What's new

RFP :: MEDIUM RANGE ANTI SHIP MISSILE FOR NAVAL SURFACE PLATFORMS

sudhir007

SENIOR MEMBER
Joined
Jul 6, 2009
Messages
4,728
Reaction score
1
http://tenders.gov.in/viewtenddoc.asp?tid=del539136&wno=1&td=TD


REQUEST FOR INFORMATION (RFI) FOR PROCUREMENT OF
MEDIUM RANGE ANTI SHIP MISSILE FOR NAVAL SURFACE PLATFORMS
1. The Ministry of Defence, Government of India, intends to procure medium range anti-ship missiles for naval surface platforms.
2. This Request for Information (RFI) consists of two parts as indicated below: -
(a) Part I. This part of the RFI incorporates operational characteristics and features that should be complied with by the equipment.
(b) Part II. This part of the RFI brings out the methodology of response from the vendors.
PART – I
3. Intended Use. The medium range anti-ship missile for surface platform is intended for fitment onboard Indian Naval ships and would be utilised for engaging identified surface targets by the Indian Navy.
4. Technical Parameters. The technical parameters sought for the missile are placed at Appendix ‘A’.
5. Vendors should confirm to the under mentioned conditions in accordance with Defence Procurement Procedure – 2011 (DPP-2011): -
(a) The solicitation of offers will be as per ‘Single Stage – Two Bid System’. It would imply that a ‘Request for Proposal’ would be issued soliciting technical and commercial offers together, but in two separate sealed envelopes. The validity of commercial offers should be atleast 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.
2
(c) The equipment of all TEC cleared vendors would be put through “Field Evaluation Trials (FET) on a No Cost No Commitment (NCNC) basis. A Staff Evaluation would be carried out to analyse the result of field evaluation and shortlist the medium range anti-ship missile for surface platforms for introduction into service.
(d) Amongst the vendors cleared by Field Evaluation Trials, a Contract Negotiation Committee (CNC) would decide the lowest cost bidder (L1) and conclude the appropriate contract.
(e) The vendor would be bound to provide product support for the time period specified in the RFP, which would include spares and maintenance tools/ jigs/ fixtures for repairs.
(f) The vendor would be required to accept the general conditions of contract given in the Standard Contract Document at Chapter V of DPP-2011 placed on Ministry of Defence,*** Government of India*** --------.
(g) Performance/ Warranty Bonds. Performance Bond and Warranty Bonds are required to be submitted after signing of contract as per provisions of DPP-2011.
PART – II
6. Procedure for Response.
(a) Vendors are to fill the details as sought in Appendix ‘A’. Additional literature on the product can also be attached with the reply. Deviation in parameters is acceptable at this stage and flexibility is possible. Other features/ capabilities available may also be indicated. Wherever possible a rough order of magnitude of cost is requested for planning and budgeting.
(b) The response to the RFI must be made to the following address: -
The Principal Director of Staff Requirements
Integrated Headquarters of Ministry of Defence (Navy)
Directorate of Staff Requirements (DSR)
A - Block Hutments
Dalhousie Road
New Delhi 110011
(c) The expected date of response is four (04) weeks from the date of issue of this RFI/ placement on MoD website. Kindly acknowledge receipt of the RFI.
3
7. The Government of India invites responses to this request only from Original Equipment Manufacturers (OEM)/ Authorised Vendors/ Government sponsored Export Agencies. The end user of the equipment is Indian Navy.
8. The vendor is to clearly state if the equipment is already in use or under development. Proposal for a presentation may be included in the response to the RFI.
4
Appendix A
(Refers to Para 4 and 6(a))
TECHNICAL PARAMETERS
MEDIUM RANGE ANTI-SHIP MISSILE FOR SURFACE PLATFORMS
Sr Requirements Vendor to Specify
1.
Launch Method
Ship launched.
Whether missile is vertical launched or inclined launched or it can be configured to either vertical or inclined
2.
Fire Control System
(a) Computing flight missions parameters for accurate targeting using single/ salvo missile(s).
(b) FCS should be capable of accepting target data both manually (input by operator) and automatically (based on data being provided from ship sensors in a standard format).
Provide technical details.
3.
Range of Missile
Greater than or equal to 120 km.
Provide technical details.
4.
Minimum Altitude
Between 5 – 20 m above sea level.
The missile must descend to a lower altitude during its terminal stage/ homing
5.
Weight of Missile
Not exceeding 1000 kg
Provide technical details.
6.
Warhead
Weight atleast 100 kg
Provide technical details of warhead and also indicate provision of safety and arming devices being employed
7.
Speed
Greater than or equal to 0.9 Mach at height less than 20 m.
Clearly specify maximum speed with corresponding flight altitude
8.
Radar Cross Section
Should have a low RCS of the order of 0.5-1 sq m.
Provide technical details.
9.
Controls, Guidance and Navigation
(a) Autonomous flight as per flight mission parameters input prior launch.
(a) Provide technical details.
5
Sr Requirements Vendor to Specify
(b) Missile to be stabilised for roll/ pitch/ yaw.
(b) Specify missile capability wrt: -
(i) Routeing through way points to provide different directions of approach.
(ii) Providing post-launch turn angles.
(iii) Using GPS (or equivalent) inputs during its flight.
(iv) Loitering capability, if any.
10.
Homing Head
Active seeker or better technology.
(a) Technical details of homing head and available ECCM features.
(b) Capability of targeting targets (at sea) in vicinity of coast to be indicated.
(c) Land attack capability of missile, if available may be indicated.
11.
Target RCS
Missile should be able to target surface platforms with RCS of approx 250 sq m (at approx ranges of 10-20 km).
Provide technical details
12.
Target Speed
Missile should be capable of targeting surface platforms having an across vector of 40 knots.
Provide technical details
13.
Automated Test Equipment (ATE)
ATE for pre-launch preparations and health monitoring.
Provide technical details
14.
Shelf life
Not less than 10 years with provision to extend the life based on periodic inspection.
Provide technical details
15.
Insensitive Munition Technology
-
Confirm if the missile is employing ‘insensitive munition’ to enable hardening for withstanding drop/ shock, etc.
6
Sr Requirements Vendor to Specify
16.
Weather Capability
Should be all weather missile with capability to be exploited up to sea state 6.
Confirmation by vendor
17.
Probability of Hit
-
To be indicated.
18.
Integrated Logistics Support and Ground Support Equipment
Ground support equipment may include launcher, stowage and handling equipment, special to type equipment, testing stations etc.
Provide technical details
19.
Transportability
The entire system should be easily transportable from ashore to a ship in containers mounted on vehicles.
Vendor to specify if there exists requirement for a specific type of vehicle.
20.
Infrastructure (Operational and Maintenance)
(a) Requirement for hangars/ permanent structures for stowage of missiles and shore equipment.
(b) Envisaged area required on ship for fitment of missiles/ associated equipment.
Provide technical details.
21.
Engineering Support Package
Manufacturers Recommended List of Spares.
Provide details of the facilities required for undertaking maintenance of missile/ associated equipment and those being offered for undertaking maintenance.
 

Back
Top Bottom