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