Request for proposal
TECHNICAL REQUIREMENTS SPECIFICATION

TABLE OF CONTENTS

1. INTRODUCTION 3

2. SYSTEM OVERVIEW 4

2.1 LIELVARDE AFB TOTAL SYSTEMS CONCEPT 4

2.1.1 GENERAL 4

2.1.2 SYSTEMS FOR LIELVARDE 4

2.2 SYSTEM CONCEPT BASIC REQUIREMENTS 5

2.2.1 NAVIGATION SYSTEM 5

2.2.2 COMMUNICATIONS SYSTEM 5

3. SERVICES 13

3.1 INSTALLATIONS AND TRANSITION OPERATIONAL IMPACT 13

3.1.1 General 13

3.2 TRAINING 13

3.2.1 Introduction 13

3.2.2 General 14

3.2.3 Training Documentation 14

3.2.4 Training Facilities and Equipment 15

3.2.5 Training of Operational Personnel 15

3.2.6 Training of Maintenance Personnel 15

3.2.7 Proposal from the Bidder 16

3.3 QUALITY ASSURANCE 17

3.3.1 General Requirements 17

3.3.2 Quality Control and Verification 17

3.4 ACCEPTANCE TESTING 19

3.4.1 Factory Acceptance Test (FAT) 19

3.4.2 Site Acceptance Test (SAT) 19

3.4.3 Factory Acceptance Test (FAT) 19

3.4.4 Site Acceptance Test (SAT) 20

3.5 WARRANTY 22

3.5.1 General 22

3.6 SPARES 23

3.6.1 Initial Spares 23

3.6.2 Sparing Level 23

3.6.3 Description of Spares 23

3.6.4 Spares List 23

3.6.5 Guarantees 23

3.7 DOCUMENTATION 23

3.7.1 General 23

3.7.2 Hardware documentation 24

3.7.3 Software documentation 25

3.7.4 Miscellaneous documentation 25

3.8 HARDWARE AND SOFTWARE REQUIREMENTS 26

3.8.1 Software Requirements 26

3.8.2 Hardware Requirements 26

3.9 CIVIL WORKS 28

3.9.1 General Requirements 28

3.10 MAINTENANCE REQUIREMENTS 28

3.10.1 General 28

3.10.2 System design Consideration 28

3.10.3 Maintenance Operation 29

3.10.4 Preventive Maintenance 30

3.10.5 Corrective Maintenance 30

3.10.6 Maintenance Support 31

1.  INTRODUCTION

This document sets forth the operational and technical requirement specifications for a national Communications, Navigation, and Air Traffic Management (CNS/ATM) system for the modernization of Lielvarde Air Force Base (AFB) project. These requirements are mandatory and must be adhered to by the Bidder. Any significant noncompliance with this fundamental requirement would result in disqualification from further consideration.

The overall objective of the Lielvarde AFB CNS/ATM/MET system is to provide the Latvian Air Force (LAF) inter-operability with NATO. Therefore, compliance with applicable ICAO and NATO standards is mandatory.

The systems proposed must be of modern design, demonstrable and whose operation has been field-proven in a NATO-member country in Europe. The Bidder must have upgraded at least three airports in NATO-member countries essentially to the level specified in this document.

Where possible, the total system will be based on modern, high quality, commercial off-the-shelf (COTS) technology.

The Bidder will provide a detailed compliance matrix identifying full compliance, partial compliance (with explanation) or non-compliance based on requirements identified within this tender document and the attached specifications.

2.  SYSTEM OVERVIEW

2.1  LIELVARDE AFB TOTAL SYSTEMS CONCEPT

2.1.1  GENERAL

2.1.1.1  The following diagram shows the total CNS/MET System concept for the modernization of Lielvarde AFB project.

Lielvarde AFB – Total CNS/ATM/MET System Concept Block Diagram

2.1.1.2  The overall concept for Lielvarde as depicted in the Overall System Diagram above is based on a requirement for a fully integrated military Communications, Navigation, Meteorological, such that Lielvarde can operate autonomously as well as in harmony with adjacent military and civil aviation authorities.

2.1.2  SYSTEMS FOR LIELVARDE

2.1.2.1  The overall Lielvarde systems concept is as follows:
2.1.2.1.1  The Navigation System will consist of ICAO and NATO compliant Instrument Landing System, and area navigation systems such as military Tactical Air Navigation (D-VORTAC);
2.1.2.1.2  The Communications System will consist of HF, VHF and UHF air-ground and ground-ground radios, voice communications and control system (VCCS) and ground-ground communications systems to inter-link all the CNS assets to the Command and Control Center offices in Lielvarde AFB;
2.1.2.1.3  The Meteorological System will consist of an Automatic Weather Observation System, which will provide current weather observation parameters in automatic mode, including: wind direction and wind speed, aeronautical visibility and Runway Visual Range (RVR), height of the cloud base and cloud amount, some present weather phenomena, atmospheric pressure (QNH, QFE), temperature and relative humidity (dew point temperature). It will allow incorporating of visual observations into automated reports, to provide system operator with complete weather observation data set.

2.2  SYSTEM CONCEPT BASIC REQUIREMENTS

2.2.1  NAVIGATION SYSTEM

2.2.1.1  The Lielvarde AFB navigation system will consist of the following subsystems:
2.2.1.1.1  Cat III ILS Localizer;
2.2.1.1.2  Cat III ILS Glidepath;
2.2.1.1.3  DME;
2.2.1.1.4  Tactical Air Navigation (D-VORTAC).

Refer to Attachment 2 for the detailed Requirement Specifications for the ILS System.

Refer to Attachment 3 for the detailed Requirement Specifications for the DME System.

Refer to Attachment 8 for the detailed Requirement Specifications for the D-VORTAC System.

2.2.2  COMMUNICATIONS SYSTEM

2.2.2.1  The Communication System shall include the following two subsystems:
2.2.2.1.1  Air Traffic Control Tower Communications System
2.2.2.1.2  Communications Information System (CIS)
2.2.2.2  2.2.2.2 Air Traffic Control Tower Communications System
2.2.2.2.1  2.2.2.2.1 The Air Traffic Control Tower (ATC-T) Communications System shall consist of the following subsystems:
2.2.2.2.1.1  Voice Communication Control System (VCCS);
2.2.2.2.1.2  VHF/UHF Radios (transceivers and receivers);
2.2.2.2.1.3  Voice Logging Recorder System;
2.2.2.2.1.4  GPS Clock System;
2.2.2.2.1.5  Airfield Remote Control and Monitoring System.

The Requirement Specifications for the VCCS are detailed in the Attachment 4

2.2.2.2.2  The following operator workplaces shall be designed and provided:
2.2.2.2.2.1  ATC-T Tower Control

2.2.2.2.2.2  ATC-T Ground Control

2.2.2.2.2.3  ATC-T Auxiliary Position

2.2.2.2.2.4  Approach Control Operator 1

2.2.2.2.2.5  Approach Control Operator 2 (combined with Supervisor)

2.2.2.2.2.6  Technical Maintenance

2.2.2.2.3  The Bidder shall provide three (3) ATC consoles, two (2) APP consoles and one (1) Technical Maintenance console.

2.2.2.2.4  The design of the consoles shall provide flexible, ergonomic and efficient operation that eliminate distractions and allow controllers to focus strictly on the decisions of the moment. For the ATC-T, the consoles shall be designed to provide the best possible view from a working position towards the outside of the airfield.

2.2.2.2.5  The consoles shall be provided with the following features:

2.2.2.2.5.1  Internal 19”rack cabinets for mounting equipment

2.2.2.2.5.2  Aluminum rail systems for mounting displays on flexible arms

2.2.2.2.5.3  Vent panels

2.2.2.2.5.4  Removable panels

2.2.2.2.5.5  Individual power distribution system for each cabinet

2.2.2.2.6  Under table rails shall permit mounting of the following equipment accessories:

2.2.2.2.6.1  Jack panels

2.2.2.2.6.2  Microphones

2.2.2.2.6.3  Handsets

2.2.2.2.6.4  Headset plugs

2.2.2.2.6.5  Flight strip tray holders

The Requirement Specifications for the VHF/UHF Radios are detailed in the Attachment 5

2.2.2.2.7  The following radios are requested for the ATC-T:

2.2.2.2.7.1  Five (5) main/standby VHF-UHF transmitters

2.2.2.2.7.2  Five (5) main/standby VHF-UHF receivers

2.2.2.2.7.3  One (1) emergency VHF-UHF transceiver with independent power backup.

2.2.2.2.8  The requested RF filters, antenna, lightning protection, feeders, antenna towers, and installation materials shall be provided, as a turn-key solution.

2.2.2.2.9  The VHF-UHF transmitters and receivers shall be provided with remote control and maintenance monitoring system and network management system.

2.2.2.2.10  The detailed Requirement Specifications for the Voice Logging Recorder System are as follows:

2.2.2.2.10.1  The Voice Logging Recorder shall have the capability to cover all the radio, telephone and inter operator communications. The recording capability shall be redundant.

2.2.2.2.10.2  The minimum number of channels installed at the VCCS site shall be forty-eight (48). Additional recorders with minimum 16 channels shall be available for other locations upon request.

2.2.2.2.10.3  As a minimum the following features shall be provided:

2.2.2.2.10.3.1  Accurate recording and archiving of calls / radio communications

2.2.2.2.10.3.2  Quick and easy call retrieval

2.2.2.2.10.3.3  Immediate reproduction and availability of the last recorded call

2.2.2.2.10.3.4  Playback without interruption of ongoing recording

2.2.2.2.10.3.5  Reliable archiving of calls on a variety of storage media (HD, DVD, etc.)

2.2.2.2.10.3.6  On-line monitoring

2.2.2.2.10.3.7  Networking capability

2.2.2.2.10.3.8  Expandability

The Requirement Specifications for the Recorder system are detailed in the Attachment 7.

2.2.2.2.11  The detailed Requirement Specifications for the GPS Clock System are as follows:

2.2.2.2.11.1  The GPS Clock System shall be designed and built to meet or exceed all specifications recommended in the NENA (National Emergency Number Association) PSAP (Public Safety Answering Point) Master Clock Standard (NENA-04-002).

2.2.2.2.11.2  GPS Clock System shall allow other equipment designed to meet NENA specifications to be synchronized to the time information as received from the GPS satellites.

2.2.2.2.11.3  The Master Clock shall receive legally traceable time and date information from Global Positioning System satellites and shall supply UTC (Coordinated Universal Time) synchronized data to the ATC-T systems in a variety of forms. A twelve-channel receiver shall be employed, which is capable of tracking up to twelve (12) satellites simultaneously, although reception of only one is required for accurate time data to be output.

2.2.2.2.11.4  The Bidder shall be responsible for the provision of the required interfaces for the following systems:

2.2.2.2.11.4.1  VCCS

2.2.2.2.11.4.2  Voice Logging Recorder

2.2.2.2.11.4.3  RDPS/FDPS

2.2.2.2.11.4.4  Analogue/Digital clocks (minimum 10 interfaces)

2.2.2.2.12  The Requirement Specifications for the Airfield Remote Control and Monitoring System are as follows:

2.2.2.2.12.1  The RCMS shall provide the remote monitoring and control of the entire CNS/MET system assets at Lielvarde. The Bidder shall propose his concept such that the total system can be monitored from a central location.

2.2.2.2.12.2  Both equipment (CNS/MET) and site (Localizer, Glide Path, D-VORTAC, MET) control and maintenance monitoring information shall be included.

2.2.2.2.12.3  The site monitoring shall consist of, but not limited to the following features:

2.2.2.2.12.3.1  Temperature monitoring

2.2.2.2.12.3.2  Smoke alarm monitoring

2.2.2.2.12.3.3  AC power availability

2.2.2.2.12.3.4  Backup generator on

2.2.2.2.12.3.5  Backup generator alarm

2.2.2.2.12.3.6  Backup generator low fuel

2.2.2.2.12.3.7  Open door alarm

2.2.2.2.12.4  The RCMS shall have the capability of central supervision of the operational status of all the ground based aviation system elements used by the facility. Its main purpose is to provide the Air Traffic Management operators with a comprehensive graphic representation of the equipment interfacing the system’s alarm conditions.

2.2.2.2.12.5  The RCMS shall be specifically customized for the equipment installed at a given location. The Graphical User Interface (GUI) shall make the operation of the software intuitive and interactive.

2.2.2.3  Communications Information System (CIS)

2.2.2.3.1  General Description

2.2.2.3.1.1  The configuration of the Communication Information System is specific for each type of operational environment. Basically the CIS shall provide:

2.2.2.3.1.1.1  Continuous communication-information service to the airport personnel;

2.2.2.3.1.1.2  Links to the communication-information networks of the civilian/military aviation infrastructure;

2.2.2.3.1.1.3  Technical support for the Automated Information System;

2.2.2.3.1.2  The Communication Information System consists of the following subsystems:

2.2.2.3.1.2.1  Communications Information Center (CIC)

2.2.2.3.1.2.2  Automated Information System (AIS)

2.2.2.3.1.2.3  Telephone Centre (PABX network)

2.2.2.3.1.2.4  Ground – Air – Ground Communications, including

2.2.2.3.1.2.4.1  HF-VHF-UHF Transmitting Center

2.2.2.3.1.2.4.2  HF-VHF-UHF Receiving Center

2.2.2.3.1.2.5  Remote Ground – Air VHF Radio Communications

2.2.2.3.1.2.6  Network equipment (modems, …) to transmit signals from field equipment over redundant Fiber Optic communications backbone (main) and copper communication backbone (standby)

2.2.2.3.1.2.7  Local Area Network (LAN) for connecting the CIC and AIS workstations to public and/or private networks

2.2.2.3.1.2.8  Fiber Optic / Copper Cable / Wireless infrastructure for interconnecting different sites of the airport to the backbone (e.g. Radio Navigation and Surveillance sites to the backbone, Radio Transmitting Center and/or Receiving Center to the backbone, Meteorological System sites to the backbone, local telephone extensions to the PABX, internal interconnections of the systems at control tower)

2.2.2.3.2  Prerequisites

2.2.2.3.2.1  The CIS will be the responsibility of the bidder to describe in detail in his proposal after conducting a mandatory site survey. During the site survey, the Buyer will provide the bidders the opportunity to visit all the locations involved in this project and their roles. The Buyer will advise all the bidders about the dates for the Site Surveys.

The Requirement Specifications for the Site Surveys detailed in the Attachment 1.

2.2.2.3.2.2  The Communications Information Center (CIC) shall be equipped with top of the line Commercial-On-The-Shelf (COTS) workstations, based on specificē operational configuration.

2.2.2.3.2.3  The standard software shall consist exclusively of the following items:

2.2.2.3.2.3.1  MS Windows Professional (latest edition)

2.2.2.3.2.3.2  MS Office Standard (latest edition)

2.2.2.3.2.3.3  Antivirus software (latest edition)

2.2.2.3.2.4  The Automated Information System (AIS) is an infrastructure that provides access to information, and means for information processing, storing, displaying, transferring, and broadcasting. The AIS is structured so that two different types of networks are available, and completely independent:

2.2.2.3.2.4.1  Private Network (Intranet)

2.2.2.3.2.4.2  Public Network (internet)

2.2.2.3.2.5  AIS shall be equipped with top of the line COTS servers, workstations, switching and routing equipment based on specific operational configuration.

2.2.2.3.2.6  The standard software shall consist exclusively of the following items:

2.2.2.3.2.6.1  MS Windows Professional (latest edition)

2.2.2.3.2.6.2  MS Office Standard (latest edition)

2.2.2.3.2.6.3  Antivirus software (latest edition)

2.2.2.3.2.7  The Telephone Center consists of a PABX network and corresponding infrastructure.

2.2.2.3.2.8  The PABX specifications shall be based on the end user provided information regarding the type and number of trunks, type and number of telephone sets for extensions, type and number of attendants, number of the nodes within the network.

2.2.2.3.2.9  The PABX shall be provided with administration terminal(s) based on the specific project configuration.

2.2.2.3.2.10  The Ground – Air – Ground Communication System is installed in the HF-VHFUHF Transmitting Center and HF-VHF-UHF Receiving Center.

2.2.2.3.2.11  The following radios are requested for the Transmitting Center:

2.2.2.3.2.11.1  Two (2) HF Transmitters 125W

2.2.2.3.2.11.2  Two (2) HF Transmitters 500W

2.2.2.3.2.11.3  Five (5) VHF-UHF Transmitters

2.2.2.3.2.12  The following radios are requested for the Receiving Center:

2.2.2.3.2.12.1  Four (4) HF Receivers

2.2.2.3.2.12.2  Five (5) VHF-UHF Receivers

2.2.2.3.2.13  The requested RF filters, antennae, lightning protection, feeders, antena towers, and installation materials shall be provided, as a turn-key solution.