request for information (rfi) for warship … · 2 (d) vendors shall mention availability of the...

19
REQUEST FOR INFORMATION (RFI) FOR WARSHIP ELECTRONIC CHART DISPLAY AND INFORMATION SYSTEM (WECDIS) FOR SUBMARINE APPLICATION FOR THE INDIAN NAVY 1. The Ministry of Defence, Government of India intends to procure eleven (11) Submarine version WECDIS along with its associated equipment. 2. This Request for Information (RFI) consists of two parts as indicated below:- (a) Part I . The first part of the RFI incorporates operational characteristics and features that should be met by the equipment. A few important technical parameters of the proposed equipment are also mentioned. (b) Part II . The second part of the RFI states the methodology of seeking response of vendors. Submission of incomplete response format will render the vendor liable for rejection. Part I 3. The Intended Use of Equipment . The WECDIS is to be installed onboard submarines of the Indian Navy ( IN) and will be one of the means of navigation onboard. The WECDIS should therefore offer features which assist in navigating a submarine when on Surface and in Dived state underwater. The system is also required to display other additional information provided by a variety of submarine systems used in support of the weapon systems, with the aim of optimizing situational awareness and providing inputs for various operations. 4. Important Technical Parameters and Additional Inputs . The Submarine version WECDIS should meet the minimum requirements at Appendix A. The vendor is to provide para-wise compliance for aspects brought out at Appendix A along with specific comments on non-compliance (if any). The vendor is to provide following additional inputs:- (a) Approximate Cost Estimate . Indicative cost for WECDIS for submarine application should take into account all aspects of supply, installation, integration, training, Factory Acceptance Trials (FATs), Onsite System Acceptance Test (OSAT) and life cycle support. The indicative cost should also cater to Comprehensive Annual Maintenance Contract (CAMC) as per details in Appendix A. Other aspects (if any), may be mentioned specifically. (b) Indian vendors shall mention capability to indigenously design and develop the Submarine version WECDIS. (c) Vendors shall mention key technologies and materials required for manufacturing of the Submarine version WECDIS and the extent of their availability or accessibility in case they are not available in India.

Upload: vuongtu

Post on 27-Apr-2018

216 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: REQUEST FOR INFORMATION (RFI) FOR WARSHIP … · 2 (d) Vendors shall mention availability of the Submarine version WECDIS in the Indian market, level of indigenization, delivery capability,

REQUEST FOR INFORMATION (RFI) FOR WARSHIP ELECTRONIC CHART DISPLAY AND INFORMATION SYSTEM

(WECDIS) FOR SUBMARINE APPLICATION FOR THE INDIAN NAVY

1. The Ministry of Defence, Government of India intends to procure eleven (11) Submarine version WECDIS along with its associated equipment.

2. This Request for Information (RFI) consists of two parts as indicated below:-

(a) Part I. The first part of the RFI incorporates operational characteristics and features that should be met by the equipment. A few important technical parameters of the proposed equipment are also mentioned.

(b) Part II. The second part of the RFI states the methodology of seeking response of vendors. Submission of incomplete response format will render the vendor liable for rejection.

Part I

3. The Intended Use of Equipment. The WECDIS is to be installed onboard submarines of the Indian Navy (IN) and will be one of the means of navigation onboard. The WECDIS should therefore offer features which assist in navigating a submarine when on Surface and in Dived state underwater. The system is also required to display other additional information provided by a variety of submarine systems used in support of the weapon systems, with the aim of optimizing situational awareness and providing inputs for various operations.

4. Important Technical Parameters and Additional Inputs. The Submarine version WECDIS should meet the minimum requirements at Appendix A. The vendor is to provide para-wise compliance for aspects brought out at Appendix A along with specific comments on non-compliance (if any). The vendor is to provide following additional inputs:-

(a) Approximate Cost Estimate. Indicative cost for WECDIS for submarine application should take into account all aspects of supply, installation, integration, training, Factory Acceptance Trials (FATs), Onsite System Acceptance Test (OSAT) and life cycle support. The indicative cost should also cater to Comprehensive Annual Maintenance Contract (CAMC) as per details in Appendix A. Other aspects (if any), may be mentioned specifically.

(b) Indian vendors shall mention capability to indigenously design and develop the Submarine version WECDIS.

(c) Vendors shall mention key technologies and materials required for manufacturing of the Submarine version WECDIS and the extent of their availability or accessibility in case they are not available in India.

Page 2: REQUEST FOR INFORMATION (RFI) FOR WARSHIP … · 2 (d) Vendors shall mention availability of the Submarine version WECDIS in the Indian market, level of indigenization, delivery capability,

2

(d) Vendors shall mention availability of the Submarine version WECDIS in the Indian market, level of indigenization, delivery capability, maintenance support, life-time support etc.

(e) Vendors are to indicate whether they have supplied the same or similar equipment to any other customer. Additionally, vendors are to indicate whether similar equipment is in use in any other Navy.

(f) Vendors are to indicate the manpower required to operate and maintain Submarine version WECDIS. Details of training required for such personnel (including time period for operators and maintainers), are also to be indicated.

(g) Vendors may consider RFI as advance information to obtain requisite Government clearances. Formal procurement procedure in accordance with DPP 2016 is likely to be commenced in end 2017/early 2018.

(h) Vendors may offer suggestions for alternatives to meet the same objective as mentioned in this RFI.

(j) Tentative Delivery Schedule. The overall timeframe of production, delivery with stage wise break-up of the entire project post conclusion of contract is required to be submitted. It is envisaged to commence installation of WECDIS for Submarine application on indicated submarines within 6-8 months of signing of Contract.

(k) Vendors are to indicate willingness for Option Clause in accordance with DPP 2016 and indicate the duration for which the Option Clause would be valid.

(l) Payment Terms. Vendors are to indicate acceptability to the terms of payment as per Defence Procurement Procedure-16.

(m) Transfer of Technology is not being sought. However, vendors are to indicate their capability to execute the project and provide product support including:-

(i) Technical support for maintenance of the WECDIS for submarine application during its service life, including warranty. The service life of the facility should be at least 10 years.

(ii) Modalities for CAMC including spares, post warranty period.

(n) Vendors are to indicate the provisions for upgradeability of equipment to avoid system obsolesce.

(p) Vendors are to indicate restrictions related to exports in its country and how long will it take to get clearance.

(q) Earliest date by which Vendors/Original Equipment Manufacturers (OEM) are willing to give a presentation at Naval Headquarters, New Delhi is to be intimated in response to this RFI.

Page 3: REQUEST FOR INFORMATION (RFI) FOR WARSHIP … · 2 (d) Vendors shall mention availability of the Submarine version WECDIS in the Indian market, level of indigenization, delivery capability,

3

5. Vendors are to confirm that the following conditions are acceptable:-

(a) The solicitation of offers will be as per ‘Single Stage –Two Bid System’. It would imply that a ‘Request for Proposal’ (RFP) would be issued soliciting the technical and commercial offers together, but in two separate sealed envelopes. The validity of commercial offers would be at least 18 months from the date of submission of offers.

(b) The technical offers would be evaluated by a Technical evaluation Committee (TEC) to check its compliance with RFP.

(c) Trials and Acceptance. The equipment of all TEC cleared vendors would be put through Field Evaluation Trials (FET) in India. Staff Evaluation will be carried out by SHQ to analyse the result of FET and short list the equipment for induction. Vendors are to indicate readiness to offer their equipment for Field Evaluation Trials (FET) on ‘No Cost-no-Commitment’ (NC-NC) basis in India in accordance with DPP 2016. Issues, requirements, restrictions or limitations pertinent to conduct of FET, from the point of view of Vendors, are to be highlighted in the response to this RFI.

(d) Amongst the vendors cleared by TEC, a Contract Negotiation Committee (CNC) would decide the lowest cost bidder (L1) and conclude the appropriate contract.

(e) Vendors would be bound to provide product support for time period specified in the RFP, which includes spares and maintenance tools/jigs/fixtures for field and component level repairs.

(f) Vendors are to accept all conditions of DPP 2016, if not, which Para/ Clause of DPP-16 are not acceptable is to be indicated. Further, vendors would be required to accept the general conditions of contract given in the Standard Contract Document at Chapter VI of DPP 2016 placed at www.mod.nic.in.

(g) Integrity Pact. An Integrity Pact along with appropriate Integrity Pact Bank Guarantee (IPBG) is a mandatory requirement in the instant case. (Refer Annexure I to Appendix M of Schedule I of Chapter II of DPP 2016).

(h) Performance-cum-Warranty Bond. A performance-cum-Warranty Bond both equal to 5% of value of the Contract is required to be submitted after signing of the contract.

Part II

6. Procedure for Response.

(a) Vendors must fill the form of response as given in Appendix B to Chapter II of DPP 2016. Apart from filling details about company, details about the exact product meeting the generic technical specifications should also be

Page 4: REQUEST FOR INFORMATION (RFI) FOR WARSHIP … · 2 (d) Vendors shall mention availability of the Submarine version WECDIS in the Indian market, level of indigenization, delivery capability,

4

carefully filled. Additional literature on the product may be attached. Vendors are to provide para-wise compliance in a tabular format to this RFI, along with reasons for non-compliance, if any, to all aspects of this RFI.

(b) The filled form should be dispatched at under mentioned address:-

Principal Director Submarine Acquisition Directorate of Submarine AcquisitionIHQ MoD(Navy)Room No. 120, 'C' wing Sena BhawanNew Delhi – 110 010

Tel: +91-11-2301 0162Fax No.: +91-11- 23010830e-mail: [email protected]

(c) The last date of acceptance of filled form is 03 Apr 17. Vendors shortlisted for issue of RFP would be intimated. A presentation on the subject may also be sought in case it is felt that certain parameters mentioned in replies to this RFI need further clarification.

7. The Government of India invites responses to this request only from OEMs / Authorised Vendors / Government Sponsored Export Agencies(applicable in case of countries where domestic laws do not permit direct export by OEMs) / Vendors with experience of production of Training Simulators of equivalent complexity. The end user of the equipment is the Indian Navy.

8. This information is being issued with no financial commitment and the Ministry of Defence reserve the right to change or vary any part thereof at any stage. The Government of India also reserves the right to withdraw it should it be so necessary at any stage. The acquisition process would be carried out as per DPP 2016.

Page 5: REQUEST FOR INFORMATION (RFI) FOR WARSHIP … · 2 (d) Vendors shall mention availability of the Submarine version WECDIS in the Indian market, level of indigenization, delivery capability,

5

Appendix A (Refers to Para 4)

DRAFT OPERATIONAL AND TECHNICAL PARAMETERS FOR WARSHIP ELECTRONIC CHART DISPLAY AND INFORMATION SYSTEM

(WECDIS) FOR SUBMARINE APPLICATION

SECTION A

INTRODUCTION

1. Introduction. The requirements contained herein are qualitative requirements for a WECDIS for submarine application, meeting performance standards mandated by International Maritime Organisation (IMO) for navigation, and required as one of the means of navigation onboard IN submarines. The system is also required to display other additional information provided by a variety of submarine systems used in support of the weapon systems, with the aim of optimizing situational awareness and providing inputs for various operations.

2. Qualitative Requirements. The WECDIS for submarine application should fulfill the following requirements:-

(a) Conform to contemporary Indian Hydrographic Office (IHO) and International Maritime Organisation (IMO) Standards for Hardware and Electronic Navigation Charts (ENCs) in contemporary formats. Vendors are to specify the formats of ENCs which their proposed WECDIS would be compatible with.

(b) Facility for navigation underwater based on feed from log(s), gyro(s), inertial navigation system(s), echo sounder(s), and submarine depth gauge indicator(s), etc. by creating a pool of errors to ensure safety. Additionally, it allows for fixing the position of the submarine using Line of Sounding (LOS) and Contour Advancing (CA) techniques (fixing of position of the submarine using seabed features to automatically construct a fix from Echo Sounder transmissions).

(c) Interface with submarine specific sensors such as Periscopes which can provide target bearing and range (either derived using Stadimetric range finder or Laser range finder).

(d) Dived chart creation which involves ‘Automatic Contour Generation’ and ‘Dive Contour Characterisation’.

Page 6: REQUEST FOR INFORMATION (RFI) FOR WARSHIP … · 2 (d) Vendors shall mention availability of the Submarine version WECDIS in the Indian market, level of indigenization, delivery capability,

6

(e) Facility for navigation underwater adapted for Submarine use i.e. depth dimension to be included.

(f) 3D navigation using ENC data, Satellite Imagery overlay and bathy data.

(g) The feature of ‘Target Motion Analysis’ using Sonar and visual bearing.

(j) Two independent systems with independent and guaranteed supplies operating in a ‘Hot Standby’ mode with full functionality redundancy (Submarine specific WECDIS with a Secondary WECDIS as a backup connected to an independent power supply.

PART II - SYSTEM DETAILS

3. Functions. The Submarine version WECDIS should be able to perform the following functions:-

(a) Automatic Position Plotting and Monitoring.

(b) Route Planning and detailed Passage Planning through Voyage Management Software from harbour to harbour. This includes Rendezvous Calculation.

(c) Water - Space Management (in Three Dimensions) including creation of Areas, Safety Zones and Moving Havens; Sub-Surface Navigation including Dived Navigation Safety Construct, Pool of Errors Navigation, Bottom Contour Fixing, Raster Contour Fixing, Scanning for Hazards, Submarine Route Safety Monitoring etc.

(d) Provision of Pilotage and Plotting Tool Sets for standard Navigation techniques such as Bearings, Bearing and Range Lattices, Bottom Contour Fixing, Visual Fixing by Bearings, Horizontal Sextant Angle (HSA), Vertical Sextant Angle (VSA), Radar Ranges, Transits, etc.

(e) Display overlay of Radar, Sonar and Automatic Identification System (AIS) Targets.

(f) Automatic Alarms for Off-Course, Off-Depth, Wheel Over Points, System Status, Contact Range, Contour Deviation, etc.

(g) Planning of Maneuvers (in 3 Dimensions) with suitable Alarms in Restricted Waters including coming alongside, anchoring, and bottoming.

(h) Facility to transfer data over customized data links.

Page 7: REQUEST FOR INFORMATION (RFI) FOR WARSHIP … · 2 (d) Vendors shall mention availability of the Submarine version WECDIS in the Indian market, level of indigenization, delivery capability,

7

(j) Automatic and Manual Log Books for specified mission durations.

(k) Integration/Interconnectivity of WECDIS with Combat Management System (CMS) to enable display of CMS tracks on the WECDIS and vice-versa overlay. Data formats to enable the same are to be indicated.

(l) WECDIS should be capable of displaying Indian Hydrographic Office (IHO), United Kingdom Hydrographic Office (UKHO), US, NATO and Russian supplied ENCs and seamlessly accept corrections/updates to the ENCs in the contemporary IHO formats. Vendors are to list the formats with which their product are compatible.

(m) Tidal prediction and Set/Drift Calculations to Computed Position (using IHO Tidal Predictions).

(n) Echo Sounder and Submarine Diving Depth meter integration with 3 Dimensional display for Dived Navigation.

(p) Target Motion Analysis, Relative Velocity Problem Solving and Combat System Track monitoring.

(q) Search and Rescue Operations Pattern functionality.

(r) Ability to plot Deployment Areas, Search Patterns, Patrol Patterns, Reference Points, Waypoints, Fixed and Moving Havens, Submarine Transit Lanes, Swept Areas, Reporting/Calling-in Points, Military Practice Areas, Geometric Shapes by Lat/Long and Range/Bearing, insert Text, Lines/Circles/Rectangles/Squares etc.

(s) Polar Navigation.

(t) Alarm functionality for Time, Stopwatch, Submarine Trajectory, Safety Zones, Areas, Transit Lanes, Preset Position Reaching, Technical Health Monitoring and Faults etc.

(u) Logging and Playback Function (Automatic Navigation Data recording for 90 days at a user set frequency) with capability to extract Submarine Track as a video for display on any Windows/Linux based PC.

4. Compatibility. The WECDIS for submarine applications should comply with NATO Standardisation Agreement (STANAG) No. 4564 and have the following compatibility:-

(a) Should read Raster and Vector charts.

(b) Standard Weather and Tidal Prediction software. To be elaborated.

Page 8: REQUEST FOR INFORMATION (RFI) FOR WARSHIP … · 2 (d) Vendors shall mention availability of the Submarine version WECDIS in the Indian market, level of indigenization, delivery capability,

8

(c) Chart Engine should support, but not be limited to (vendors are to provide detailed list), the following map/chart formats and Additional Military Layers (AML) in accordance with STANAG 7170:-

(i) S -57.

(ii) S-63.

(iii) Admiralty Raster Chart Service (ARCS) charts.

(iv) CM/93 Chart set.

(v) CLB (Contour Line Bathymetry).

(vi) ESB (Environment Seabed and Beach).

(vii) SBO (Small Bottom Objects).

(viii) RAL (Routes Areas Limits).

(ix) MFF (Maritime Foundation and Facilities).

(x) LBO (Large Bottom Objects).

(xi) DNC (Digitised Nautical Chart).

(xii) TOD (Tactical Ocean Data).

(xiii) BSB (US NOAA Raster Navigation Chart).

(xiv) Seafarer Raster Navigation Chart (RNC).

(xv) Great Barrier Reef Marine Park Authority (GBRMPA) charts.

(xvi) AMC (Atmospheric Meteorological Climatology) Additional Military Layer.

(xviii) IWC (Integrated Water Column).

(xix) DTED (Digital Terrain Elevation Data).

(xx) CADRG (Compressed Admiralty Raster Chart Digitised Raster Graphics).

(xxi) NMB (Network Model Bathymetry).

(xxii) GS-ESB (Gridded Segment - Environment Seabed and Beach)

5. System Integration / Interfacing. The Submarine specific WECDIS System is to be fully integrated with the following:-

Page 9: REQUEST FOR INFORMATION (RFI) FOR WARSHIP … · 2 (d) Vendors shall mention availability of the Submarine version WECDIS in the Indian market, level of indigenization, delivery capability,

9

(a) Radar.

(b) Sonar.

(c) Automatic Identification System (AIS).

(d) Signal Intelligence (SIGINT) equipment.

(e) Echo Sounders.

(f) Log including Doppler Log.

(g) Navigation Computer.

(h) Periscopes for receiving automatic bearings.

(j) Submarine Depth Gauge System.

(k) Inertial Navigation System (INS) and Gyros.

(l) Satellite Navigation System (SATNAV).

(m) Central Time-Keeping System.

PART III - PHYSICAL CHARACTERISTICS

6. Life. The WECDIS for submarine application should have a service life of at least ten (10) years. Product support for ten (10) years including for porting of application software on the commercially available natural upgrades of computers and Operating System (OS) etc. on expiry of service life of computers or end of support for Operating System, as applicable, should be provided.

7. Environmental Specifications. The Submarine specific WECDIS should comply with following standards/ specifications or equivalent standards:-

(a) Shock and Vibration specifications in accordance with internationally accepted standards (to be listed) or nearest equivalent standard as per industrial norms in the country of OEM.

(b) System should be capable of withstanding following ambient temperature conditions:-

(i) For Operation : 0º C to 60º C, above 90% humidity

(ii) For Storage : 0º C to 55º C, above 95% humidity

Page 10: REQUEST FOR INFORMATION (RFI) FOR WARSHIP … · 2 (d) Vendors shall mention availability of the Submarine version WECDIS in the Indian market, level of indigenization, delivery capability,

10

8. The system design should account for Electro Static Discharge (ESD) control and protection at PCB/ module/ assembly and unit level by use of appropriate shielding/ grounding / earthing arrangements.

9. Software Development and Documentation. The software development and software documentation is to be in accordance with IEEE 12207 or equivalent standard. The firm will be required to undertake Software Verification / Validation and Software Quality Assurance (SQA) through certified Independent Validation and Verification agencies. The applicable specifications should be equivalent or superior to standards as follows:-

(a) JSS-0251-I for documentation of WECDIS for submarine application.

(b) IEEE 12207: 2008 on Software Life Cycle processes.(c) IEEE 730: 2002 on Software Quality Assurance Plan.(d) IEEE 830: 1993 on Software Requirement Specifications.(e) IEEE 828: 1998 on Software Configuration Management Plans.(f) IEEE 1012: 1998 on Software Verification and Validation.(g) IEEE 1028: 1998 on Software Reviews and Audits.(h) ISO/ IEC 15288: 2008 on System Life Cycle Processes.

10. Design Data. Vendors are to provide the design data related to cycle fatigue, material composition, Minimum Time Before Failure (MTBF) and Maximum Time To Repair (MTTR) in the documentation that will be supplied with the WECDIS for submarine application.

11. Lifting Arrangement. Units weighing more than 40 kgs should be provided with collar eyebolts or suitable lifting arrangements. Provision is to be made for securing arrangement on the unit for eyebolts.

PART IV- OPERATION AND MAINTENANCE

12. Ease of Maintenance. The system should be designed with modularity of hardware and software. The design should cater for easy accessibility of all panels as well as test points viz. top, side and rear panels for ease of checks and maintenance. Cabinets are to be designed to ensure sufficient cooling and circulation of air.

13. MTBF and MTTR. The system should be designed for high MTBF (not less than 1000 hrs) and routine maintenance tasks should have an MTTR not exceeding 180 minutes. The MTBF and MTTR values should be clearly defined for various scenarios in the documentation provided with the Submarine specific WECDIS.

Page 11: REQUEST FOR INFORMATION (RFI) FOR WARSHIP … · 2 (d) Vendors shall mention availability of the Submarine version WECDIS in the Indian market, level of indigenization, delivery capability,

11

14. Built-in Test Equipment. The design of system should include an integrated Built-in Test (BIT) facility to enable offline and online monitoring, fault-diagnosis, automatic fault localisation and failure identification such as to identify, locate and indicate to operator/ maintainer any fault that has occurred in the WECDIS for submarine application during operation. The BIT should isolate at least 95% of all detected faults to one PCB/ Line Replaceable Unit (LRU) and 100% of all detected faults to two or three PCBs/ LRUs. BIT messages shall be displayed on the instructor’s screen.

PART V - OTHER REQUIREMENTS

15. Test and Software Loading Terminal. A suitable PC and/or Laptop based Test and Software Loading Maintenance Terminal is to be provided to facilitate checks of system and reloading of system software. Backup copy of software is to be provided with software loading terminal.

16. Configuration Control. The configuration control of system to be maintained. Configuration Baseline Document (CBD) Version 1 to be submitted prior to Factory Acceptance Trials (FATs). Final Configuration Baseline Document (CBD) Version 2 to be submitted within two months of completion of On-Site Acceptance Trials (OSATs), incorporating all hardware and software changes undertaken up to OSATs stage.

17. Comprehensive Annual Maintenance Contract. A Comprehensive AMC is to be provided by the Seller through complete life of the Submarine specific WECDIS to carry out maintenance and defect rectification inclusive of spares. The repair and maintenance philosophy for the Submarine specific WECDIS post warranty will be provided by the Seller, through the AMC. The Seller would be committed to provide Indian Navy the requisite spares and consumables for maintenance of the Submarine specific WECDIS to ensure its long term serviceability. In case, the defective equipment/ component is required to be taken to the Seller’s site of repairs, the Seller will make arrangements for collection, transportation and return of the same to the Buyer.

18. Training. The manufacturer approved equipment – specific training on the WECDIS for submarine application would be conducted by the SELLER. The training is to be for Operator and Maintainer so as to be able to operate and carry out essential repairs at sea. The personnel from Dockyard would also have to be trained in Setting-To-Work (STW) of the equipment which would entail installation, integration, trials and acceptance.

Page 12: REQUEST FOR INFORMATION (RFI) FOR WARSHIP … · 2 (d) Vendors shall mention availability of the Submarine version WECDIS in the Indian market, level of indigenization, delivery capability,

12

Page 13: REQUEST FOR INFORMATION (RFI) FOR WARSHIP … · 2 (d) Vendors shall mention availability of the Submarine version WECDIS in the Indian market, level of indigenization, delivery capability,

13

Appendix B(Refers to Para 6)

INFORMATION PROFORMA(INDIAN VENDORS)

1. Name of the Vendor / Company / Firm.

Company profile to be attached. Vendors must specify/include, but not be limited to, the following general parameters:-

(a) Whether they are subsidiary, an associate company, a consortium or a JV etc.

(b) Details of shareholders, promoters, associated, allied and JV companies.

(c) Vendors should be registered companies only.

(d) Details of Industrial License for manufacture of same/similar product.

(e) Vendors or any of their allied entities should not be under investigation or prosecution for corrupt practices or have been banned, debarred or blacklisted by any Government Department or Organisation.

2. Type (Tick the relevant catego ry).

Original Equipment Manufacturer (OEM) Yes/No

Authorised Vendor of foreign Firm Yes/No (attach details, if yes)

Others (give specific details)

3. Contact Details.

Postal Address:-__ _

City: State:

Pin Code: Tele:

Fax: URL/Website:

4. Local Branch/Liaison O f fice in Delhi (if any).

Name & Address:

Pin Code: Tel: Fax:

Page 14: REQUEST FOR INFORMATION (RFI) FOR WARSHIP … · 2 (d) Vendors shall mention availability of the Submarine version WECDIS in the Indian market, level of indigenization, delivery capability,

14

5. Technical Details of Firm. Vendors are to provide the following information:-

(a) Number of years of experience in manufacture of same/similar product/related field resulting in gaining competence for manufacturing the proposed product. Whether manufacturing or trading company.

(b) Where product involves integration, previous experience in integration of complex systems/equipment.

(c) Details of manufacturing infrastructure viz land, plant, machinery tools, storage accommodation etc.

(d) Details of own capability or firm arrangements with other established entities for design, development, evaluation, quality assurance and testing of products.

(e) Whether sourcing supplies from other manufacturers including foreign OEMs. If so, details of legally binding arrangements with all such OEMs whose share in the final product exceeds 5%.

6. Financial Details.

(a) Category of Industry (Large/medium/small Scale): __

(b) Net worth:__________________________(in INR)

(c) Annual turnover: (for last three years, in INR)

(d) Credit Rating:______________(By CRISIL or equivalent recognized rating agency)

(e) Number of employees in firm:

(f) Details of manufacturing infrastructure:

(g) Earlier contracts with Indian Ministry of Defence / Government agencie s:

Contract Number Equipment Quantity Cost

Page 15: REQUEST FOR INFORMATION (RFI) FOR WARSHIP … · 2 (d) Vendors shall mention availability of the Submarine version WECDIS in the Indian market, level of indigenization, delivery capability,

15

7. Ce r tification by Quality Assurance Organisation.

Name of Agency Certification Applicable from

(date & Year)

Valid till(date & year)

8. Details of Registration.

Agency Registration No.

Validity(Date) Equipment

DGS&DDGQA/DGAQA/DGNAIOFBDRDO

Any other GovernmentAgency

9. Membership of FICCI/ASSOCHAM/CII or other Industrial Associations.

Name of Organization Membership Number

10. Equipment/Product Profile (to be submitted for each product separately)

(a) Name of Product:

(IDDM Capability to be indicated against the product)

(Should be given category wise for eg, all products under night vision devices to be mentioned together)

(b) Description (attach technical literature):

(c) Whether OEM or Integrator:

(d) Name and address of Foreign collaborator(if any):

(e) Industrial License Number:

(f) Indigenous component of the product (in percentage):

Page 16: REQUEST FOR INFORMATION (RFI) FOR WARSHIP … · 2 (d) Vendors shall mention availability of the Submarine version WECDIS in the Indian market, level of indigenization, delivery capability,

16

(g) Status (in service/design & development stage):

(j) Production capacity per annum:

(k) Countries/agencies where equipment supplied earlier (give details of quantity supplied):

(l) Estimated price of the equipment

11. Alternatives for meeting the objectives of the equipment set forth in the RFI.

12. Any other relevant information:

13. Declaration. It is certified that the above information is true and any changes will be intimated at the earliest

Note: Para 44 and Appendix F to Chapter II of DPP 2016 may be referred.

(Authorised Signatory)

Page 17: REQUEST FOR INFORMATION (RFI) FOR WARSHIP … · 2 (d) Vendors shall mention availability of the Submarine version WECDIS in the Indian market, level of indigenization, delivery capability,

17

INFORMATION PROFORMA - FOREIGN VENDORS

1. Name of the Vendor /Company /firm. ________________________

2. Company Profile. Vendors must specify/include, but not be limited to, the following general details:-

(a) Whether they are subsidiary, an associate company, a consortium or a JV etc.

(b) Details of shareholders, promoters, associated, allied and JV companies.

(c) Vendors should be registered companies only.

(d) Details of Industrial License for manufacture of same/similar product.

(e) Vendors or any of their allied entities should not be under investigation or prosecution for corrupt practices or have been banned, debarred or blacklisted by any Government Department or Organisation.

3. Type (Tick the relevant category).

Original Equipment Manufacturer (OEM) Yes/No

Government Sponsored Export Agency Yes/No (Details of Registration to be provided)

Authorised Vendor of OEM Yes/No (attach details)

4. Technical Details of Firm. Vendors are to provide the following information:-

(a) Number of years of experience in manufacture of same/similar product/related field resulting in gaining competence for manufacturing the proposed product. Whether manufacturing or trading company.

(b) Where product involves integration, previous experience in integration of complex systems/equipment.

(c) Details of manufacturing infrastructure viz land, plant, machinery tools, storage accommodation etc.

(d) Details of own capability or firm arrangements with other established entities for design, development, evaluation, quality assurance and testing of products.

(e) Whether sourcing supplies from other manufacturers including foreign OEMs. If so, details of legally binding arrangements with all such OEMs

Page 18: REQUEST FOR INFORMATION (RFI) FOR WARSHIP … · 2 (d) Vendors shall mention availability of the Submarine version WECDIS in the Indian market, level of indigenization, delivery capability,

18

whose share in the final product exceeds 5%.5. Contact Details.

Postal Address: ___________________________________________________

City : __________________________ Province: ________________________

Country: ___________________________Pin/Zip Code:___________________

Tele: ____________________ Fax:_______________________________

URL/Web Site:________________________________________________

6. Local Branch /Liaison Office/Authorised Representatives, in India (if any).

Name & Address: ____________________________________________________

City:-________________________Province:-_______________________________

Pin Code:-________________Tel:-_________________ Fax:-________________

7. Financial Details.

(a) Net Worth:__________________ USD

(b) Annual Turnover:-_______________________ USD

(c) Credit Rating:____________________(By an internationally recognized rating agency)

(d) Number of Employees in firm:________________________________

(e) Details of manufacturing infrastructure available __________________

(f) Earlier contracts with Indian Ministry of Defence/Government agencies:

Agency Contract Number Equipment Quantity Cost

8. Certification by Quality Assurance Organisation (if applicable).

Name of Agency Certification Applicable from(Date & Year)

Valid till(Date & Year)

Page 19: REQUEST FOR INFORMATION (RFI) FOR WARSHIP … · 2 (d) Vendors shall mention availability of the Submarine version WECDIS in the Indian market, level of indigenization, delivery capability,

19

9. Equipment /Product Profile (to be submitted for each product separately)

(a) Name of Product:-__________________________________________(Should be given category wise, for e.g., all products under night vision devices to be mentioned together)

(b) Description (attach technical literature):_________________________

(c) Whether OEM or Integrator:-_________________________________

(d) Status (in Service/Design Development stage):-__________________

(e) Production capacity per annum:-______________________________

(f) Countries where equipment is in service:-_______________________ (g) Whether export clearance is required from respective Government:-______________________________________

(h) Any Collaboration/Joint Venture/Co-production/Authorised dealer with Indian

Industry (give details): Name & Address:-__________________Tel:-__________________________ Fax:______________________

(j) Estimated price of the equipment:-_____________________________

10. Alternatives for meeting the objectives of the equipment set forth in the RFI.

11. Any other relevant information:-_____________________________________

12. Declaration. It is certified that the above information is true and any changes will be intimated within five (05) working days of occurrence.

(Authorized Signatory)