planar near field (pnf) antenna test facility...vistaar ahmedabad – 380015. interested vendors can...

57
Indent No. SAC/APUR/2020010004 1 Request for Proposal Design development and Realization of 4-axis T-Scanner and 4- axis DUT Positioner System For PLANAR NEAR FIELD (PNF) ANTENNA TEST FACILITY Government of India Indian Space Research Organization Space Applications Centre, Ahmedabad 380015

Upload: others

Post on 31-Jan-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

  • Indent No. SAC/APUR/2020010004

    1

    Request for Proposal

    Design development and Realization of 4-axis T-Scanner and 4-

    axis DUT Positioner System

    For

    PLANAR NEAR FIELD (PNF) ANTENNA TEST FACILITY

    Government of India

    Indian Space Research Organization

    Space Applications Centre, Ahmedabad – 380015

  • Indent No. SAC/APUR/2020010004

    2

    This document contains proprietary information of SAC/ISRO, Ahmedabad.

    Unauthorized copy or reproduction of this document in whole or in part without

    the prior written consent of SAC/ISRO is strictly forbidden.

    SAC/ISRO reserves the right to alter this information at any time without notice.

    Abbreviations/Definitions:

    RFP Request for Proposal

    PNF Planar Near Field Antenna Test Range

    SAC Space Applications Centre

    ISRO Indian Space Research Organization

    PSO Purchase & Stores Officer

    PO Purchase Order

    EGPS Electronic Government Procurement System

    DUT Device under test

    CFE Customer Furnished Equipment

    RF Radio Frequency

    Az Azimuth axis

    El Elevation axis

    RMS Root Mean Square

    DC Direct Current

    PCU Power Control Unit

    LCU Local Control Unit

    RTC Real Time Controller

    FEM Finite Element Method

    DAS Data Acquisition Software

    ATP Acceptance Test Plan

    OEM Original Equipment Manufacturer

    Purchaser Space Applications Centre, Ahmedabad

    Bidder The Firm which is participating in Bid

    Vendor The Firm on whom order is placed

  • Indent No. SAC/APUR/2020010004

    3

    Table of Contents -

    1. Executive Summary ...................................................................................................................... 4

    2. Introduction ................................................................................................................................... 5

    3. Technical Specifications ............................................................................................................... 6

    4. System Description ...................................................................................................................... 14

    5. Scope of Work ............................................................................................................................. 15

    6. Essential drive components / parts to ensure usability of existing controller ........................ 17

    7. Deliverables ................................................................................................................................. 19

    8. Execution Timeline (for reference) ............................................................................................ 20

    9. Acceptance Test Plan .................................................................................................................. 21

    10. Vendor Responsibilities .......................................................................................................... 24

    11. Vendor Qualification Criteria................................................................................................ 25

    12. General Terms and Conditions .............................................................................................. 26

    13. General Instructions to bidder ............................................................................................... 28

    13.1 Instruction to bidder for quoting the tender document .................................................. 28

    13.2 Instruction for quoting Technical Bid (Part I) ................................................................. 28

    13.3 Instructions to bidder for Commercial Bid (Part II) ....................................................... 29

    14. AMC Penalty Clause and Terms conditions – ...................................................................... 30

    Annexure-A ......................................................................................................................................... 31

    Annexure-B .......................................................................................................................................... 35

    Annexure-C ......................................................................................................................................... 36

    Annexure-D ......................................................................................................................................... 56

  • Indent No. SAC/APUR/2020010004

    4

    1. Executive Summary

    Space Applications Centre of Indian Space Research Organization, Department of Space,

    Government of India is the lead ISRO centre for Design, Development, Fabrication and Testing

    of all Indian made satellites.

    SAC is planning to design, develop, install and commission Planar Near Field (PNF) Antenna

    Test Facility at Ahmedabad Satellite Centre to carryout antenna measurements of

    communication / Navigation / Microwave Remote Sensing satellites.

    The proposal is to invite vendors to offer Engineering, Design, Manufacturing, Installation,

    Testing, Calibration, Training and Commissioning of 4-axis T-Scanner (3 linear slide axis and

    1 rotational axis) and 4-axis DUT Positioner (3 rotational axis and 1 linear slide axis) at Planar

    Near Field Antenna (PNF) Test Facility.

    Potential vendor[s] having sufficient know-how, experience/expertise are invited to submit the

    bid for designing and developing T-Scanner and DUT positioner and ensure its operation and

    full functionality with available multi-axis 4164 simultaneous positioner controller (refer

    section 2.3 for more details) at SAC. It is preferable that the supplier have earlier experience

    in manufacturing / repair of one such type of positioning system.

    It is advisable that vendor should plan the site visit for pre-bid meeting and present their

    proposal and understanding to SAC team. In case if vendor have some difficulties to visit

    SAC due to Covid Pandemic situation; vendor has to request to PSO SAC for video conference

    with SAC team.

    Pre-Bid Meeting Details

    A pre-bid meeting will be arranged at Space Applications Centre, Jodhpur Tekra, Ambawadi

    Vistaar Ahmedabad – 380015. Interested vendors can take part in the Pre-Bid meeting in order

    to have better understanding of our invitation Bid document, clarify doubts if any, and other

    allied Technical and Commercial Terms and Conditions for Design development and

    Realization of T-Scanner and DUT Positioner.

    The details of Pre-Bid meeting will be communicated by focal point for pre-bid meeting.

    Date and Time of Pre-Bid meeting: will be communicated on request

    Focal Point for Pre-Bid meeting:

    Purchase and Stores Officer,

    Space Applications Centre (ISRO)

    Jodhpur Tekra, Ambawadi Vistaar

    Satellite Ahmedabad (Gujarat) – 380015

    Phone: 079-269120XX

    Email: [email protected]

  • Indent No. SAC/APUR/2020010004

    5

    2. Introduction

    The proposed PNF is a near field antenna test range (over all dimension of PNF chamber L x

    W x H: 12.65m x 10m x 11.5m), operational frequency ranges 1.0 GHz to 40.0 GHz for

    characterizing various antenna system for GEOSAT, Remote Sensing, Navigation and Ground

    Applications programs of ISRO.

    Proposed PNF RF measurement setup and positioning system are equally important for

    accurate and precise characterization of antenna systems. It will be configured for

    characterizing antenna radiation pattern measurement.

    Proposed PNF Positioning system should include 4-axis T-Scanner (X-Y-Z-Roll) and 4-axis

    DUT positioner (Roll / Elevation / Azimuth / Linear Slide) with controllers. These positioning

    systems will be used to support and position test devices, antennas, model towers, etc. for

    antenna pattern measurements.

    Figure-1: Proposed PNF System

  • Indent No. SAC/APUR/2020010004

    6

    3. Technical Specifications

    Proposed PNF positioning system are divided into two type of positioners –

    1. 4-axis T-scanner 2. 4-axis DUT positioner

    1. 4-axis T-Scanner - The proposed T-Scanner will be fast and ultra-precise scanner with the motor drive, position feedback sensor and limit switch technologies. The selection

    of motor drives, encoder and limit switches are pre-defined in detail under list of

    deliverables. It is to be required to drive the scanner and get its position feedback on

    available multi-axis (upto 4-axis simultaneous controller) 4164 sequential controller

    with built in PCU. In addition, we have to ensure its local mode operation through

    available local control units and integration of available emergency stop unit for safety

    purpose.

    The scanner axes configurations and proposed physical dimensions are given below –

    Figure-2: 4-axis T-scanner (X, Y, Z & Roll axis)

    Table-01: Physical dimension and Travel range

    T-Scanner

    axis

    Overall dimensions Travel Range

    L W H

    X-axis ≤ 11000 mm ≤ 1500 mm ≤ 300 mm 9.0 m

    Y-axis ≤ 1350 mm ≤ 1350 mm ≤ 7500 mm 6.0 m

    Z-axis ≤ 350 mm ≤ 200 mm ≤ 200 mm 0.25 m

    Roll-axis ≤ 280 mm ≤ 140 mm ≤ 220 mm 360deg

    The T-scanner will be composed of an X-axis linear slide and a moving tower for the

    Y-axis. The linear slide will be constructed by modular sections. These modules will

  • Indent No. SAC/APUR/2020010004

    7

    be fixed to the RCC foundation and levelled as one integral track. The Linear-Z travel

    axis will move over Y-axis and Transmit probe will be mounted on roll positioner.

    We recommend specifically designed T-scanner for medium-duty use, with rugged and

    simple construction to ensure high reliability and trouble-free operation. Thermal

    switch and Tacho will be required as standard features for drive system.

    Special attention will be required during selection of rack and pinions to ensure high

    degree of precision for longer life with low backlash. The Y-axis and Z-axis should

    have a counter balance mechanism to eliminate backlash and protect the measurement

    probe in the events like power failure.

    Table-02: Technical Specification Related to T-Scanner

    Parameters X-axis Y-axis Z-axis Roll-axis

    Travel Range Min 9.0 m 6.0 m 0.25 m 360 deg

    Max 9.1 m 6.1 m 0.30 m

    Travel Load over axis Min

    Max

    1500 kg 250 kg 40 kg 20 kg

    1750 kg 350 kg 60 kg 30 kg

    Structure Material Cast Iron / Steel

    Velocity min 250 mm/sec 250 mm/sec 12 mm/sec 5 deg/sec

    max 500 mm/sec 500 mm/sec 20 mm/sec 12 deg/sec

    Planarity

    Mechanical System < 0.20 mm RMS

    Post dynamic

    position correction < 0.10 mm RMS

    Probe Load 20 Kg

    Motor Drive Power 3/4 hp 3/4 hp 1/3 hp 1/20 hp

    Readout Resolution < 0.005 mm < 0.005 mm < 0.005 mm

  • Indent No. SAC/APUR/2020010004

    8

    Figure-3: Proposed T-scanner linear slide axis base

    Figure-4: Proposed T-scanner linear slide axis + Y-axis mounting base

    Figure-5: Proposed T-scanner linear slide Y-axis + Z-axis + Roll-axis (1st View)

  • Indent No. SAC/APUR/2020010004

    9

    Figure-6: Proposed T-scanner linear slide Y-axis + Z-axis + Roll-axis (2nd View)

    Figure-7: Proposed T-scanner axis drive parts and carriage assembly

  • Indent No. SAC/APUR/2020010004

    10

    2. 4-axis DUT Positioner – The proposed DUT-positioner will provide fast and accurate rotation and safe operation with the motor drive, position feedback sensor and limit

    switch technologies. The selection of motor drives, encoder and limit switches are pre-

    defined in detail under list of deliverables. It is to be required to drive the scanner and

    get its position feedback on available multi-axis (upto 4-axis simultaneous controller)

    4164 sequential controller with built in PCU. In addition, we have to ensure its local

    mode operation through available local control unit and integration of available

    emergency stop unit for safety purpose.

    The DUT positioner axes configurations and proposed physical dimensions are given

    below

    Figure-8: Proposed DUT-positioner with axis orientation (Side View)

    Table-04: Physical dimension and Travel range

    DUT-Positioner axis

    (refer Annexure-B)

    Overall dimensions Travel Range

    (Minimum) L W H

    Azimuth-axis ≤ 850 mm x 850 mm x 1250 mm

    (including the 30deg wedge refer

    Annexure-B)

    ±182 deg

    Elevation-axis -25 deg to +92 deg

    Roll-axis 360 deg

    Linear Slide-axis ≤ 3.0 m ≤ 700 mm ≤ 250 mm ± 1.0 m

    Turntable diameter 600 - 650 mm

    The DUT-positioner will be composed of a 3-axis rotation in Azimuth, elevation and

    Roll and it will be mounted over linear travel slide axis of 2.0m travel length. The linear

    slide axis will move the above 3-axis positioner towards or away from probe mounted

    on T-scanner roll axis. The 3-axis positioner will be used to mount DUT over it. The

    linear slide axis will be constructed by modular sections. These modules will be fixed

    to the RCC foundation and levelled as one integral track.

  • Indent No. SAC/APUR/2020010004

    11

    We recommend specifically designed DUT-positioner for medium-duty use, with

    rugged and simple construction to ensure high reliability and trouble-free operation.

    Thermal switch and Tacho will be required as standard features for drive system.

    Table-05: Technical Specification Related to DUT-Positioner

    Parameter Unit Specifications

    No of axis 04

    Type of Positioner Roll / Elevation / Azimuth + Linear Slide

    Delivered Torque Polarization Axis Kg-m ≥ 390

    Elevation Axis Kg-m ≥ 1500

    Azimuth Axis Kg-m ≥ 390

    Withstand Torque (Max.

    DUT weight 200 kg)

    Polarization Axis Kg-m ≥ 580

    Elevation Axis Kg-m ≥ 2250

    Azimuth Axis Kg-m ≥ 580

    Turntable Diameter mm 600 - 650

    Drive Power Polarization Axis hp 3/4

    Elevation Axis hp 3/4

    Azimuth Axis hp 3/4

    Linear Slide Axis hp 1/3

    Maximum Speed Polarization Axis deg/sec ≥ 3.0 (0.5 rpm)

    Elevation Axis deg/sec ≥ 0.33 (40o/min)

    Azimuth Axis deg/sec ≥ 3.0 (0.5 rpm)

    Linear Slide Axis mm/sec ≥ 125

    Minimum Speed Polarization Axis deg/sec ≤ 0.05

    Elevation Axis deg/sec ≤ 0.05

    Azimuth Axis deg/sec ≤ 0.05

    Linear Slide Axis mm/sec ≤ 20

    Position Accuracy Polarization Axis deg ≤ 0.03

    Elevation Axis deg ≤ 0.03

    Azimuth Axis deg ≤ 0.03

    Linear Slide Axis mm ≤ 0.05

    Repeatability Polarization Axis deg ≤ 0.01

    Elevation Axis deg ≤ 0.01

    Azimuth Axis deg ≤ 0.01

    Linear Slide Axis mm ≤ 0.01

    Travel Range Polarization Axis deg ≥ 360o

    Elevation Axis deg -25o to +92o

    Azimuth Axis deg ≥ ±200o

    Linear Slide Axis m ≥ ± 1.0

    Vertical Load Polarization Axis kg ≥ 1000

    Azimuth Axis kg ≥ 5000

    Linear Slide Axis kg ≥ 2000

    Bending Moment El = 0o position kg-m ≥ 1500

    El = 90o position kg-m ≥ 2250

    Maximum Backlash Polarization Axis deg ≥ 0.05

    Elevation Axis deg ≥ 0.05

  • Indent No. SAC/APUR/2020010004

    12

    Azimuth Axis deg ≥ 0.05

    Electromechanical Brakes In all 03 axes

    Slip Ring Contacts 20 contacts slip ring will

    be required for active

    antenna characterization.

    Encoder Type Polarization Axis Incremental standard encoders with standard

    accuracy Elevation Axis

    Azimuth Axis

    Linear Slide Axis

    Select base Riser Height in such a way so that the roll positioner center axis will be at 3.0m

    height from ground.

    Integration of CFE Rotary Joint.

    Counter weight balancing can be considered for better stability.

    Table-06: Technical Specification Related to DUT-Positioner axis alignments

    Parameters Unit Specifications

    Parallelism of DUT Roll axis with T-scanner Z-axis deg ± 0.02

    Parallelism of DUT Azimuth axis with DUT Roll axis deg ± 0.02

    Orthogonality between DUT Linear slide axis and DUT azimuth axis deg ± 0.1

    Orthogonality between DUT Azimuth and DUT Elevation axis deg ± 0.1

    Orthogonality between DUT Elevation and DUT Roll axis deg ± 0.1

    Parameters Az-axis El-axis Roll-axis Slide-axis

    Repeatability ≤ 0.01 mm ≤ 0.01 mm ≤ 0.01 mm ≤ 0.01 mm

    Positioning Accuracy ≤ 0.03 mm ≤ 0.03 mm ≤ 0.03 mm ≤ 0.05 mm

    Figure-9: Proposed 2-axis (Roll/Elevation) of DUT-positioner with axis orientation

  • Indent No. SAC/APUR/2020010004

    13

    Figure-10: Proposed 3-axis (Roll/Elevation + Azimuth) DUT-positioner + 30 deg wedge

    Figure-11: Proposed assembled 3-axis (Roll/Elevation/Azimuth) DUT-positioner

    Figure-12: Proposed DUT-positioner axis drive parts and carriage assembly

  • Indent No. SAC/APUR/2020010004

    14

    4. System Description

    The system referred here will be utilize the Planar Near-Field antenna measurement

    technique based on probing mechanical scanning system consists of an inverted T-type

    high-accuracy planar vertical X-Y-Z Scanner that moves an RF probe to sample the

    electromagnetic field at a plane in front of the DUT. The scanner’s mechanical system will

    also allow the Probe to rotate, thus providing automation to acquire the intended (Co) and

    orthogonal to intended (Cross) polarization components. In addition, Z-axis will provide

    the shifting of probe in Z direction to adjust the plane of the measurement.

    The RTC provides the synchronization of the entire data acquisition sequence and

    Microwave Data Acquisition and analysis Software to controls and reads positions of all

    the motorized scanning axes with the help of an integrated 4164 motion controller and

    power control unit, which communicates with the DUT and Probe T-scanner (X, Y, Z, and

    Roll axes). Figure-13 shows the proposed test setup of PNF Range.

    Figure-13: Proposed PNF Integrated RF test setup

  • Indent No. SAC/APUR/2020010004

    15

    5. Scope of Work

    This RFP contains specific scope of work as indicative for design development and

    Realization of T-scanner and DUT positioner as per specified technical specification and

    ensure its full functionality with available positioner controller (4164).

    1. Proposed work is to design develop and realize, T-scanner and DUT positioner with specified capabilities and accuracies to meet all specifications in No Load and Full Load

    conditions.

    2. Vendor must ensure the selection of components / parts as specified (Part details in table of essential deliverables) and to ensure the full functional operation of T-scanner

    and DUT positioner with existing positioner controller (4164).

    3. The operation of scanner and positioner will only be performed after verifying electrical and control wirings. Therefore, it is under vendor scope to ensure the full usability of

    existing 4164 positioner controllers.

    4. The development activity includes – 4.1 Designing of T-scanner (4-axis) and submit FEM analyzed model with all boundary

    condition, material properties and its analysis report including the type of structure

    building, material selection, over all mass, load carrying capacity with zero

    tolerance, stress over the full travel length, analysis of bending moment, deflection

    in Y-axis w.r.t travel of probe and full load capacity. Also, provide Stress plots for

    full travel length of every axis of scanner and deflection level plots at various points

    on scanner as well as report so that interpretation can be done. Also, define the

    material property taken for analysis. Report must be self-explanatory.

    4.2 Designing of DUT-positioner (4-axis) and submit FEM analyzed model with all boundary condition, material properties and its analysis report including the type of

    structure building, material selection, over all mass, load carrying capacity with

    zero tolerance, analysis of bending moment, deflection in rotational axis w.r.t DUT

    rotation and full load capacity. Also, provide bending moment plots for full scan

    range of every axis of positioner as well as report so that interpretation can be done.

    Also, define the material property taken for analysis. Report must be self-

    explanatory.

    4.3 Designing the wedge and base riser. 4.4 Designing of drive assembly for T-scanner and DUT positioner and analyze the

    maximum power transfer to travel range while considering gear ratios, and drive

    pulley teeth’s. The drive parameters should be ensured by analysis.

    4.5 Vendor has to design the electrical and control wiring diagram. 4.6 Vendor has to submit the analysis report and design for verification to SAC team

    and after getting approval from SAC vendor should start the realization / fabrication

    activity.

    4.7 Vendor should also share the material (used for fabrication of structure) grade report including mechanical and electrical properties.

    4.8 Fabrication and machining work to ensure the planarity of mechanical structure. 4.9 Assembling the drive carriage over the scanner. 4.10 Final assembly and movement verification, 4.11 No load and Full load measurement will be verified as per motion specifications

    mentioned in ATP.

    4.12 Alignment activity at factory site and after installation at actual PNF chamber should be done by vendor as per SAC shared acceptance test matrix.

    4.13 Vendor should demonstrate integration of developed T-scanner and DUT

  • Indent No. SAC/APUR/2020010004

    16

    positioner with available 4164 controller and data acquisition software.

    5. To ensure the communication of position controller with RF test setup vendor has to ensure the position feedback from either incremental encoder or Absolute encoder and

    meet the final technical specifications. The output from the controller to the positioner

    motors is only direct voltage. Details about voltages and feedback signals will be refer

    from Annexure-A.

    6. The vendor shall supply, install, commission and demonstrate the complete system functionality at SAC PNF Facility.

    7. The proposed 4- axis (X, Y, Z, Roll) T-Scanner system and DUT positioner should be fully compatible with the CFE (Positioner controller 4164, LCU and Emergency Stop

    unit 9502) to facilitate near-field antenna measurements. Vendor has to perform motion

    verification tests after integration of the new Scanner system with CFE Positioner

    controller. He shall demonstrate the performance compliance for the specifications

    listed under acceptance test matrix using Spinning diode/Laser tracker measurements

    wherever applicable and apply the dynamic position correction in the Data acquisition

    and analysis software.

    8. Vendor has to create references for final assembly and alignment of T-scanner and DUT positioner, to ensure alignment specification as per Acceptance test matrix.

    9. After design verification, final paint color code will be shared by SAC to paint all structure components.

    10. Ensure the safety load test at repair site and actual site with movement of all axes and offsets of crossing axes. In addition, the test load will be arranged by vendor only.

  • Indent No. SAC/APUR/2020010004

    17

    6. Essential drive components / parts to ensure usability of existing

    controller

    Table-07: Essential drive components for T-scanner

    Axis Part Detail OEM Specifications Remarks

    X-axis

    DC Servo Motor Pacific Scientific /

    Callan Technology

    DC Servo Motor

    with Tachometer

    3/4 hp

    Encoder + dual speed

    synchro

    British Encoder

    EHG (for synchro assembly)

    Type: 755-L1

    PPR: 2000

    No. 055639

    V +5v

    Interpolator Heidenhain IBV 200

    Gear Boxes (98/2595) NAK Make Type: 14-1076 Ratio: 30

    Limit Switch Schneider Electric XCK-P Cenelac EN

    Levelling Feet Nivell

    Connectors Amphenol AERO MS3106 /3476/3470 with Jacket

    Y-axis

    DC Servo Motor Pacific Scientific /

    Callan Technology

    DC Servo Motor

    with Tachometer

    3/4 hp

    Encoder with dual speed

    synchro assemblies

    British Encoder

    EHG (for synchro assembly)

    Type: 755-L1

    PPR: 2000

    No. 055639

    V +5v

    Interpolator Heidenhain IBV 200

    Gear Boxes (00/2567/3) NAK Make Type: 15-0812 Ratio: 60

    Limit Switch Schneider Electric XCK-P Cenelac EN

    Levelling Feet Nivell

    Connectors Amphenol AERO MS3106 /3476/3470 with Jacket

    Z-axis

    DC Servo Motor Pacific Scientific /

    Callan Technology

    DC Servo Motor

    with Tachometer

    1/3 hp

    Encoder with dual speed

    synchro assemblies

    British Encoder

    EHG (for synchro assembly)

    Type: 755-L1

    PPR: 2000

    No. 055639

    V +5v

    Interpolator Heidenhain IBV 200

    Gear Boxes ED series Morse Make Type: 13 ED Ratio: 30

    Limit Switch Schneider Electric XCK-P Cenelac EN

    Levelling Feet Nivell

    Connectors Amphenol AERO MS3106 /3476/3470 with Jacket

    Roll-

    axis

    DC Servo Motor Pacific Scientific /

    Callan Technology

    DC Servo Motor

    with Tachometer

    1/20 hp

    Encoder with dual speed

    synchro assemblies

    British Encoder

    EHG (for synchro assembly)

    Type: 755-L1

    PPR: 2000

    No. 055639

    V +5v

    Interpolator Heidenhain IBV 200

    Gear Boxes Morse Make

    Limit Switch Schneider Electric XCK-P Cenelac EN

    Levelling base Nivell

    Connectors Amphenol AERO MS3106 /3476/3470 with Jacket

  • Indent No. SAC/APUR/2020010004

    18

    Table-08: Essential drive components for DUT-positioner

    Axis Part Detail OEM Specifications Remarks

    Linear

    Slide

    DC Servo Motor Pacific Scientific /

    Callan Technology

    DC Servo Motor

    with Tachometer 1/3 hp

    Encoder + dual speed

    synchro

    British Encoder

    EHG (for synchro assembly)

    Type: 755-L1

    PPR: 2000

    No. 055639

    V +5v

    Interpolator Heidenhain IBV 200

    Gear Boxes (98/2595) NAK Make Type: 14-1076 Ratio: 30

    Limit Switch Schneider Electric XCK-P Cenelac EN

    Levelling Feet Nivell

    Connectors Amphenol AERO MS3106 /3476/3470 with Jacket

    Azimuth

    DC Servo Motor Pacific Scientific /

    Callan Technology

    DC Servo Motor

    with Tachometer 3/4 hp

    Encoder with dual speed

    synchro assemblies

    British Encoder

    EHG (for synchro assembly)

    Type: 755-L1

    PPR: 2000

    No. 055639

    V +5v

    Interpolator Heidenhain IBV 200

    Gear Boxes (00/2567/3) NAK Make Type: 15-0812 Ratio: 60

    Limit Switch Schneider Electric XCK-P Cenelac EN

    Levelling Feet Nivell

    Connectors Amphenol AERO MS3106 /3476/3470 with Jacket

    Electromech. Brake Matrix International Sure stop 1CD type

    Elevation

    DC Servo Motor Pacific Scientific /

    Callan Technology

    DC Servo Motor

    with Tachometer 3/4 hp

    Encoder with dual speed

    synchro assemblies

    British Encoder

    EHG (for synchro assembly)

    Type: 755-L1

    PPR: 2000

    No. 055639

    V +5v

    Interpolator Heidenhain IBV 200

    Gear Boxes (00/2567/3) NAK Make Type: 15-0812 Ratio: 60

    Limit Switch Schneider Electric XCK-P Cenelac EN

    Levelling Feet Nivell

    Connectors Amphenol AERO MS3106 /3476/3470 with Jacket

    Electromech. Brake Matrix International Sure stop 1CD type

    Roll

    DC Servo Motor Pacific Scientific /

    Callan Technology

    DC Servo Motor

    with Tachometer 3/4 hp

    Encoder with dual speed

    synchro assemblies

    British Encoder

    EHG (for synchro assembly)

    Type: 755-L1

    PPR: 2000

    No. 055639

    V +5v

    Interpolator Heidenhain IBV 200

    Gear Boxes (00/2567/3) NAK Make Type: 15-0812 Ratio: 60

    Limit Switch Schneider Electric XCK-P Cenelac EN

    Levelling base Nivell

    Connectors Amphenol AERO MS3106 /3476/3470 with Jacket

    Electromech. Brake Matrix International Sure stop 1CD type

  • Indent No. SAC/APUR/2020010004

    19

    7. Deliverables

    Table-09: Final deliverable list

    Sr No. Item Quantity

    1 4-axis T-scanner 01

    2 Lower linear slide mounting bolts and levelling

    feet’s to mount it over RCC platform

    01 lot

    3 4-axis DUT-positioner including base riser 01

    4 Lower linear slide mounting bolts and levelling

    feet’s to mount it over RCC platform

    01 lot

    5 All necessary drive and control cables

    (length of each cable: 40.0m) for T-Scanner and

    DUT positioner

    01 lot

    6 Load for testing T-scanner and DUT positioner 02

    7 Complete design document and drive component

    part details with warranty certificates from OEM

    01 lot

    8 Factory acceptance test report with SAC approval 02

  • Indent No. SAC/APUR/2020010004

    20

    8. Execution Timeline (for reference)

    Table-10: Proposed Timeline

    Activity Required Time

    PO release date To

    Designing T-scanner & DUT positioner and submission of analysis

    report to SAC for approval to initialize the fabrication/realization

    activity

    T1 = To + 05 weeks

    Procurement of material and drive components as per design and

    purchase order.

    Fabrication / machining of mechanical structure

    T2 = T1 + 10 weeks

    Final assembly of each individual axis at vendor site. T3 = T2 + 05 weeks

    Final acceptance test in presence of SAC team at Vendor site. T4 = T3 + 03 weeks

    Implementation of any modification or changes suggested by SAC as

    per acceptance test matrix suggested in Purchase Order.

    Repeat final acceptance test in presence of SAC team at Vendor site.

    T5 = T4 + 03 weeks

    Delivery, installation at actual site, full functionality demonstration and

    final tests as per Final integrated tests at SAC as suggested by SAC in

    Purchase Order

    T6 = T5 + 04 weeks

    Total Time 30 weeks

  • Indent No. SAC/APUR/2020010004

    21

    9. Acceptance Test Plan

    1. Vendor has to demonstrate the complete system functionality by demonstrating the full travel range movement of all axes of T-scanner and DUT positioner with CFE

    positioner controller (4164).

    2. Vendor has to demonstrate the performance compliance to the specifications listed in Table 1, Table 2 and Table 3.

    3. All axes limit checking after installation of CFE controller using LCU and DAS Software.

    4. Overall system performance repeatability is to be demonstrated by the Vendor through repeat measurements.

    a) Ensure the orthogonality of axis’s and parallelism between axis as per below

    mention specifications.

    b) Ensure the safety load test, movement of all axis’s, offsets of crossing axes.

    c) Full functionality demonstration with available positioner controller as

    acceptance test. The details related to functionality tests are attached here with –

    Table-11: Acceptance Test Matrix of Proposed T-scanner

    Sr

    No.

    Description Units Required

    Results

    Measured

    Results

    1 Travel Direction Test

    Linear X-Slide axis FWD

    OK

    REV

    OK

    Linear Y-Slide axis FWD

    OK

    REV

    OK

    Linear Z- Slide axis FWD

    OK

    REV

    OK

    Roll axis FWD

    OK

    REV

    OK

    2 Limit to Limit Travel

    Linear X-Slide axis

    (including homing @ center)

    mm +4500

    mm -4500

    Linear Y-Slide axis

    (including homing @ center)

    mm +3000

    mm -3000

    Linear Z-Slide axis

    (including homing @ center)

    mm -125

    mm +125

    Roll axis deg 360

    3 Safe Operate Switch Test

    SAFE/OPERATE Switch

    OK

    EMERGENCY Stop

    OK

    4

    Repeatability Test

    Linear X-Slide axis mm < 0.05

    Linear Y-Slide axis mm < 0.05

    Linear Z-Slide axis mm < 0.05

    Roll axis deg < 0.05

    5

    Positioning Accuracy

    Linear X-Slide axis mm < 0.1

  • Indent No. SAC/APUR/2020010004

    22

    Linear Y-Slide axis mm < 0.1

    Linear Z-Slide axis mm < 0.1

    Roll axis deg < 0.1

    6 Overall Planarity ≤ 0.1 mm over the full 9 m x 6 m Rectangular

    scan grid

    Parameters Unit Required

    Results

    Measured

    Results

    Parallelism between T-scanner Roll axis and Z-axis deg ± 0.02

    Orthogonality between T-scanner Z-axis and Y-axis deg ± 0.02

    Orthogonality between T-scanner Y-axis and X-axis deg ± 0.02

  • Indent No. SAC/APUR/2020010004

    23

    Table-12: Acceptance Test Matrix of Proposed DUT-positioner

    Sr

    No.

    Description Units Required

    Results

    Measured

    Results

    1 Travel Direction Test

    Lower Linear Slide

    axis

    FWD

    OK

    REV OK

    Azimuth axis FWD OK

    REV OK

    Elevation axis FWD

    OK

    REV

    OK

    Roll axis FWD OK

    REV OK

    2 Limit to Limit Travel

    Lower Linear Slide axis

    (including homing @ center)

    mm +1000

    mm -1000

    Azimuth axis (including homing

    @ pre-defined position)

    deg +182

    deg -182

    Elevation axis (including

    homing @ pre-defined position)

    deg -25

    deg +92

    Roll axis Deg 360

    3 Safe Operate Switch Test

    SAFE/OPERATE Switch OK

    EMERGENCY Stop OK

    4

    Repeatability Test

    Linear X-Slide axis mm < 0.03

    Azimuth axis deg < 0.02

    Elevation axis deg < 0.02

    Roll axis deg < 0.02

    5

    Positioning Accuracy

    Linear X-Slide axis mm < 0.05

    Azimuth axis deg < 0.03

    Elevation axis deg < 0.03

    Roll axis deg < 0.03

    Parameters Unit Required

    Results

    Measured

    Results

    Parallelism of DUT Roll axis with T-scanner Z-axis deg ± 0.02

    Parallelism of DUT Azimuth axis with DUT Roll axis deg ± 0.02

    Orthogonality between DUT Linear slide axis and DUT

    azimuth axis

    deg ± 0.1

    Orthogonality between DUT Azimuth and DUT

    Elevation axis

    deg ± 0.1

    Orthogonality between DUT Elevation and DUT Roll

    axis

    deg ± 0.1

  • Indent No. SAC/APUR/2020010004

    24

    10. Vendor Responsibilities

    1. Arranging tools/fixtures/special equipments required for installation/commissioning shall be Vendor’s responsibility.

    2. Material handling equipments like Cranes, Fork-lift truck, etc. has to be arranged by the vendor. No extra payment will be made for this.

    3. If any items are damaged due to improper handling during dis-assembly or assembly will have to be replaced by vendor free of cost.

    a. Hydra operator must have accompanied with trained rigger.

    b. Please carry Valid RTO documents for Hydra and other automobile mounted lifting

    equipment.

    c. Form 10 with dates of validity, ensuring safety inspection of equipment including

    detail report of inspection carried out at the time of issuance of Form 10.

    d. Driving license and training validity certificate of Hydra operator.

    4. SAC will not be responsible for injury to vendor’s personnel during material handling, dis- assembly, assembly or any other work.

    5. Any instruments/equipments, software, etc. required for acceptance test like laser tracker, theodolite, level, etc. has to be arranged by vendor. No separate payment will

    be made for this.

    6. On-site installation, integration, operational training and compliance demonstration shall be vendor’s responsibility.

  • Indent No. SAC/APUR/2020010004

    25

    11. Vendor Qualification Criteria

    1. Vendor must provide point by point compliance to the scope of work mentioned in RFP at the time of offer. Quotation should be provided with detailed breakup w.r.t activities

    planned in scope of work and supplied items. In addition, vendor must submit

    preliminary concept along with development plan.

    2. Vendor must be well experienced in refurbishing multi axis CNC machines or multi-axis positioners.

    3. Vendor must have minimum 2 Cr financial turnover in last 03 business years. 4. Vendor must have experienced manpower with Mechatronics, Electronics, Mechanical,

    Electrical (degree/diploma engineering) background.

    5. Vendor must have refurbished or manufactured 10 multi-axis CNC machines in last 03 years.

  • Indent No. SAC/APUR/2020010004

    26

    12. General Terms and Conditions

    1. Vendor has to ensure full compatibility of the proposed development with the CFE items of the antenna measurement system of Planar Near-Field (PNF) Range at SAC.

    Proposed development should comply with the system specifications as mentioned in

    specification table no 02, 03, 05 and 06.

    2. Vendor has to provide point-by-point compliance for the complete RFP. 3. Vendor must quote with price break up of all items/activities as per format of

    commercial bid.

    4. Vendor can add other parts under miscellaneous, which are not included in this document but require to make positioners operational.

    5. Vendor must supply two (02) sets of manual depicting operation, control, electrical circuit diagram, Mechanical assembly diagram, maintenance and troubleshooting in

    English language in the form of printed hard copy as well as in electronic media.

    6. T-scanner and DUT Positioner should work on AC power supply of 230 V, 50 Hz. If machine offered does not compatible to 230 V, bidder shall supply required step up/

    step down transformer for smooth functioning of machine as a specific requirement and

    prices of the same should be included in basic machine price.

    7. Any breakdown calls during warranty period to be attended within 24 hours. 8. Vendor has to confirm the availability of service and spares for minimum 05 years after

    delivery.

    9. Only new instruments / components / parts will be used for manufacturing specified T-scanner and DUT positioner.

    10. Warranty: Standard 2-years’ warranty is required. Vendor has to quote for additional annual maintenance contract as an optional separately. Warranty and post warranty

    services must be available in India

    11. Requirement shall be finalized at the time of placement of PO. 12. Quotation should be along with technical detail of the T-scanner and DUT Positioner

    machine and write up which highlights construction of T-scanner and DUT Positioner,

    features, Accuracy of movements, safety provisions accessories/ attachments,

    supporting auxiliaries etc.

    13. Quoted prices of T-scanner and DUT Positioner should also have consideration, inclusion and provision for following activities / components. Deliverable mentioned

    under Table no. 09 (List of Deliverable), Document mentioned under Table no. 11

    (ATP of T-Scanner), Document mentioned under Table no. 11 (ATP of DUT-

    Positioner).

    14. Pre-dispatch & On-site Demonstration of features listed & test to be carried out mentioned in table 11 and 12 as per acceptance test plan.

    15. Installation and commissioning of T-Scanner & DUT Positioner. 16. Detailed training for Operation, maintenance and troubleshooting for the said T-

    Scanner & DUT Positioner at SAC campus, Ahmedabad.

    17. The bidder should recommend any specified requirement like; controlled environment condition (Temperature, Humidity, Class of cleanliness etc.), Special pit type earthing

    (if any), Requirement for T-scanner and DUT Positioner foundation (if any) at Site and

    any other auxiliary necessary to run T-scanner and DUT Positioner efficiently.

    18. Delivery period of T-scanner and DUT Positioner machine will be 30 weeks (Maximum from the date of receipt of PO), with all auxiliaries including installation, successful

    commissioning and operationalization of T-scanner and DUT Positioner with full

    demonstration of all T-scanner and DUT Positioner features at SAC, Ahmedabad.

  • Indent No. SAC/APUR/2020010004

    27

    19. Maximum delivery period at SAC Stores, Ahmedabad for the T-scanner and DUT Positioner including installation, successful commissioning and operationalization of

    machine with full demonstration of all T-scanner and DUT Positioner features at SAC,

    Ahmedabad with all deliverables (including Auxiliaries) mentioned under List of

    deliverables, table no. 09 of RFP, should not more than 30 Weeks. However, Supplier

    should give their offer specified with their minimum delivery period, counted from the

    date on which they will receive order (ARO).

    20. Mode of dispatch for the machine with auxiliaries should be mentioned clearly. 21. All the items of the purchase order need to be supplied in single consignment avoiding

    part supply / shipment.

    22. It will be the responsibility of the supplier to deliver the machine safely along with all auxiliaries to the SAC campus. Supplier should ensure safe handling of the T-scanner

    and DUT Positioner until installation, commissioning and performance demonstration

    of the T-scanner and DUT Positioner will be completed at its identified location at SAC

    campus, Ahmedabad. However, unloading the T-scanner and DUT Positioner from

    transport vehicle at specified building of SAC campus and lifting and shifting the T-

    scanner and DUT Positioner inside the identified room/ building using forklift truck or

    any other suitable material handling equipment will be done by SAC-Stores in presence

    & under the guidelines of the technical staff/ representatives of supplier.

    23. A team of SAC engineers will inspect T-scanner and DUT Positioner during fabrication stage at any instance of time with prior intimation to supplier.

    24. Supplier should bring all necessary tools required during installation & commissioning of T-scanner and DUT Positioner.

  • Indent No. SAC/APUR/2020010004

    28

    13. General Instructions to bidder 1. Bidder shall submit the proposal for the supply of a Brand New and Non refurbished

    T-Scanner and DUT Positioner, for antenna test facility of SAC to meet the

    requirements and specifications given in this document.

    2. The proposal should include all components & activities mentioned in this document including scope of work and deliverables.

    3. Bidder may quote prices (only in Price Bid-Part-II) only in Indian Rupees. Conditional offer will not be accepted.

    4. All the literature should be in English Language. 5. Bidder should fill up Point by point compliance to all Technical Specification, Terms

    & conditions and Instruction to bidder mentioned in this RFP in the specified format of

    compliance as per Annexure C attached and should be sent along with this tender

    document.

    6. Bidder should give the list of all the papers/documents etc. in the Index as per the sample table format given below in support of their offer:

    13.1 Instruction to bidder for quoting the tender document

    1. Bid should be sent in two parts against this Request for Proposal (RFP).

    2. Part I - Technical bid- should consist of Quotation for “Technical Specifications

    for T-Scanner and DUT Positioner & auxiliaries of offered + Terms &

    Conditions of offer + unpriced commercial bid in the specified format attached

    with the tender document duly filled by make, model, product code etc.” for

    deliverables, Recommended spares, Optional Attachments/ Accessories &

    Optional Items (Mention only technical details strictly without price) Terms of

    Annual Maintenance Contract (AMC) and terms of extended Guarantee/ Warranty.

    3. Part II - Commercial bid (Price bid)- should consist “Prices” for each & every

    deliverable, specified by bidder in table of deliverable Part-I, other charges (taxes,

    duties & etc.), charges for Annual Maintenance Contract (AMC) and Charges of

    extended Guarantee/ Warranty

    4. Both part should be quote by uploading the data through internet on E-procurement

    Portal.

    13.2 Instruction for quoting Technical Bid (Part I) 1. Quote will become invalid if prices are mentioned in the technical bid.

    2. It should be clearly understood by bidder that there should not be any

    information related to prices for T-Scanner and DUT Positioner/ any component/

    Auxiliaries/ Accessories/ Attachments/ Recommended Spares/ Optional

    accessories/ Optional items / attachments/AMC/ extended guarantee/warranty/ any

    other charges/ any type of discounts etc.in their offer- i.e. Technical Bid (Part-I).

    Sr No. Description of papers/ documents Page no. of offer

    1

    2

    3

    :

  • Indent No. SAC/APUR/2020010004

    29

    3. Unpriced commercial bid for Table of deliverable (Part-I)- without prices,

    Table for terms of AMC (Part-I)- without prices and Table for terms of

    extended Guarantee/ warranty (Part-I)- without prices shall be provided along

    with the Part I - technical bid, asper tables format given below.

    13.3 Instructions to bidder for Commercial Bid (Part II) Commercial bid (Price bid) should consist “Break-up Prices” for each & every

    deliverable, specified by bidder in table of deliverable Part-I, other charges (taxes,

    duties & etc.), charges for Annual Maintenance Contract (AMC) in table of AMC and

    Charges of extended Guarantee/ Warranty in table of extended Guarantee/ Warranty,

    respectively.

  • Indent No. SAC/APUR/2020010004

    30

    14. AMC Penalty Clause and Terms conditions – 1. Contractor will attend all the maintenance / breakdown call within three days on receipt

    of intimation.

    2. Penalty of rupees 5% of total visit charges per visit shall be deducted in case of delay

    in response by contractor beyond 72 hours, excluding the day of communication from

    SAC officials, seeking the service engineer visit to SAC Ahmedabad. If the total delay

    in response is beyond five days from date of communication, penalty of 10 % of visit

    charges shall be recovered.

    3. Contractor will provide minimum four maintenance services visits in a year on

    quarterly basis.

    Each preventive services will be of minimum two days. Working hours would be reckoned

    on the time of reporting your service engineer attending the job at site. The contractor will

    also attend the service break down calls if any.

  • Indent No. SAC/APUR/2020010004

    31

    Annexure-A

    Connector interfaces to be required to drive the positioner and get its feedback on available

    4164 positioner controller

    Figure-14: 4164 Positioner Controller Front Panel

    1. Power Switch. Turns power ON and OFF. Illuminates when power is on (indicates when unit is operating).

    2. LED Test. This button illuminates all led’s when pressed designed to test all led’s functionality.

    Figure-15: 4164 Positioner Controller Rear Panel

  • Indent No. SAC/APUR/2020010004

    32

    1. E-Stop Used to connect to the E-Stop Box (AL-9504-2)

    2. Connectors J6, J7 Absolute Encoders in.

    3. J10 DIO out. 4. J9 T. Box out. 5. J12 CAN BUS and RSR232

    communication

    6. J8 Trigger 7. Fan1, Fan 2 8. Line 115V/230V 50/60Hz

    Connector AC-Power-In.

    9. 115V….A. SB, 220V….A.SB, 1200VA Max

    10. F1 Line 11. F4 Arm 15A 12. F2 Fan 1A 13. F3 Brake 5A 14. J9 Capture 15. J11 USB in. 16. J13 CAN Chain in. 17. S. No. Plate 18. J1, J2, J3, J4 Motor & Encoder &

    Limit & Tacho Connectors

    19. J5 LCU Connector.

    Position

    The 4164 positioner controller is capable of reading one of the following feedbacks.

    a. Absolute encoders as the feedback source. The supported absolute data format is En-Dat. Position indication resolution from absolute encoders is up to 27 bits.

    b. Incremental encoders as the feedback source. Position indication resolution from incremental encoders is up to 27 bits.

    The velocity servo loop in the controller is based on velocity feedback signals, which are the

    signals received from one of the following:

    a. Additional encoder mounted on the motor. b. An analogue tachometer.

    Velocity feedback voltage polarity depends on the direction of motion.

    Table-13: Motor Connector Layout Table

  • Indent No. SAC/APUR/2020010004

    33

    Table-14: Additional Encoders EN-DAT Communication (A, B Channel) Connectors Pin

    Table-15: LCU (Local Control Unit) Connectors Pin

  • Indent No. SAC/APUR/2020010004

    34

    Table-16: Additional Encoders EN-DAT Communication (C, D Channel) Connectors Pin

  • Indent No. SAC/APUR/2020010004

    35

    Annexure-B

    Over all dimensions of Rectangular PNF Chamber

    Figure-16: Overall PNF Chamber dimensions

    Over all dimension of DUT Positioner

    Figure-17: Conceptual dimensions of Proposed DUT Positioner

  • Indent No. SAC/APUR/2020010004

    36

    Annexure-C

    Format for technical bid

    Point

    No.

    Description / explanation / operation / working

    methodology / Items / components etc

    Write “Agree” if

    complied / “

    Disagree” if not

    complied (offer

    comment if Disagree)

    Value to

    be write

    (as the

    case may

    be)

    1.0 Introduction

    The proposed PNF is a near field antenna test range (over

    all dimension of PNF chamber L x W x H: 12.65m x 10m

    x 11.5m), operational frequency ranges 1.0 GHz to 40.0

    GHz for characterizing various antenna system for

    GEOSAT, Remote Sensing, Navigation and Ground

    Applications programs of ISRO.

    Proposed PNF RF measurement setup and positioning

    system are equally important for accurate and precise

    characterization of antenna systems. It will be configured

    for characterizing antenna radiation pattern measurement.

    Proposed PNF Positioning system should include 4-axis T-

    Scanner (X-Y-Z-Roll) and 4-axis DUT positioner (Roll /

    Elevation / Azimuth / Linear Slide) with controllers. These

    positioning systems will be used to support and position

    test devices, antennas, model towers, etc. for antenna

    pattern measurements.

    2.0 Major Systems of the PNF

    Name of the

    components

    Function of

    component

    In brief

    Mechanism of

    Components in

    Brief

    T-Scanner Move probe in a

    rectangular grid to

    scan the radiated

    EM field

    4-axis

    (3 Linear axis and

    1 Rotational axis)

    DUT-

    Positioner

    DUT will be

    Mounted over it

    and it provides

    Spherical rotation

    of DUT in hemi

    sphere

    4-axis

    (3 Rotational axis

    and 1 Linear axis)

    T-Scanner

    Controller

    Drive the scanner

    / DUT pos. and

    display the

    scanner position

    as feedback

    4-axis

    simultaneous

    Controller (4164)

    DUT-Pos.

    Controller

    4-axis

    simultaneous

    Controller (4164)

  • Indent No. SAC/APUR/2020010004

    37

    Real Time

    Computer

    Triggering unit Synchronize the

    measurement

    sequence

    Data

    Acquisition

    Software

    Communicate and

    command

    positioner

    controller, RF

    instruments

    Provide automated

    antenna

    measurement

    RF

    Instruments

    Require for

    characterizing

    antenna pattern

    and gain

    Signal Generator,

    Microwave

    receiver, LO/IF

    Unit etc.

    3.0 Major system components of PNF

    1 Relevant Physical Position of all above systems

    4.0 Technical details related to T-scanner

    4-axis T-Scanner - The proposed T-Scanner will be fast

    and ultra-precise scanner with the motor drive, position

    feedback sensor and limit switch technologies. The

    selection of motor drives, encoder and limit switches are

    pre-defined in detail under list of deliverables. It is to be

    required to drive the scanner and get its position feedback

    on available multi-axis (upto 4-axis simultaneous

    controller) 4164 sequential controller with built in PCU. In

    addition, we have to ensure its local mode operation

    through available local control units and integration of

    available emergency stop unit for safety purpose.

    The scanner axes configurations and proposed physical

    dimensions are given below –

  • Indent No. SAC/APUR/2020010004

    38

    Fig: 4-axis T-scanner (X, Y, Z & Roll axis)

    Table-01: Physical dimension and Travel range

    T-Scanner

    axis

    Overall dimensions Travel

    Range L (mm) W (mm) H (mm)

    X-axis ≤ 11000 ≤ 1500 ≤ 300 9.0 m Y-axis ≤ 1350 ≤ 1350 ≤ 7500 6.0 m Z-axis ≤ 350 ≤ 200 ≤ 200 0.25 m

    Roll-axis ≤ 280 ≤ 140 ≤ 220 361 deg

    The T-scanner will be composed of an X-axis linear slide

    and a moving tower for the Y-axis. The linear slide will be

    constructed by modular sections. These modules will be

    fixed to the RCC foundation and levelled as one integral

    track. The Linear-Z travel axis will move over Y-axis and

    Transmit probe will be mounted on roll positioner.

    We recommend specifically designed T-scanner for

    medium-duty use, with rugged and simple construction to

    ensure high reliability and trouble-free operation. Thermal

    switch and Tacho will be required as standard features for

    drive system.

    Special attention will be required during selection of rack

    and pinions to ensure high degree of precision for longer

    life with low backlash. The Y-axis and Z-axis should have

    a counter balance mechanism to eliminate backlash and

    protect the measurement probe in the events like power

    failure.

  • Indent No. SAC/APUR/2020010004

    39

    Figure-3: Proposed T-scanner linear slide axis base

    Figure-4: Proposed T-scanner linear slide axis + Y-axis

    mounting base

  • Indent No. SAC/APUR/2020010004

    40

    Figure-5: Proposed T-scanner linear slide Y-axis + Z-axis

    + Roll-axis (1st View)

    Figure-6: Proposed T-scanner linear slide Y-axis + Z-axis

    + Roll-axis (2nd View)

    Figure-7: Proposed T-scanner axis drive parts and carriage

    assembly

    5.0 Technical details related to DUT-positioner 4-axis DUT Positioner – The proposed DUT-positioner

    will provide fast and accurate rotation and safe operation

    with the motor drive, position feedback sensor and limit

  • Indent No. SAC/APUR/2020010004

    41

    switch technologies. The selection of motor drives, encoder

    and limit switches are pre-defined in detail under list of

    deliverables. It is to be required to drive the scanner and get

    its position feedback on available multi-axis (upto 4-axis

    simultaneous controller) 4164 sequential controller with

    built in PCU. In addition, we have to ensure its local mode

    operation through available local control unit and

    integration of available emergency stop unit for safety

    purpose.

    The DUT positioner axes configurations and proposed

    physical dimensions are given below

    Figure-8: Proposed DUT-positioner with axis orientation

    (Side View)

    The DUT-positioner will be composed of a 3-axis rotation

    in Azimuth, elevation and Roll and it will be mounted over

    linear travel slide axis of 2.0m travel length. The linear

    slide axis will move the above 3-axis positioner towards or

    away from probe mounted on T-scanner roll axis. The 3-

    axis positioner will be used to mount DUT over it. The

    linear slide axis will be constructed by modular sections.

    These modules will be fixed to the RCC foundation and

    levelled as one integral track.

    We recommend specifically designed DUT-positioner for

    medium-duty use, with rugged and simple construction to

    ensure high reliability and trouble-free operation. Thermal

  • Indent No. SAC/APUR/2020010004

    42

    switch and Tacho will be required as standard features for

    drive system.

  • Indent No. SAC/APUR/2020010004

    43

    Figure-9: Proposed 2-axis (Roll/Elevation) of DUT-

    positioner with axis orientation

    Figure-10: Proposed 3-axis (Roll/Elevation + Azimuth)

    DUT-positioner + 30 deg wedge

    Figure-11: Proposed assembled 3-axis

    (Roll/Elevation/Azimuth) DUT-positioner

    Figure-12: Proposed DUT-positioner axis drive parts and

    carriage assembly

  • Indent No. SAC/APUR/2020010004

    44

    6.0 System Description

    The system referred here will be utilize the Planar Near-

    Field antenna measurement technique based on probing

    mechanical scanning system consists of an inverted T-type

    high-accuracy planar vertical X-Y-Z Scanner that moves an

    RF probe to sample the electromagnetic field at a plane in

    front of the DUT. The scanner’s mechanical system will

    also allow the Probe to rotate, thus providing automation to

    acquire the intended (Co) and orthogonal to intended

    (Cross) polarization components. In addition, Z-axis will

    provide the shifting of probe in Z direction to adjust the

    plane of the measurement.

    The RTC provides the synchronization of the entire data

    acquisition sequence and Microwave Data Acquisition and

    analysis Software to controls and reads positions of all the

    motorized scanning axes with the help of an integrated

    4164 motion controller and power control unit, which

    communicates with the DUT and Probe T-scanner (X, Y,

    Z, and Roll axes). Figure-13 shows the proposed test setup

    of PNF Range.

    Fig: Proposed PNF Integrated RF test setup

    7.0 Vendor Scope of work This RFP contains specific scope of work as indicative for

    design development and Realization of T-scanner and DUT

    positioner as per specified technical specification and

    ensure its full functionality with available positioner

    controller (4164).

    1. To observe and assess the civil construction condition of PNF room. In addition, give your opinion about

    efficient use for the said turnkey work.

    2. To observe and assess facility elements available with SAC (controller & data acquisition software) and to be

    used / incorporated, as in condition, as per system

    description. In addition, give your decision specifically

    with regard to efficient use and full compatibility for the

    said turnkey work.

  • Indent No. SAC/APUR/2020010004

    45

    3. To ensure availability and procurement of essential Items / components / elements which are to be specified

    by SAC.

    4. Proposed work is to design develop and realize, T-scanner and DUT positioner with specified capabilities

    and accuracies to meet all specifications in No Load and

    Full Load conditions.

    5. Vendor must ensure the selection of components / parts as specified (Part details in table of essential

    deliverables) and to ensure the full functional operation

    of T-scanner and DUT positioner with existing

    positioner controller (4164).

    6. The operation of scanner and positioner will only be performed after verifying electrical and control wirings.

    Therefore, it is under vendor scope to ensure the full

    usability of existing 4164 positioner controllers.

    7. The development activity includes – 7.1 Designing of T-scanner (4-axis) and submit FEM

    analyzed model with all boundary condition,

    material properties and its analysis report including

    the type of structure building, material selection,

    over all mass, load carrying capacity with zero

    tolerance, stress over the full travel length, analysis

    of bending moment, deflection in Y-axis w.r.t travel

    of probe and full load capacity. Also, provide Stress

    plots for full travel length of every axis of scanner

    and deflection level plots at various points on

    scanner as well as report so that interpretation can

    be done. Also, define the material property taken

    for analysis. Report must be self-explanatory.

    7.2 Designing of DUT-positioner (4-axis) and submit FEM analyzed model with all boundary condition,

    material properties and its analysis report including

    the type of structure building, material selection,

    over all mass, load carrying capacity with zero

    tolerance, analysis of bending moment, deflection

    in rotational axis w.r.t DUT rotation and full load

    capacity. Also, provide bending moment plots for

    full scan range of every axis of positioner as well as

    report so that interpretation can be done. Also,

    define the material property taken for analysis.

    Report must be self-explanatory.

    7.3 Designing the wedge and base riser. 7.4 Designing of drive assembly for T-scanner and

    DUT positioner and analyze the maximum power

    transfer to travel range while considering gear

    ratios, and drive pulley teeth’s. The drive

    parameters should be ensured by analysis.

    7.5 Vendor has to design the electrical and control wiring diagram.

  • Indent No. SAC/APUR/2020010004

    46

    7.6 Vendor has to submit the analysis report and design for verification to SAC team and after getting

    approval from SAC vendor should start the

    realization / fabrication activity.

    7.7 Vendor should also share the material (used for fabrication of structure) grade report including

    mechanical and electrical properties.

    7.8 Fabrication and machining work to ensure the planarity of mechanical structure.

    7.9 Assembling the drive carriage over the scanner. 7.10 Final assembly and movement verification, 7.11 No load and Full load measurement will be

    verified as per motion specifications mentioned in

    ATP.

    7.12 Alignment activity at factory site and after installation at actual PNF chamber should be done

    by vendor as per SAC shared acceptance test

    matrix.

    7.13 Vendor should demonstrate integration of developed T-scanner and DUT positioner with

    available 4164 controller and data acquisition

    software.

    8. To ensure the communication of position controller with RF test setup vendor has to ensure the position

    feedback from either incremental encoder or Absolute

    encoder and meet the final technical specifications. The

    output from the controller to the positioner motors is

    only direct voltage. Details about voltages and feedback

    signals will be refer from Annexure-A.

    9. The vendor shall supply, install, commission and demonstrate the complete system functionality at SAC

    PNF Facility.

    10. The proposed 4- axis (X, Y, Z, Roll) T-Scanner system and DUT positioner should be fully compatible with the

    CFE (Positioner controller 4164, LCU and Emergency

    Stop unit 9502) to facilitate near-field antenna

    measurements. Vendor has to perform motion

    verification tests after integration of the new Scanner

    system with CFE Positioner controller. He shall

    demonstrate the performance compliance for the

    specifications listed under acceptance test matrix using

    Spinning diode/Laser tracker measurements wherever

    applicable and apply the dynamic position correction in

    the Data acquisition and analysis software.

    11. Vendor has to create references for final assembly and alignment of T-scanner and DUT positioner, to ensure

    alignment specification as per Acceptance test matrix.

    12. After design verification, final paint color code will be shared by SAC to paint all structure components.

  • Indent No. SAC/APUR/2020010004

    47

    13. Ensure the safety load test at repair site and actual site with movement of all axes and offsets of crossing axes.

    In addition, the test load will be arranged by vendor

    only.

    14. Demonstrate the all type of operations, performance, specifications and accuracy as per Acceptance Test

    Plan at vendor place.

    15. Installation & Commissioning at Specified building at SAC campus, Ahmedabad

    16. Demonstrate the all type of operations, performance, specifications and accuracy as per Acceptance Test

    Plan at SAC Ahmedabad.

    17. Detailed training for Operation, Maintenance & Trouble shooting of T-scanner and DUT Positioner.

    18. Recommended optional Accessories/ attachments (if any) for smooth functioning.

    19. Provide terms & Condition along with charges for Need base / call base AMC.

    20. Information / data in table format are to be provided, related to controlled environment in which machine is

    required to be operate, weight, Footprint area, power

    requirement & electrical provisions for the machine and

    also for all auxiliaries.

    21. Foundation drawing with specification, Foundation bolts with hole filling chemicals.

    22. All types of loading and unloading and suitable material handling equipment at site.

    23. All types of equipment and tooling/fixtures/ interfaces to be needed during assembly, integration &

    commissioning.

    24. All types of measurement system and measurement equipment to be needed during assembly, integration &

    commissioning

    25. All types of chemical/lubricant/sealant/ 26. All components mentioned in the table of list of

    deliverables.

    27. Industrial paint as per specification at specified places of system/deliverables

    28. Details of require Earthing will be shared by vendor. 29. Documents in English language. One no. in softcopy

    and one no. in hardcopy.

    8.0 SAC scope of work

    1. Space for mounting PNF positioning system

    2. All types of civil work including foundations slab.

    3. Required electricity supply.

    4. Electric power up to the main supply Points.

    5. Earthing as details given by vendor

    6. Absorber material and its fixing

    7. Controlled environment.

  • Indent No. SAC/APUR/2020010004

    48

    8. Will share only available details of technical / diagrams

    / information / OEM etc.

    9.0

    Understanding about essential deliverables to ensure

    the usability of existing 4164 controllers

  • Indent No. SAC/APUR/2020010004

    49

    10.0 Deliverables

    11.0 Execution Timeline

    12.0 Acceptance Test Plan 1. Vendor has to demonstrate the complete system

    functionality by demonstrating the full travel range

    movement of all axes of T-scanner and DUT positioner

    with CFE positioner controller (4164).

    2. Vendor has to demonstrate the performance compliance to the specifications listed in Table 1, Table 2 and Table

    3.

    3. All axes limit checking after installation of CFE controller using LCU and DAS Software.

    4. Overall system performance repeatability is to be demonstrated by the Vendor through repeat

    measurements.

    a) Ensure the orthogonality of axis’s and parallelism

    between axis as per below mention specifications.

    b) Ensure the safety load test, movement of all axis’s,

    offsets of crossing axes.

    c) Full functionality demonstration with available

    positioner controller as acceptance test. The details related

    to functionality tests are attached here with –

  • Indent No. SAC/APUR/2020010004

    50

  • Indent No. SAC/APUR/2020010004

    51

    13.0 Vendor Responsibilities 1. Arranging tools/fixtures/special equipments required for

    installation/commissioning shall be Vendor’s

    responsibility.

    2. Material handling equipments like Cranes, Fork-lift truck, etc. has to be arranged by the vendor. No extra

    payment will be made for this.

    3. If any items are damaged due to improper handling during dis-assembly or assembly will have to be

    replaced by vendor free of cost.

    a. Hydra operator must have accompanied with

    trained rigger.

    b. Please carry Valid RTO documents for Hydra

    and other automobile mounted lifting equipment.

    c. Form 10 with dates of validity, ensuring safety

    inspection of equipment including detail report of

    inspection carried out at the time of issuance of

    Form 10.

    d. Driving license and training validity

    certificate of Hydra operator.

  • Indent No. SAC/APUR/2020010004

    52

    4. SAC will not be responsible for injury to vendor’s personnel during material handling, dis- assembly,

    assembly or any other work.

    5. Any instruments/equipments, software, etc. required for acceptance test like laser tracker, theodolite, level,

    etc. has to be arranged by vendor. No separate payment

    will be made for this.

    6. On-site installation, integration, operational training and compliance demonstration shall be vendor’s

    responsibility.

    14.0

    Vendor Qualification Criteria

    1. Vendor must provide point by point compliance to the scope of work mentioned in RFP at the time of offer.

    Quotation should be provided with detailed breakup

    w.r.t activities planned in scope of work and supplied

    items. In addition, vendor must submit preliminary

    concept along with development plan.

    2. Vendor must be well experienced in refurbishing multi axis CNC machines and multi-axis positioners.

    3. Vendor must have minimum 2 Cr financial turnover in last 03 business years.

    4. Vendor must have experienced manpower with Mechatronics, Electronics, Mechanical, Electrical

    (degree/diploma engineering) background.

    5. Vendor must have refurbished or manufactured 10 multi-axis machines in last 03 years.

    15.0 General Terms and Conditions 1. Vendor has to ensure full compatibility of the proposed

    development with the CFE items of the antenna

    measurement system of Planar Near-Field (PNF) Range

    at SAC. Proposed development should comply with the

    system specifications as mentioned in specification

    table no 02, 03, 05 and 06.

    2. Vendor has to provide point-by-point compliance for the complete RFP.

    3. Vendor must quote with price break up of all items/activities as per format of commercial bid.

    4. Vendor can add other parts under miscellaneous, which are not included in this document but require to make

    positioners operational.

    5. Vendor must supply two (02) sets of manual depicting operation, control, electrical circuit diagram,

    Mechanical assembly diagram, maintenance and

    troubleshooting in English language in the form of

    printed hard copy as well as in electronic media.

    6. T-scanner and DUT Positioner should work on AC power supply of 230 V, 50 Hz. If machine offered does

    not compatible to 230 V, bidder shall supply required

    step up/ step down transformer for smooth functioning

  • Indent No. SAC/APUR/2020010004

    53

    of machine as a specific requirement and prices of the

    same should be included in basic machine price.

    7. Any breakdown calls during warranty period to be attended within 24 hours.

    8. Vendor has to confirm the availability of service and spares for minimum 05 years after delivery.

    9. Only new instruments / components / parts will be used for manufacturing specified T-scanner and DUT

    positioner.

    10. Warranty: Standard 2-years’ warranty is required. Vendor has to quote for additional annual maintenance

    contract as an optional separately. Warranty and post

    warranty services must be available in India

    11. Requirement shall be finalized at the time of placement of PO.

    12. Quotation should be along with technical detail of the T-scanner and DUT Positioner machine and write up

    which highlights construction of T-scanner and DUT

    Positioner, features, Accuracy of movements, safety

    provisions accessories/ attachments, supporting

    auxiliaries etc.

    13. Quoted prices of T-scanner and DUT Positioner should also have consideration, inclusion and provision for

    following activities / components. Deliverable

    mentioned under Table no. 09 (List of Deliverable),

    Document mentioned under Table no. 11 (ATP of T-

    Scanner), Document mentioned under Table no. 11

    (ATP of DUT-Positioner).

    14. Pre-dispatch & On-site Demonstration of features listed & test to be carried out mentioned in table 11 and 12 as

    per acceptance test plan.

    15. Installation and commissioning of T-Scanner & DUT Positioner.

    16. Detailed training for Operation, maintenance and troubleshooting for the said T-Scanner & DUT

    Positioner at SAC campus, Ahmedabad.

    17. The bidder should recommend any specified requirement like; controlled environment condition

    (Temperature, Humidity, Class of cleanliness etc.),

    Special pit type earthing (if any), Requirement for T-

    scanner and DUT Positioner foundation (if any) at Site

    and any other auxiliary necessary to run T-scanner and

    DUT Positioner efficiently.

    18. Delivery period of T-scanner and DUT Positioner machine will be 30 weeks (Maximum from the date of

    receipt of PO), with all auxiliaries including

    installation, successful commissioning and

    operationalization of T-scanner and DUT Positioner

    with full demonstration of all T-scanner and DUT

    Positioner features at SAC, Ahmedabad.

  • Indent No. SAC/APUR/2020010004

    54

    19. Maximum delivery period at SAC Stores, Ahmedabad for the T-scanner and DUT Positioner including

    installation, successful commissioning and

    operationalization of machine with full demonstration

    of all T-scanner and DUT Positioner features at SAC,

    Ahmedabad with all deliverables (including

    Auxiliaries) mentioned under List of deliverables, table

    no. 09 of RFP, should not more than 30 Weeks.

    However, Supplier should give their offer specified

    with their minimum delivery period, counted from the

    date on which they will receive order (ARO).

    20. Mode of dispatch for the machine with auxiliaries should be mentioned clearly.

    21. All the items of the purchase order need to be supplied in single consignment avoiding part supply / shipment.

    22. It will be the responsibility of the supplier to deliver the machine safely along with all auxiliaries to the SAC

    campus. Supplier should ensure safe handling of the T-

    scanner and DUT Positioner until installation,

    commissioning and performance demonstration of the

    T-scanner and DUT Positioner will be completed at its

    identified location at SAC campus, Ahmedabad.

    However, unloading the T-scanner and DUT Positioner

    from transport vehicle at specified building of SAC

    campus and lifting and shifting the T-scanner and DUT

    Positioner inside the identified room/ building using

    forklift truck or any other suitable material handling

    equipment will be done by SAC-Stores in presence &

    under the guidelines of the technical staff/

    representatives of supplier.

    23. A team of SAC engineers will inspect T-scanner and DUT Positioner during fabrication stage at any instance

    of time with prior intimation to supplier.

    24. Supplier should bring all necessary tools required during installation & commissioning of T-scanner and

    DUT Positioner.

    25. Bidder shall quote prices only in Indian Rupees. Conditional offer will not be accepted.

    16.0 AMC Penalty Clause and Terms conditions –

    1. Contractor will attend all the maintenance / breakdown call within three days on receipt of

    intimation.

    2. Penalty of rupees 5% of total visit charges per visit shall be deducted in case of delay in response by

    contractor beyond 72 hours, excluding the day of

    communication from SAC officials, seeking the

    service engineer visit to SAC Ahmedabad. If the

    total delay in response is beyond five days from

  • Indent No. SAC/APUR/2020010004

    55

    date of communication, penalty of 10 % of visit

    charges shall be recovered.

    3. Contractor will provide minimum four maintenance services visits in a year on quarterly basis.

    4. Each preventive services will be of minimum two days. Working hours would be reckoned on the time

    of reporting your service engineer attending the job

    at site. The contractor will also attend the service

    break down calls if any.

  • Indent No. SAC/APUR/2020010004

    56

    Annexure-D

    Format for commercial bid

    Following tables (Table for deliverables, Table for AMC and Table for extended Guarantee/

    warranty) are the formats for the price bid which are duly filled up with prices and to be

    submitted strictly in part-II of this tender. In any circumstances, these formats should not be

    submitted with Part-I of tender. In case, if following formats of Part-II will found along with

    technical bid i.e. Part-I of the tender, offer from the bidder will be treated as invalid and will

    not be considered for further tender processing without assigning any reason thereof. Bidder

    shall quote prices only in Indian Rupees. Conditional offer will not be accepted

    Table for Deliverables - Mandatory (Part-II) – with price

    Sr. no. Description/

    Name of the item

    Product detail (if any) Qty. Unit

    Price

    Total

    Price

    Remark

    A Deliverables* Refer table

    no. 9 of

    RFP for list

    of

    deliverables

    1

    2

    :

    B Required Services Make

    Model

    Product code (if any)

    Qty. Unit

    Price

    Total

    Price

    Remark

    1 Laser alignment

    Mechanism

    Refer ATP

    2

    :

    :

    Total Price

    Table for Deliverables - Optional (Part-II) – with price

    C Recommended spares

    to be supplied along

    with machine (if any)

    Ma

    ke

    Mo

    del

    Product

    code (if

    any)

    Qt

    y.

    Unit

    Price

    Tota

    l

    Price

    Remark

    1 Name of spare-1 Considering the

    trouble free operation 2 Name of spare-2

    C Recommended

    optional Accessories/

    attachments (if any)

    for smooth functioning

    Ma

    ke

    Mo

    del

    Product

    code (if

    any)

    Qt

    y.

    Unit

    Price

    Tota

    l

    Price

    Remark

    1 Considering the

    trouble free operation 2

  • Indent No. SAC/APUR/2020010004

    57

    Table of AMC – Optional for period of 5 years after completion of initial Guarantee/

    warranty of 24 Months (Part-II) – with price

    Sr.

    no.

    Terms of AMC Unit Price Remark

    1 Visit charges per

    day per service

    person for 1st year

    1.1 List of spares for 1st

    year

    List down spares as mentioned in point no. 1.1

    1.1.1 Name of spare-1

    1.1.2 Name of spare-2

    1.1.3 Name of spare-3

    : :

    : :

    2 Visit charges per

    day per service

    person for 2nd year

    2.1 List of spares for 2nd

    year

    List down spares as mentioned in point no. 2.1

    2.1.1 Name of spare-1

    2.1.2 Name of spare-2

    : :

    Table for extended Guarantee/ warranty – Optional for period of 5 years after completion of

    initial Guarantee/ warranty of 24 Months (Part-II) – with price

    Sr.

    no.

    Description Unit Price Remark

    1 3rd Year extended

    Guarantee/ warranty

    2 4th Year extended

    Guarantee/ warranty

    3 5th Year extended

    Guarantee/ warranty

    4 6th Year extended

    Guarantee/ warranty

    5 7th Year extended

    Guarantee/ warranty