gateway sub-systems. Vendor shall submit comprehensive obsolescence
management plan along with offer, substantiated by OEM certificate or a credible
alternative strategy.
21. Vendor shall obtain necessary regulatory clearance if required for establishment of
gateway baseband & RUTs
14
2.3 General Guidelines to the Vendors and Other Conditions
The offer must contain sufficient data and material to prove that bidding vendor possesses at least 10 years of experience (submit
documents) as on the date of opening the technical bid in the similar type of work, as described in this RFP. For hub baseband system,
the required experience is: Installation, operation and maintenance of similar VSAT network and hub baseband systems.
This is a mandatory condition which has to be met for qualification of bid. The vendor should fill the details of experience as per format
provided in the Annexure-3. Only those experience claims which are backed by relevant documents will be considered during evaluation.
1. Vendor shall comply to all the specifications, deviations if any shall be mentioned in a separate table and provide justification how
these deviations will /will not hamper the overall performance of the system. Any improvement shall be separately brought out in
the offer.
2. Vendor shall propose and quote for the most suitable configuration and sub-systems against the given set of overall specifications in
this RFP.The Vendor should propose STAR topology only for Hub and terminals
3. Vendor should provide certificate for installation of the quoted baseband sub system by the OEM anywhere in the world
4. The overall configuration and implementation plan should be clearly explained with the help of block schematic of the complete
system. with technical justification of choosing each sub-system with respect to the goal of meeting overall system specifications.
5. The vendor must provide a Statement of Compliance (SoC), covering each point of system and sub-system specifications and terms
and conditions of RFP in tabular form (supported and highlighted in data sheets authorized by OEM, brochure, calculations, literature,
test data sheets etc.). SoC by the OEMs and not supported by vendor is not acceptable. In case of any discrepancy between OEM
15
datasheet and compliance statement, OEM certification will be considered final and binding. A template compliance sheet (in excel
format) is provided for reference which has be read with this document.
6. After receiving the offers, Vendors will be invited if found necessary to make technical presentation on their offer to an evaluation
committee at SAC.
7. Vendors shall also note that schedules proposed by them for Delivery of hub baseband should not exceed 16 weeks from the date of
placing the Purchase Order and 1 month for installation for Hub baseband after item received at site. Installation schedules for RUTs
should not exceed 1 month after confirmation of site readiness including transfer of equipment to site. The subsystems for RUTs will
be delivered to SAC with Gateway Hub Baseband. The installation for Gateway Hub Baseband and RUTs will be done on identified
sites as and when informed by SAC. The cost for transportation of RUT subsystems to the site will be borne by SAC. Of the 30 RUTs
10 each will be installed in Mainland states, North East and J&K and Andaman & Nicobar Islands. The installation cost should be
valid for 12 months from date of supply and will be paid on pro-rata basis.
8. Vendors may further note that SAC (ISRO) also reserves the right of not considering an offer, if there are any deviations in the
commercial and/or general terms and conditions offered against the requirements as per this RFP, even if the offer is technically
suitable.
9. Consortium bidding is not allowed for this RFP. SAC (ISRO) shall assign the overall responsibility of implementation on a single
vendor (prime vendor) for the entire works. Any dependency on any sub-contractors (details to be provided) shall be managed by
the prime vendor and should not have any bearing whatsoever on SAC (ISRO) and the performance of the final contract
16
10. The responsibility of safe transportation/ delivery, loading, unloading, transit insurance etc.of total system to the site (SAC) rests
with the Vendor. All expenditures for above activities shall be borne by the Vendor. SAC (ISRO) will provide custom duty
exemption certificate (include request at time of bidding) and other such certificates, whenever applicable and requested.
2.4Preparation and Submission of Bids
Bids shall be submitted in two separate parts in sealed envelopes.
Part-1: This part should contain complete technical proposal. This section should bring out complete clarity on the total work
involved including conceptualization, implementation and performance. This part should include following information but not
limited to:
a)Heritage of providing similar products and services
b)Technical Compliance Statement (Point by Point Compliance) for full RFP including all tables by the vendor
c)Each Subsystem detail with complete specifications.
d)Implementation details including subsystem I/O interface details, signal flow diagram, level diagram etc.
e) The level diagram shall indicate the nominal power input and output of baseband subsystem and should ensure complete compatibility
with RF section.
f)Tests results of baseband subsystems should be provided along with subsystem delivery
g)Complete Civil Work requirements (i.e. overall space requirement and housing outline drawings, clearly specifying area needed for
the Gateway baseband system, air-conditioning, electricity etc.).
h)Gateway hub baseband characterization & acceptance test plan
i)As part of the acceptance-procedures for RUTs, the installation-team of the Vendor shall carry a laptop, power back up & other
necessary equipment to each of the remote sites for demonstrating the connectivity to the hub with required performance.
j) Photographs of the installation, cabling etc. of each of the remote sites shall be submitted by the Vendor to SAC as proof of satisfactory
installation. Vendor should take signature of site coordinator on completion report of installation.
17
k)Time Schedule with reference to major milestones
l)Comprehensive onsite Warranty for three years
m). This should also include spares policy, plan for preventive and corrective maintenance or any other relevant details during warranty
and CAMC.
n)Obsolescence management plan. The vendor has to inform 12 months in advance to any equipment getting obsolete.
o)All papers and documentation of part-2 Without Price (Price masked).
p) All the sub-systems must be quoted (Price Masked) along with make and model number
q) Unmasking of the price in technical bid will lead to disqualification of the bid without any further queries
Part-2: Commercial offer covering entire scope of activity, giving complete cost break up, of the following but not limited to:
a)Cost of Baseband subsystems
b) Cost of Network Management System (Software license if required) with number of RUTs supported, in slabs of 100, 101 to 500, 501
to 1000 and above 1000 (Although minimum license should include at-least 1000 RUTs per Gateway baseband)
c)Cost of proposed spares with list of deliverable
d)Cost of CAMC
e)Cost of 30Ku-band RUTs with 2W/4W including site installation and onsite comprehensive maintenance
f)Cost of additional RUTs with option of 2W & 4W in the slabs of 1-100, 101-500, 501-1000, 1001-10000, above 10000 numbers with
option for site installation and comprehensive maintenance
g)Cost of Comprehensive Maintenance Contract (CAMC) for three years during warranty
h)Any other costs such as integration, fabrication, testing, licensing etc. which are not reflected above, towards realization of systems
under the scope of this RFP
18
2.5Criteria for selection of lowest offer (L1):
Following table gives the item description which are tentatively considered for L1 criteria
Sr No Item description Remarks
Supply installation , integration, and
acceptance testing of the following items :
1 Base band equipment, including NMS and
IF distribution / combining system
2 Warranty for 3 years (comprehensive)
3 CAMC for 3 years
4. Cost of 30 RUT’s and installation cost for
Mainland states, Andaman and Nicobar
Islands, North Eastern States and J&K (10
each at each site)
2.6 Delivery & Schedule
11. Delivery schedule should be ARO16 weeks
12. (After Receipt of Order) and 1 month for installation for Hub baseband after item received at site. Installation schedules RUTs should
not exceed 1 month after confirmation of site readiness. The delivery schedule must address major milestones including following
19
Table 2: Time Schedule
S.No Major Milestones Schedule
1. PDR and ATP Document Submission
2. Close out of PDR
3. Delivery of Equipment at site(SAC)
4. Baseband Installation
5. Integration with RF
6. Baseband Characterization
7. Total System Acceptance
8. Commencement of operations
2.7Warranty and Maintenance
The Vendor shall provide comprehensive on-site warranty including maintenance and spares for a period of 3 years for the complete
system from the final date of acceptance. Terms and condition for repairs / services during the warranty period shall be clearly indicated.
The acceptance test is to be conducted with GSAT-19 or similar satellite and RF system at gateway site. In absence of availability of
space segment TLT may be used during ATP. The detail of CAMC is given in Annexure-1.
20
Section-3: Technical Specifications of Gateway Baseband, NMS and
Remote User Terminals
21
3.1 Baseband Requirements
The proposed baseband configuration should be modular in nature and should be expandable to total network capacity, if required. The
baseband hardware requirement includes all modem hardware (preferably card based modular architecture), router, switches, IP-
encapsulators, timing synchronization subsystem (for MF-TDMA) etc. The NMS at the Gateway should monitor and control all the
designated baseband subsystems. The NMS should have Virtual Network Operation capability for extending management of network
features to more than one application and also support carrier management between various applications.
3.2 Specification of Gateway Baseband
The technical specification of baseband at Gateway (each) is given below in Table 3:
Forward link – up to 110Msps min per Carrier (Each Beam) Total: Two carriers forTwo beams(upgradable to 4 carriers for 4
beams)
Return link – 16 Return carriers with aggregated 20Msps (Each Beam) corresponding to each forward carrier. Total :40 Msps (20
Msps in each beam). The quoted system should be modular and upgradable to higher number of inroutes ( upto 64) and higher symbol
rate
Table 3: Technical Specification of Individual Gateway Baseband
Gateway Baseband Specifications
Sl. No Description Specification Compliance Remarks
&Justification
1. Network Topology Support Star
22
2. Access Method DVB-S2x outbound and MF-TDMA
inbound
3. No of Carriers
1. Out-route Carriers
2. In-route Carriers
2 Nos. of Out-route carrier (upgradable up
to 4 carriers)
Each out-routes to associate with multiple
in-routes carriers upto 16 or higherwith
aggregated throughput of 20Msps or
higher.
Outbound Link
4. Format DVB-S2x with ACM. Link Management
Technique (Uplink power controls (ULPC)
and ACM-The sequence to be specified
and a suitable mechanism to avoid
frequent in-appropriate switchover
5. Output Frequency L-band: 950-1750 MHz or Higher
6. Modulation ETSI EN 302 307-2 (DVB-S2x) compliant QPSK, 8PSK,16APSK 32 APSK The vendor has to provide software/firmware upgrade for higher order schemes as and when available during the warranty period at no extra cost
23
7. FEC ETSI EN 302 307-2 DVB-S2x compliant (LDPC BCH) QPSK @ ½,3/5,2/3,3/4,4/5,5/6,8/9 8PSK @ 3/5,2/3,3/4,5/6,8/9 16APSK @ 2/3,3/4,4/5,5/6,8/9 32 APSK @ 3/4,4/5,5/6,8/9 The vendor has to provide software/firmware upgrade for higher order schemes as and when available during the warranty period at no extra cost
8. Symbol rates 1.5MSPS to 110 MSPS or higher (programmable in steps of 1 MSPS or better)
9. BER Quasi-error-free as per DVB
standards
ETSI EN 302 307-2 (DVB-S2x) with
implementation margin
Note: vendor should provide the Eb/No
&Eb/Ns and BER curve with each modcod
10. Spectrum and carrier spacing 1.05, 1.1, 1.2 x Symbol Rate
Inbound Link
11. Input Frequency L-band : 950-1750 MHz or higher
12. Access Scheme MF-TDMA
24
13. Preferable TDMA bandwidth
access schemes
BoD(Bandwidth on demand) CIR CIR Reallocation Slotted aloha
14. Modulation OQPSK/QPSK & 8 PSK/16 QAMor
equivalent Modulation
15. FEC TPC/Turbo Codes/LDPC equivalent or
better
16. Inbound channel
Symbol Rate
512 Ksps to 4 Msps with subsequent step
should not be more than 2 times of previous
one.
Interface
17. Tx/Rx L-band : 950-1750 MHz or higher
18. Connector SMA or compatible to RF
19. Output Level -10 to -30dBm Typical (Compatible to Hub
RF system)
Note: Baseband should be adjustable to set
level available from RF system.
20. Input Level -130 to -110dBm/Hz typical (Compatible to
Hub RF)
Note: Baseband should be adjustable to set
level available from RF system.
25
21. Time synchronization unit Accuracy 1x10-9 or better (Preferably GNSS disciplined)
IP Traffic
22. Physical Interface RJ45, 10/100/1000 Mbps Ethernet (Separate
for data & M&C)
23. Protocols supported All popular protocol like IP v4, IPv6 TCP,
UDP, IGMP v1, IGMP v2, RIP, SIP or
equivalent/ higher should be supported.
24. TCP acceleration, compression
and HTTP acceleration & web
caching
Yes, in both directions with PEP (with
external hardware or inbuilt in system)
Baseband will support Web Browsing,
Email, VoIP, Video conferencing, FTP
etc.and baseband include necessary interface
and routers for supporting VOIP gateway,
video conferencing system.
25. IP Multicast Should be Supported for inbound and
outbound traffic
26. NAT Yes (via Gateway router or NAT manager)
27. IP Header Compression Required (including UDP, TCP,RTP Header
compression)
28. Bandwidth optimization features Required (vendor to specify all the features)
26
29. IP QoS on Inbound and
Outbound
Required; Multilevel and service wise QoS Priority: Terminal and Group wise
30. VLAN tagging Yes – support for multiple VLANs
31. LAN/WAN Routers To provide interface connectivity to internet
and other gateways HUB baseband .
Network Management
32. User Interface GUI NMS
33. Network Control Center Network Control Center (NCC) software to
provide management and control over the
VSAT network system with NMS running on
Server.
34. Network Management System
(NMS) features
NMS Functions includes:
1. Carrier configuration management 2. Network status monitoring 3. Configuration of all network
components including remotes 4. Downloading of operational Software to
remotes over the air 5. Enabling or disabling of remotes 6. Fault diagnosis and display of alarm 7. Performance Management 8. Traffic Management 9. Account Management 10. Subscribers authentication and
management
27
11. QOS management, 12. Log generation, Archival and Retrieval
of Logs, 13. M&C interface with all the hub elements
Bidder shall provide detailed features of the proposed NMS with regard to carriers configuration management, traffic management, network management, remote VSATs management, fault diagnosis and alarms, return link uplink power control, Web access from NMS clients, etc., in its technical bid. VSAT network should have antivirus protection.
35. Quantity of remote terminals in
network
Minimum1000 terminals to be supported
Note: If any license required, please provide
the details and quotation in slab of
additional 100, 500, 1000, 2000, 5000,
10000 terminals
Network Security
36. Encryption AES- 256 bit Control/Data traffic
Spares
28
37. Spare Subsystem/Cards Vendor to provide the recommended list of
spares in their technical proposal for faulty
system replacement.
Mechanical, Environmental, and Electrical
38 Temperature Operational:10 to +30degreeC (or better) Storage: -40 to + 60 degree C, desirable
39 Humidity Up to 90% RH for operating temperature range
40 Certification (System Level) FCC, CE, and RoHS Compliant
41 Power Supply 230V± 10% AC, 50Hz.(or better)
Optional Items (To be quoted with the bid)
42 Available Gateway redundant
configurations
Auto Redundant NCC Application Servers: 1:1 NMS Database/Mgmt. Servers: 1:1 TFSS (Time & Frequency): 1:1 Forward Link Systems (FLS): N:1 or N:M Return Link Systems (RLS): N: 1 or N: M Network Accelerators: N:1 or N: M IP Routers and Switch: 1:1 or N:M Network Accelerators: N:1 or N: M IP Routers and Switch: 1:1 or N:M (As per OEM guideline )
43 Data interfacing units between
gateways
Data connectivity between gateway and other gateway to be set up in future is through OFC. It will be approximately 1-2 GBPS throughput line between gateways.
29
Vendor needs to provide Ethernet connectivity along with necessary routers with minimum 16 port and provision to connect with OFC.
44 Equipment / Feature for testing
SOTM (Satellite on the move )
application
3.3Features of Gateway NMS
The NMS is central network management functionality and will integrate and provide the management interface for the operators to
seamlessly handle their terminal population and the Gateway resources. It provides a set of tools for Baseband System configuration
management, service level agreement (SLA) management, generation of Gateway performance statistics, and fault management. NMS
should provide Management Dashboard for its services.
Figure 2: NMS Gateway Connection
30
Table 4: Features of Gateway NMS
Sl.
No.
Features Compliance Remarks/Justification
1. Reporting tools for collecting information regarding served
terminals, usage policy management, billing and report generation.
2. Upgrading of terminal firmware over the air.
3. IF resources management in both the directions.
4. Demonstrate vital statistics on services, equipments and resources.
5. Tools for aiding billing management.
6. Network security and limited access to privileged users only.
7. Fragmentation of network based upon the service groups.
8. Ability of prioritizing bandwidth request at Network level as well as
traditional IP QoS.
9. NMS shall have a client – server architecture
10. Virtual Network Operator feature to manage different application
with main NMS.
31
3.4 Terminal Specification
Remote User Terminal (RUT) which is interactive terminal and consists of an antenna, Outdoor Unit (ODU) and Indoor Unit (IDU).
The ODU LNB will be either PLL LNB or LNBF (DRO type). Vendor shall provide quote for both the options. The satellite modem
/Router (IDU) should support IP and provide high TCP/IP throughput. It should be scalable and flexible to provide all functionalities of
traditional broadband networks. It should be a highly integrated device which includes the satellite modem, IP router, TCP optimization
over satellite and QoS/ prioritization in one box. The broad specifications of the terminals are given in Table-5.
Table 5: Ku-band RUT Specifications
Sl
No.
Parameter Unit Specification Compliance Remarks/Justification
1 Antenna Diameter meter 1.2
2 Polarization Linear (Vertical or Horizontal configurable)
3 Transmit frequency GHz 12.75-13.00
4 Receive frequency GHz 10.70-10.95
5 Transmit Power
/EIRP at mid band)
Watts 2W/45 dBW (typ.) 4W/48 dBW(typ.) (UPC range to be provided in the quote) Provide typical EIRP break up in each options. Vendor to quote options separately for 2W & 4 W
32
6 G/T at mid band dB/K 20 typical (provide breakup in the offer)
7 Symbol rate
Rx MSPS Compatible to Hub (110Msps)
Tx KSPS Compatible to Hub baseband Programmable upto 4
MSPS or higher
8 Modulation&
Coding
- Compatible to Gateway Baseband
Rx - ETSI EN 302 307-2 (DVB-S2x) compliant
Tx - OQPSK/QPSK& 8 PSK/16QAMor equivalent (support
for Higherschemes is desirable) with
TPC/Turbo/LDPCcodesor better andcompatible to Hub
baseband
Rx Stability KHz ± 500 KHz
Tx Mute - Shut off the HPA in case of L.O. unlocked or no 10
MHz reference signal
9. Baseband Physical
Data Interface
RJ45, 10/100/1000 Mbps Ethernet
10 Protocols Support IPv4, IPv6, TCP, UDP, ICMP, DHCP, IGMP, RIP Version 2, Static Routes etc.or equivalent protocol.
33
11 Traffic Engineering
(QoS)
Compatible to Gateway baseband(Application based
QoS, Minimum CIR, CIR (Static and Dynamic), Rate
limiting etc.)
12 Primary Power 230V±10% AC, 50Hz.
13 Cable meter 30 mtr for each Tx& Rx with Connectors
14 Environmental
Specifications
(Indoor Units)
Operating Temperature: 0º C to +50º C Storage temperature: -40º C to + 60 o C, desirable Humidity95% RH @ 40º C EMI/EMC As per IEC, class A equipments
15 Environmental
Specifications
(Outdoor Units)
Operating Temperature: -10º C to +55º C Storage temperature: -40º C to + 60 o C, desirable Humidity95% RH @ 40º C
34
ANNEXURE-1
Comprehensive Annual Maintenance Contract (CAMC) for Gateway HUB
baseband and comprehensive maintenance of RUTs
Scope of Work
Techno-commercial proposals from vendors are invited to provide Comprehensive on Site
Maintenance for
1) Comprehensive On Site Maintenance Services for Gateway (Hub base band)
2) Comprehensive On Site Maintenance Services for RUTs
Period of Contract:
The vendor has to execute maintenance as a part of warranty period as per the requirement
specified in the following sections.
Activities to be carried out by Vendor
The vendor has to carry out following activities.
1. Comprehensive Annual Maintenance
1.1 The vendor shall carry out On Site Comprehensive Maintenance Services for Gateway Hub
baseband located at Ahmedabad/Bengaluru and RUTs spread all over India
1.2 The address details of RUTs will be made available at the time of installation.
1.3 The vendor should have representative/offices located by zone wise in India for easy
interface with party and should have toll free number/Phone and Fax numbers to get immediate
attention for breakdown calls.
1.4The vendor has to prepare detailed maintenance report for each maintenance activity carried
out for Hub and RUTs.
1.5 For any problem reported by the user, the problem shall be attended to within24 hours for
HUB Baseband and 72 Hrs. for RUTs in the main land and 96 Hrs. for Andaman & Nicobar
island, J&K and North East (NE)
2. Terms & Conditions
2.1 All Vendors has to provide certificates of OEM (Original Equipment\ Manufacturer) for
the equipment used in Gateway Hub basebands and RUTs to support maintenance activity
35
related to Gateway Hub baseband, RUTs during CAMC period. Offer received from the
Vendor without providing above certificate will be treated as cancelled.
2.2During CAMC period vendor should accept any addition or deletion of RUTs for CAMC
on pro rata basis on same rate.
2.3 The term comprehensive means Vendor will diagnose repair / replace the faulty component
/ system / peripherals / software installed for Gateway Hub basebands& remote nodes of
the network using its own resources and equipments within given time frame, make system
operational and all expenditure related to CAMC has to be borne by Vendor.
2.4 All logistics like arrangement of required transport of equipments and lodging / boarding
for maintenance personnel will be the responsibility of Vendor.
2.5 In the event of the damages to user’s property or personal injury to user / Vendor personnel
due to the negligence of employee of Vendor, the responsibility shall be solely rest with
vendor. ISRO shall not be responsible for the loss of life of employee of Vendor at the time
of performance of contact at user agency’s premises due to natural calamities / accident
explosion etc. if any, the persons engaged by the Vendor for carrying out the maintenance
work will not have any right or claim for regular employment in any of the ISRO / DOS
and these establishments.
2.6 In case any part is replaced by lower capacity; the original capability should be restored
within 3 months. In case of non-availability of identical replacement, suitable new
equivalent replacement with similar or better specification should be carried out with
approval of SAC.
2.7 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 for spares and if the system is not working, corresponding amount for each system, which
is nonfunctional, shall be deducted from the bill.
2.8The faulty part replaced can be taken by Vendor. Vendor should prepare maintenance report
for each maintenance activities carried out and sent to the Engineer -in- charge / focal
person.
2.9 Vendor should define proper call reporting formats and reporting procedures
2.10As maintenance is comprehensive in nature, Vendor should stock spares of essential nature
or as recommended by manufacture(s). Vendor is required to furnish their spare
management plan as part of their proposal.
36
2.11Vendor shall be responsible for all types of charges like lodging, boarding, fares etc. for
visits to hub and various nodes.
3. Contract Manager
SAC/ISRO will nominate person as Contract Manager for this contract for the purpose of
matters related to this CAMC. All correspondences shall be marked in his name.
4. Payment terms
4.1 Payment will be made on quarterly basis for Gateway and half yearly basis for RUTs at
end of each quarter/Half year after completion of satisfactory service.
4.2 The bill duly certified by SAC ISRO Nominated personal shall be submitted to Accounts
officer, SAC, Ahmadabad for payment.
5. Penalty Clause / LD Clause
5.1The down time is 4 hours for Hub. The faults reported / lodged from the user must be
attended and repaired 4 hours from the time of report of compliant. For each subsequent hour
of delay after 4 (four) working hours from the time of lodging the compliant, 0.5 % of annual
CAMC value with ceiling of 10 % of total contract CAMC value of Hub. Vendor needs to
factor and propose sufficient spares & redundancy to maintain this availability.
5.2The down time is 5 working days for all types of nodes. The faults reported / lodged from
the user must be attended and repaired within 5 working days from the date of report of
compliant. For each subsequent day of delay after 5 working days from the date of lodging the
compliant, 0.5 % of annual CAMC value per day will be recovered from the bill with ceiling
of 10 % of total annual CAMC value.
6. Termination of contract
ISRO reserves the right to terminate the contract if the performance of the Vendor is found
to be unsatisfactory during its currency of the contract by giving one month’s notice in
writing without any financial implications on either side.
7. Force Majeure
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
37
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.
8. Price Bid format
Format for price bid
SI
No.
Description Detailed Item Description
Price in INR
1 Cost of Baseband subsystems DVB-S2xconfiguration including 3-year onsite warranty as per terms & condition given in Annexure-1
Table-A
2 Cost of 30Ku-band RUTs
(Excluding installation and onsite field maintenance)
(Installation /Services/CAMC are offered as a zone-wise
with Price Breakup)
Table-B1
Table-B2
3 Applicable taxes Table D
Total
Optional Items:
1. Vendor must accept to provide the RUTs as per rates below, if ISRO demands within one
year after placement of the purchase order (Vendor to quote the RUT prices in slabs as
per table below):
38
SN No of RUTs Price with 4W BUC Price with 2W BUC
1 1-100
2 101-500
3 501-1000
4 > 1000
Note: cost of Software license if required with number of RUTs supported, in slabs of
100, 101 to 500, 501 to 1000 and above 1000 (Although minimum license should include
at-least 1000 RUTs)to be included
Table-A
Hub Baseband subsystems
Sr No Items Total Qty
Price per unit
1 Baseband subsystems with DVB-
S2xconfiguration of 2Uplink carrier and
corresponding two RLS systems ( 16
carriers each)
1
Vendor to provide detail list of deliverable
with quantity
1
For example Item-1
Item-N
Purchaser reserved the right to select any one option of baseband configuration at the
time of technical evaluation of bid and selected option will be considered for L-1 criteria
39
Table-B1
Price breakup of RUT
SN Description Price per unit
1 1.2m Ku- band antenna System
2 BUC (4W)
3 BUC (2W)
4 LNBC
5 Modem (VSAT IDU)
6 Cables (30 meter) & accessories
Note: SAC-ISRO reserves right to order RUTs with 2W/4W BUC with different
quantity
Table-B2
Cost of Installation and CAMC of 30Ku-Band RUTs
Zone Installation
Rupees / unit
(Valid for 3
year)
3-year on
site
CAMC
Rupees /
unit
Mainland States/UTs
Andaman & Nicobar Island
North Eastern States,
J&K
Note: This amount will be paid based on services offered in respective regions
40
Table-C
Critical spares Proposed by the vendor for during Warranty & COMC for smooth
operations (cost to be borne by vendor)
Sl.
No.
Description Total Qty.
Vendor to provide detail list of
deliverable with quantity
Hub Baseband system
Item-1
Item-2
Item-N
Table-D
Applicable taxes:
SI No Description Tax rates
Taxes as per Price in INR
1 Cost of Baseband subsystems with configuration details
2 Cost of 30Ku-band RUTs
(Excluding installation and onsite field maintenance)
(Installation /Services/CAMC are offered as a zone-wise
with Price Breakup)
41
ANNEXURE-2
Experience declaration form:
Details of contract of Hub baseband software and hardware installation during last 5
years
S. No. Name of Customer &
contract No if any
Contract Award date and
Completion date
Operation and maintenance of large SATCOM network experience during last 5 years
Name of
Customer &
contract No. if
any
Years of
operation
Type of SATCOM
network
Status of contract