Announcement

Collapse
No announcement yet.

New Naval Equipment Purchases: Seen on Etenders.

Collapse
X
 
  • Filter
  • Time
  • Show
Clear All
new posts

  • New Naval Equipment Purchases: Seen on Etenders.

    Decided it needed a thread of it's own, given how the Army one has become a zombie thread.


    Section 3. Specification of Requirements

    Boarding Ladder.
    3.1 The ladder is to be constructed from light weight, high strength material such as carbon fibre and it is to be of a pole type construction made up of three sections.

    3.2 The top section is to be approximately 2.4m in length and come complete with a grapel.

    3.3 The middle section is to be approximately 2.4m in length.

    3.4 The bottom section is to be approximately 1.2m in length.

    3.5 Overall length of the solid ladder with the three sections joint together must be 7m.

    3.6 The ladder should come with a stainless steel rope ladder which comes complete with a fitting attachment. This rope ladder should be capable of being attached to the bottom section and should be approximately 3m in length.

    3.7 The three sections and the rope ladder should be capable of being fitted together quickly and easily and should remain securely together once assembled.

    3.8 The unit should be supplied with a wooden/heavy duty plastic storage case.

    3.9 The Irish Naval Service intends to purchase two (2) boarding ladders in 2012. Additional ladders may be purchased under this tendering process in 2013 and 2014, however the Irish Naval Service are not obliged to do so.

    3.10 The two boarding ladders must be delivered no later than 29th October 2012.

    3.11 The boarding ladder will be utilised to gain access from an inflatable RHIB onto a vessel which has a higher freeboard. The use of a grapel is required so that the ladder may be secured to the other vessel and allows safe access. The steel rope ladder is to be secured to the bottom of the pole. This prevents the inflatable RHIB becoming damaged by the pole ladder and also prevents the RHIB from hitting the pole and dislodging the grapel.


    Why now?


    Catch-22 says they have a right to do anything we can't stop them from doing.

  • #2
    Section 3. Specification of Requirements
    Contract in Detail:-
    HF SSB/ISB Software Defined Radio System


    The contract will cover the provision, of a HF Radio Systems to replace and interface with existing Irish Naval Service communications systems.
    The replacement system is to be a Software defined radio utilising Digital Signal Processing (DSP). The system should be modular in construction with discrete Radio, Data Modem, Power Amplifier (PA) and Antenna Tuning Unit (ATU). The system is to utilise ships existing HF antennas (either Wire or Whip).
    The system should be capable of utilising the following standards; MIL-STD 188-141A, STANAG 4203, STANAG 4538, STANAG 4415, MIL-STD-188-110B.
    The PA should have a nominal output power of either 1KW or 500W; both PA’s should be quoted for, the 500W PA would be utilised on smaller Naval Service vessels.
    The radio should be capable of operating SSB/ISB modes.

    Procurement timeline:
    • 2012 (systems to be delivered to MTS, Naval Base no later than 1 Nov 2012)
    Two complete systems (i.e. RADIO, PA, ATU and PSU)

    With the option of:
    • 2013
    Three complete systems 1KW (with an option for 500W PA) (i.e. RADIO, PA, ATU and PSU)
    Technical training (see below)
    • 2014
    Two complete systems 1KW (with an option for 500W PA) (i.e. RADIO, PA, ATU and PSU)


    Technical training to be quoted for five/six students (to take place in 2013).

    3.1 Training
    Optional Technical training is to be quoted for five/six students; training is to take place in 2013. Technical training should qualify the students to install and carry out maintenance on the system and to carry out diagnostics to at least board level.

    3.2 Documentation
    Vendor must include in the price, provision of the following, in English:

    One set of system and equipment operator manuals per unit supplied.
    One set of maintenance manuals per unit supplied.
    Two sets of workshop maintenance manuals per unit supplied.

    3.3 Backup Software
    Copies of all backup software required for equipment installed to be supplied to the Irish Naval Service in CD or other electronic format.

    3.4 General Requirements

    Technical Requirements

    a. Equipment is required to replace existing Skanti 9000 HF transceivers and Thrane & Thrane Data modems

    b. Equipment to be resiliently mounted

    c. The system is to be modular in design and comprise of separate Radio, Modem and Power Amplifier Elements. The Radio and modems is to be 19” rack mounted.

    d. The radio is to be SSB/ISB software defined (as detailed below).

    3.5 Specific Radio Specifications

    a. It is the responsibility of the company tendering to ensure that all reasonable and practicable steps are taken to ensure RF and EM compatibility between the system installed and other communication and navigation equipment carried on board NS vessels. The EMI standard of equipment to be provided.
    The system should conform to:
    E.C. Machinery regulation 2008 SI No 407/08. (or MIL-STD 810F)
    300 373-2 v1.2.1
    EN 301 843-5 v1.1.1
    EN 60950

    b. System shall be capable of operating at:
    230VAC Single Phase

    c. Cables to be of Low Smoke Zero Halogen. PVC and LSH are NOT acceptable.

    d. The HF tactical communications system is to be capable of the following delivering voice, data, and email over ELOS and BLOS distances. System to cover a footprint of not less than one million sq kilometres within the Irish Economic zone on a normal operational basis and additionally to deliver trans oceanic communications is required, and consist of the following sub components:
    A high power element to meet DoD own internal Extended line of sight (ELOS) and Beyond line of sight (BLOS) requirements and its PfP commitments.
    • MIL-STD 188-141A
    • STANAG 4203
    • STANAG 4538
    • STANAG 4415

    e. The hardware is designed to support new NATO interoperability waveforms and is field software upgradeable and is ‘IP ready’ with built-in Ethernet interface for future network applications.

    f. Data modem should be capable of operating MIL-STD-188-110B. The unit should fit into a standard 19” rack.

    g. System design to be such as to allow transition to full HF/IB capability.

    h. The systems supplied in 2012 shall be, two;

    a. 1kW HF/SSB Transmitter (or transceiver) suitable for frequency range 1.6 – 30Mhz system complete with 1kw Power Amplifier, Data Modem, PSU and ATU. Transmitter will be connected to horizontal wire or whip antenna via tuning unit. Unit to provide reception in the frequency range 10kHz to 30MHz.

    i. For 2013 Three systems comprising of; (both PA types to be quoted for);

    a. 1kW HF/SSB Transmitter (or transceiver) suitable for frequency range 1.6 – 30Mhz system complete with 1kw Power Amplifier, Data Modem, PSU and ATU.. Transmitter will be connected to horizontal wire antenna or whip via tuning unit. Unit to provide reception in the frequency range 10kHz to 30MHz.

    b. 500W HF/SSB Transmitter (or transceiver) suitable for frequency range 1.6 – 30Mhz system complete with 1kw antenna tuning units. Transmitter will be connected to horizontal wire or whip antenna via tuning unit. Unit to provide reception in the frequency range 10kHz to 30MHz

    j. For 2014 Two systems comprising of; (both PA types to be quoted for);

    a. 1kW HF/SSB Transmitter (or transceiver) suitable for frequency range 1.6 – 30Mhz system complete with 1kw Power Amplifier, Data Modem, PSU and ATU.. Transmitter will be connected to horizontal wire antenna or whip via tuning unit. Unit to provide reception in the frequency range 10kHz to 30MHz.

    b. 500W HF/SSB Transmitter (or transceiver) suitable for frequency range 1.6 – 30Mhz system complete with 1kw antenna tuning units. Transmitter will be connected to horizontal wire or whip antenna via tuning unit. Unit to provide reception in the frequency range 10kHz to 30MHz

    k. It is the responsibility of the company tendering to ensure that all reasonable and practicable steps are taken to ensure RF and EM compatibility between the system installed and other communication and navigation equipment carried on board NS vessels. The EMI standard of equipment to be provided. The system should conform to E.C. Machinery regulation 2008 SI No407/08

    l. Selectivity:
    SSB / ISB: 300 – 3300 Hz better than 5 dB
    CW: 500 Hz better than 2 dB, Centered at 1 kHz
    AM: ±3000 Hz better than 5 dB

    m. Sensitivity
    SSB / ISB: beter than 0.7 μV for 10 dB (S+N)/N
    CW: > 0.5 μV for 10 dB (S+N)/N
    AM: >3.5 μV for 10 dB (S+N)/N

    3.7 Operational Requirement

    a. Frequency Range
    Tx:1.5 – 30 MHz
    Rx:10 kHz – 30 MHz

    b. Programmable Channels
    128 Simplex or Half-Duplex

    c. Modes of Operation
    AME, NB-FM, USB, LSB, ISB, CW, and Data (With External Modems)

    d. External Modem to MIL-STD-188-110B

    e. PTT / Key
    Local or Remote

    f. Channel Scan
    Manual or Automatic

    g. BITE
    Fault Isolated to Module Level (LRU); Descriptive Readout on Front Panel and Individual Module Indication-9000D
    SOFTWARE-DEFINED HF SSB/ISB RADIO


    Catch-22 says they have a right to do anything we can't stop them from doing.

    Comment


    • #3
      Section 3. Specification of Requirements

      Contract in Detail:-
      GPS/DGPS System(s)

      In Detail:-
      This contract is for the supply of four (4) GPS/DGPS systems for Irish Naval Ships in 2012.

      The Naval Service may avail of this tendering process to procure additional GPS/DGPS system(s) for Irish Naval Ship(s) in 2013 and 2014. The Naval Service is not obliged to avail of the procurement of the additional systems in 2013 and 2014.

      3.1 Documentation
      Vendor must include in the price, provision of the following, in English:

      One set of system and equipment operator manuals per unit supplied.
      One set of maintenance manuals per unit supplied.

      3.2 Backup Software
      Copies of all backup software required for equipment installed to be supplied to the Irish Naval Service in CD format.

      3.3 General GPS/DGPS Requirements

      Technical Requirements

      a. Equipment is required to replace existing Simrad MX500 and Northstar 941X GPS/DGPS systems.

      b. System to be sufficiently robust for use in a marine environment.

      c. System to be suitable for flush or yoke mounting.

      d. System to have LAN and USB ports and a minimum of 9 independent serial data ports to allow integration with existing bridge equipment.

      e. Software updates to be through a USB port.








      3.5 Operational Requirement

      a. Display unit illumination must allow clear interpretation of all information but must NOT impair night vision of Bridge watch keeping personnel.

      b. Display unit screen language to be English.

      c. System to allow user save and restore Waypoints, Routes and Configuration Settings.

      d. Position resolution to four (4) decimal places for LAT/LON.

      e. System to be capable of using EGNOS and WAAS when DGPS stations NOT available.


      Catch-22 says they have a right to do anything we can't stop them from doing.

      Comment


      • #4
        Request for Proposals

        for the Supply to the Irish Naval Service of

        Tactical Radar Systems




        JN/260/2012 - TACTICAL RADAR SYSTEMS


        Issued by the Naval Service, Ireland

        Ref No: JN/260/2012


        The following is a Request for Proposals (RFP) for the provision of an S-Band Tactical Radar system for Irish Naval Ships in 2012. The Naval Service may also, but is not obligated to, avail of this tendering process to procure additional S-Band and X-Band Tactical Radar system(s) for Irish Naval Ships in 2013 and 2014 respectively. The contracting authority is the Minister for Defence, Ireland.

        Statement of Requirement

        The requirement exists for the provision of a Tactical Marine Radar System to replace and interface with existing Irish Naval Service Marine Radar systems.

        Specifically, the requirement is that all installs must be capable of taking control of, and be controlled by, the ship’s existing tactical displays. The S-Band system must fully utilise solid state technology and must NOT to be based on magnetron technology. The X-Band system must be a conventional down-mast magnetron based system. The existing systems fitted on NS ships are Kelvin Hughes Tactical Manta Display and Kelvin Hughes Mark 7 X-Band Down-mast transceiver.

        There is also a requirement for five days technical training to be provided for six technicians. The procured equipment will not be available for technical training. The supplier will be required to provide a complete operating system for instruction, fault finding and diagnostic work. Technical training must qualify the students to install and carry out maintenance on the system to at least board level.

        Procurement timeline:
        • In 2012
        Solid State S-Band Transceivers and scanner/array: Qty Required 2
        Associated remote controlled switching equipment: Qty Required 2
        Tactical Displays: Qty Required 1



        With the option of:
        • In 2013
        Solid State S-Band Transceivers and scanner/array: Qty Required 1
        X-Band Conventional Magnetron Transceiver: Qty Required 1
        Associated remote controlled switching equipment: Qty Required 1
        Tactical Displays: Qty Required 2
        • In 2014
        X-Band Conventional Magnetron Transceiver: Qty Required 2
        Tactical Displays: Qty Required 2


        Catch-22 says they have a right to do anything we can't stop them from doing.

        Comment


        • #5
          *edit
          Derp, just read full text - mentions replacing Skanti & Thrane HF radios/modem, but not the Codan systems. Interesting.
          Last edited by pym; 22 June 2012, 22:10.

          Comment


          • #6
            Originally posted by Goldie fish View Post
            g. BITE
            Fault Isolated to Module Level (LRU); Descriptive Readout on Front Panel and Individual Module Indication-9000D
            SOFTWARE-DEFINED HF SSB/ISB RADIO
            This is a Sunair 9000D that matches the specs:

            Comment


            • #7
              W/AIS transponder contract awarded to C.A. Clase UK Ltd of Waterlooville UK.


              Catch-22 says they have a right to do anything we can't stop them from doing.

              Comment


              • #8
                GPS/DGPS contract awarded to Martek Ltd, Stillorgan Industrial Park, Dublin.


                Catch-22 says they have a right to do anything we can't stop them from doing.

                Comment


                • #9
                  Originally posted by Goldie fish View Post
                  Decided it needed a thread of it's own, given how the Army one has become a zombie thread.


                  Section 3. Specification of Requirements

                  Boarding Ladder.
                  3.1 The ladder is to be constructed from light weight, high strength material such as carbon fibre and it is to be of a pole type construction made up of three sections.

                  3.2 The top section is to be approximately 2.4m in length and come complete with a grapel.

                  3.3 The middle section is to be approximately 2.4m in length.

                  3.4 The bottom section is to be approximately 1.2m in length.

                  3.5 Overall length of the solid ladder with the three sections joint together must be 7m.

                  3.6 The ladder should come with a stainless steel rope ladder which comes complete with a fitting attachment. This rope ladder should be capable of being attached to the bottom section and should be approximately 3m in length.

                  3.7 The three sections and the rope ladder should be capable of being fitted together quickly and easily and should remain securely together once assembled.

                  3.8 The unit should be supplied with a wooden/heavy duty plastic storage case.

                  3.9 The Irish Naval Service intends to purchase two (2) boarding ladders in 2012. Additional ladders may be purchased under this tendering process in 2013 and 2014, however the Irish Naval Service are not obliged to do so.

                  3.10 The two boarding ladders must be delivered no later than 29th October 2012.

                  3.11 The boarding ladder will be utilised to gain access from an inflatable RHIB onto a vessel which has a higher freeboard. The use of a grapel is required so that the ladder may be secured to the other vessel and allows safe access. The steel rope ladder is to be secured to the bottom of the pole. This prevents the inflatable RHIB becoming damaged by the pole ladder and also prevents the RHIB from hitting the pole and dislodging the grapel.


                  Why now?
                  Awarded to:
                  Spoode Ltd,
                  Somerstown,
                  Trim,
                  Co Meath.


                  Catch-22 says they have a right to do anything we can't stop them from doing.

                  Comment


                  • #10
                    JN 1036/2012 Provision of Submersible Remote Operated Vehicle, Irish Naval Service, Dept of Defence

                    3.1 Contract Requirements.

                    a. The NS seeks the supply of a Remote Operated Vehicle (ROV) for operational requirements that will fulfill the criteria set out below. Naval Service personnel may be required to visit and view the proposed ROV to confirm that it meets stated criteria.

                    b. The ROV must be capable of being easily launched and recovered off a small support vessel or operated from the back of a road vehicle on a quay wall.

                    c. The ROV must be sufficiently maintainable in the field by trained technicians.

                    d. ROV must meet the following specifications:
                    i. Minimum Depth Rating: 300m
                    ii. Maximum Dimensions: 1000mm L x 600mm W x 500mm H
                    iii. Maximum Weight in Air: 95kg (with ballast fitted)
                    iv. Minimum Payload: 10kg

                    e. The NS has five (5) new unused thrusters of the following description
                    i. Make: Sub Atlantic
                    ii. Model: SPE-75 Brushless Thrusters
                    iii. Thrust: 26kgf

                    These thrusters are to be fitted by the tendering company in a vectored configuration with one vertical thruster. The following characteristics are to be considered as a guide:
                    i. Operating forward speed: 3.5 knots
                    ii. Lateral speed: 3.0 knots
                    iii. Vertical speed: 2.0 knots
                    iv. Turning Rate: 120 deg per second

                    f. The NS has a Kongsberg Pan & Tilt camera Model OE14-122 rated to 1000m. Tendering companies are requested to include the optional fitting of this camera in such an ROV build. NS personnel will be available for consulting if required.

                    g. The ROV should be preconfigured to mount and operate search sonar heads already in service with the NS. Specification of such can be given upon request.

                    h. All PCBs in the ROV and surface control system are to be protected against;
                    i. over voltage
                    ii. reverse voltage
                    iii. overcurrent

                    i. ROV Unit: The ROV unit should have the following features as a minimum:
                    i. Thrusters (will be supplied by NS)
                    ii. Compass (accurate to 5 degrees)
                    iii. Pitch/Roll (accurate to 5 degrees)
                    iv. Altimeter (accurate to 0.3% FSD)
                    v. Depth Sensor (accurate to 0.3% FSD)
                    vi. Minimum of two (2) x front facing dimmable LED lights each of minimum 1600 lumen
                    vii. Option of one (1) x rear facing dimmable LED light of minimum 1600 lumen.
                    viii. One (1) x low lumen front mounted camera with a focus/zoom function. The option of fitting an additional front facing CCD camera is also to be included.
                    ix. Option of one (1) x rear mounted camera. Kongsberg Pan & Tilt Camera Model OE14-122, as discussed in paragraph ‘f’, is the desirable option. Options of different types and specification can be discussed with NS technical staff.
                    x. Flight Transit Case
                    xi. Lead Ballast Kit
                    xii. Launch & Recovery Lock Latch System
                    xiii. Client Junction Box to allow for future upgrade or addition of equipment.
                    xiv. To be capable of accepting tooling skids for future use.

                    j. Surface Power & Control Unit: The surface power and control unit should have the following features:
                    i. ROV unit to be powered by 110V-220V AC single phase supply.
                    ii. Control Cabinet must be portable i.e. Pelicase/Flight Case or equivalent.
                    iii. System is to be fitted with Voltmeter & Ammeter.
                    iv. System is to be fitted with Line Insulated Monitored System (LIMS) including alarms.
                    v. Earth fault test and reset facility.
                    vi. Emergency stop button is to be fitted to the control unit where all power will be disconnected in case of emergency.
                    vii. Control system to be capable of running off a Windows based PC.
                    viii. Diagnostic software that can identify faults and allow for simple troubleshooting action regardless if the ROV is subsea or on deck.
                    ix. Alarm list and history page.
                    x. Pilot information page that will give the pilot the following information;
                    a. Heading
                    b. Depth
                    c. Altitude
                    d. Pitch
                    e. Roll
                    f. Control and feedback of the operator commands
                    g. Set up and diagnostic information
                    xi. Video overlay of front facing camera picture to include minimum of: Date, time, depth, heading and option of user entering additional text, i.e. name of dive site etc.
                    xii. Option of fitting camera 1 and camera 2 feed to additional monitors. If there is an option of fitting a third monitor for a third ‘rear’ camera this is to be stated.
                    xiii. All labelling to be in English

                    k. Portable Pilot Control Unit: In order for the pilot to fly the ROV ergonomically, a portable control unit is required with the following typical functions;
                    i. Thrusters controls (variable power)
                    ii. Thrust trim controls in the vertical, lateral and axial directions
                    iii. Auto heading (accurate to +/- 5 degrees)
                    iv. Depth hold (accurate to +/- 0.5 metres)
                    v. Altitude hold (accurate to +/- 0.5 metres)
                    vi. Camera Controls including tilt, focus & zoom.
                    vii. Sufficient lead cable to allow pilot move onto deck and maintain visual of the ROV while on the surface.
                    viii. A secondary means of control, i.e. back up controller, is also required in the event of a failure.
                    ix. All labelling to be in English.

                    l. Tether: Tether to be a minimum of 350m in length with an outer diameter not exceeding 20mm containing the following;
                    i. Four (4) x CAT 7 screened twisted pair.
                    ii. Two (2) x standard screened twisted pair.
                    iii. Suitable number of standard copper single core power conductors.

                    m. Onsite familiarization training to be provided by the supplier which is to be included in the total cost.

                    n. Cost to include delivery to purchase address

                    o. Commissioning of ROV on delivery is essential.

                    p. Payment will be made in full on completion of commissioning of ROV and training.

                    q. Manufacturer to include delivery and commissioning schedule.

                    r. List of optional tools and accessories to be included.

                    s. Operators manual to be provided in English for all equipment supplied.

                    t. Servicing requirements and service schedule to be provided.

                    u. Service Manual for all equipment supplied to be provided in English.

                    v. Manufacturer to outline availability of after sales customer service.

                    w. Spare parts manual to be provided.

                    x. Manufacturer to state availability of spares and delivery times.

                    y. Delivery time from placement of order to be less than 60 Days.




                    Catch-22 says they have a right to do anything we can't stop them from doing.

                    Comment


                    • #11
                      Provision of Naval Vessel CCTV Monitoring Systems for the Irish Naval Service

                      3.1 General
                      The Naval Service intends to procure and install CCTV systems onboard 7 (seven) Naval Patrol Vessels. These systems will provide both internal and external surveillance. Monitoring and recording of the surveillance video is required.

                      Equipment must be suitable for installation by Naval Service electricians under supervision of the contractor.

                      The contractor will be required to commission all systems.

                      3.2 System Requirements

                      a. CCTV systems tendered shall be suitable for operating in the marine shipboard environment. This includes all system components ability to withstand shock and vibration. This is important from the system operation and equipment longevity perspectives. Tendering contractors are required to indicate how the proposed system components are suitable for operating in the marine shipboard environment.

                      b. CCTV systems shall be tamperproof and robust.

                      c. Internal CCTV cameras shall to be of the dome type. Strictly no PTZ required.

                      d. External cameras shall be fitted with wipers. They shall have PTZ facilities. IR not required.

                      e. CCTV monitors shall be dimmable so as not to impair night time vision onboard the Patrol Vessel. Camera shall be controllable at all monitors.

                      f. 1 (one) internal camera on each of the LPV class shall be Ex rated.

                      g. Digital Video Recording (DVR) / Control systems shall have a minimum recording time of 1 (one) month without overwriting. This, however, should ideally be 3 (three) months.

                      h. Continuous recording without interruption is essential. In addition to this, the CCTV system shall continue operation for a minimum duration of 1 (one) hour in the event of the loss of ships electrical supply.

                      NOTE: Supply voltage available to CCTV monitoring system equipment is 220V. The supply frequency is 50Hz on the HPV, OPV and LPV classes. It is 60 Hz on the CPV class.

                      i. Proposed systems should have minimum possible power consumption.

                      j. External cameras to have a minimum IP rating of IP66.

                      k. Cameras must have a minimum of 540 TV lines.

                      l. All components should be CE marked.


                      3.3 Further Requirements
                      a. All system component equipment must be explicitly identified and quoted for separately. Data sheets for all equipment must be provided in reply to tender.

                      b. All equipment to be supplied with appropriate mounting brackets (Ref 2a).

                      c. The supplied CCTV monitoring system shall be designed to operate at varying lighting levels found onboard the Naval Patrol Vessels.

                      d. The contractor shall a detailed specification of all cable types to be used in the installation.

                      e. Supply of these cables is not required. However, the contractor may quote for these as an option. All cables should be of the Low Smoke Zero Halogen type.

                      f. Naval Service Patrol Vessels and personnel will be available to contractors to ascertain all aspects relevant to the provision of suitable CCTV monitoring systems including cabling types and lengths, distances between components, camera field of view, lighting conditions and equipment mounting requirements.

                      NOTE: The distances between installed components will vary in each Patrol Vessel class.

                      g. The contractor will be responsible for ensuring that all required power conversion and backup power supply equipment is specified and provided.

                      h. Naval Service personnel will install all equipment under supervision of the contractor. The contractor will confirm suitable installation, switch on and commission system.

                      i. The tendering company should provide a list of references / recommendations for the proposed system(s).

                      j. The tendering company should provide guarantee details relating to the installed systems.

                      k. It is intended that system installation will commence on delivery of the systems, as NS Patrol Vessels become available. A schedule for commissioning will be agreed between the NS and the contractor.

                      l. Tendering companies should include as an option, quoted prices for the purchases of listed components to allow for any system expansion during 2013 and 2014.


                      3.4 System Supply Details

                      The system requirements for the different Patrol Vessel classes are as follows:

                      Ship Type: LPV x 2
                      Quantity each LPV:
                      2 (two) internal cameras
                      1 (one) external camera
                      2 (two) monitors
                      1 (one) Digital Video Recording / Control System.

                      Ship Type: OPV x 2
                      Quantity each OPV:
                      1 (one) internal camera
                      1 (one) external camera
                      1 (one) monitor
                      1 (one) Digital Video Recording / Control System.

                      Ship Type: HPV x 1
                      Quantity:
                      1 (one) internal camera
                      2 (two) monitors
                      1 (one) Digital Video Recording / Control System.


                      Ship Type: CPV x 2
                      Quantity each CPV:
                      2 (two) internal cameras
                      1 (one) external camera
                      1 one) monitor
                      1 (one) Digital Video Recording / Control System.

                      Spare System:
                      Quantity:
                      1 (one) internal cameras
                      1 (one) external camera
                      1 one) monitor
                      1 (one) Digital Video Recording / Control System.


                      The total equipment requirements for the all installations are as follows:

                      Total Supply:
                      Quantity:
                      12 (eleven) internal cameras including 1 (one) spare.
                      7 (seven) external cameras including 1 (one) spare
                      11 (eleven) monitors including 1 (one) spare
                      8 (eight) Digital Video Recording / Control Systems including 1 (one) spare.



                      3.5 Documentation

                      Two sets of operating and installation manuals for all system components (in English) must be provided per ship. At least 1 (one) set of manuals should be in electronic form.

                      3.6 Delivery

                      All equipment must be delivered to Main Technical Stores, Naval Base, Haulbowline, Co. Cork, Ireland before 30th November 2012.
                      Last edited by Goldie fish; 12 September 2012, 11:57.


                      Catch-22 says they have a right to do anything we can't stop them from doing.

                      Comment


                      • #12
                        What do they intend on watching with a such a limited camera aray given ?

                        Should have included a spec. to have the dome mount fitted with a heater to prevent fogging in the cases of condensation due to temperature changes.

                        IP 66 doesn't not proof against condenstion.



                        No IR required.

                        How about low light capability?

                        Facial Recognition

                        Movement recognition?
                        Last edited by hptmurphy; 12 September 2012, 15:05.
                        Covid 19 is not over ....it's still very real..Hand Hygiene, Social Distancing and Masks.. keep safe

                        Comment


                        • #13
                          Depends where they want it. I'll email you the full spec.


                          Catch-22 says they have a right to do anything we can't stop them from doing.

                          Comment


                          • #14
                            Originally posted by Goldie fish View Post
                            JN 1036/2012 Provision of Submersible Remote Operated Vehicle, Irish Naval Service, Dept of Defence

                            3.1 Contract Requirements.

                            a. The NS seeks the supply of a Remote Operated Vehicle (ROV) for operational requirements that will fulfill the criteria set out below. Naval Service personnel may be required to visit and view the proposed ROV to confirm that it meets stated criteria.

                            b. The ROV must be capable of being easily launched and recovered off a small support vessel or operated from the back of a road vehicle on a quay wall.

                            c. The ROV must be sufficiently maintainable in the field by trained technicians.

                            d. ROV must meet the following specifications:
                            i. Minimum Depth Rating: 300m
                            ii. Maximum Dimensions: 1000mm L x 600mm W x 500mm H
                            iii. Maximum Weight in Air: 95kg (with ballast fitted)
                            iv. Minimum Payload: 10kg

                            e. The NS has five (5) new unused thrusters of the following description
                            i. Make: Sub Atlantic
                            ii. Model: SPE-75 Brushless Thrusters
                            iii. Thrust: 26kgf

                            These thrusters are to be fitted by the tendering company in a vectored configuration with one vertical thruster. The following characteristics are to be considered as a guide:
                            i. Operating forward speed: 3.5 knots
                            ii. Lateral speed: 3.0 knots
                            iii. Vertical speed: 2.0 knots
                            iv. Turning Rate: 120 deg per second

                            f. The NS has a Kongsberg Pan & Tilt camera Model OE14-122 rated to 1000m. Tendering companies are requested to include the optional fitting of this camera in such an ROV build. NS personnel will be available for consulting if required.

                            g. The ROV should be preconfigured to mount and operate search sonar heads already in service with the NS. Specification of such can be given upon request.

                            h. All PCBs in the ROV and surface control system are to be protected against;
                            i. over voltage
                            ii. reverse voltage
                            iii. overcurrent

                            i. ROV Unit: The ROV unit should have the following features as a minimum:
                            i. Thrusters (will be supplied by NS)
                            ii. Compass (accurate to 5 degrees)
                            iii. Pitch/Roll (accurate to 5 degrees)
                            iv. Altimeter (accurate to 0.3% FSD)
                            v. Depth Sensor (accurate to 0.3% FSD)
                            vi. Minimum of two (2) x front facing dimmable LED lights each of minimum 1600 lumen
                            vii. Option of one (1) x rear facing dimmable LED light of minimum 1600 lumen.
                            viii. One (1) x low lumen front mounted camera with a focus/zoom function. The option of fitting an additional front facing CCD camera is also to be included.
                            ix. Option of one (1) x rear mounted camera. Kongsberg Pan & Tilt Camera Model OE14-122, as discussed in paragraph ‘f’, is the desirable option. Options of different types and specification can be discussed with NS technical staff.
                            x. Flight Transit Case
                            xi. Lead Ballast Kit
                            xii. Launch & Recovery Lock Latch System
                            xiii. Client Junction Box to allow for future upgrade or addition of equipment.
                            xiv. To be capable of accepting tooling skids for future use.

                            j. Surface Power & Control Unit: The surface power and control unit should have the following features:
                            i. ROV unit to be powered by 110V-220V AC single phase supply.
                            ii. Control Cabinet must be portable i.e. Pelicase/Flight Case or equivalent.
                            iii. System is to be fitted with Voltmeter & Ammeter.
                            iv. System is to be fitted with Line Insulated Monitored System (LIMS) including alarms.
                            v. Earth fault test and reset facility.
                            vi. Emergency stop button is to be fitted to the control unit where all power will be disconnected in case of emergency.
                            vii. Control system to be capable of running off a Windows based PC.
                            viii. Diagnostic software that can identify faults and allow for simple troubleshooting action regardless if the ROV is subsea or on deck.
                            ix. Alarm list and history page.
                            x. Pilot information page that will give the pilot the following information;
                            a. Heading
                            b. Depth
                            c. Altitude
                            d. Pitch
                            e. Roll
                            f. Control and feedback of the operator commands
                            g. Set up and diagnostic information
                            xi. Video overlay of front facing camera picture to include minimum of: Date, time, depth, heading and option of user entering additional text, i.e. name of dive site etc.
                            xii. Option of fitting camera 1 and camera 2 feed to additional monitors. If there is an option of fitting a third monitor for a third ‘rear’ camera this is to be stated.
                            xiii. All labelling to be in English

                            k. Portable Pilot Control Unit: In order for the pilot to fly the ROV ergonomically, a portable control unit is required with the following typical functions;
                            i. Thrusters controls (variable power)
                            ii. Thrust trim controls in the vertical, lateral and axial directions
                            iii. Auto heading (accurate to +/- 5 degrees)
                            iv. Depth hold (accurate to +/- 0.5 metres)
                            v. Altitude hold (accurate to +/- 0.5 metres)
                            vi. Camera Controls including tilt, focus & zoom.
                            vii. Sufficient lead cable to allow pilot move onto deck and maintain visual of the ROV while on the surface.
                            viii. A secondary means of control, i.e. back up controller, is also required in the event of a failure.
                            ix. All labelling to be in English.

                            l. Tether: Tether to be a minimum of 350m in length with an outer diameter not exceeding 20mm containing the following;
                            i. Four (4) x CAT 7 screened twisted pair.
                            ii. Two (2) x standard screened twisted pair.
                            iii. Suitable number of standard copper single core power conductors.

                            m. Onsite familiarization training to be provided by the supplier which is to be included in the total cost.

                            n. Cost to include delivery to purchase address

                            o. Commissioning of ROV on delivery is essential.

                            p. Payment will be made in full on completion of commissioning of ROV and training.

                            q. Manufacturer to include delivery and commissioning schedule.

                            r. List of optional tools and accessories to be included.

                            s. Operators manual to be provided in English for all equipment supplied.

                            t. Servicing requirements and service schedule to be provided.

                            u. Service Manual for all equipment supplied to be provided in English.

                            v. Manufacturer to outline availability of after sales customer service.

                            w. Spare parts manual to be provided.

                            x. Manufacturer to state availability of spares and delivery times.

                            y. Delivery time from placement of order to be less than 60 Days.


                            http://www.etenders.gov.ie/membershi...x?ID=AUG375695
                            This tender has been cancelled, and a new tender offered.


                            Catch-22 says they have a right to do anything we can't stop them from doing.

                            Comment


                            • #15
                              New tender.
                              3.1 Contract Requirements.

                              a. The NS seeks the supply of a Mini Remote Operated Vehicle (ROV) for operational requirements that will fulfill the criteria set out below. Naval Service personnel may be required to visit and view the proposed ROV to confirm that it meets stated criteria.

                              b. The ROV must be capable of being easily launched and recovered off a small support vessel or operated from the back of a road vehicle on a quay wall.

                              c. The ROV must be sufficiently maintainable in the field by trained technicians.

                              d. ROV system must meet the following specifications:
                              i. Minimum Depth Rating: 300m
                              ii. Maximum ROV Weight: 13 kg (with full ballast set)
                              iii. Maximum Total System Weight : 80kg
                              iv. Power Supply: 240VAC
                              v. Minimum of 2 horizontal and one vertical brushless thrusters.
                              vi. Vehicle minimum top speed required: 3.5knots
                              vii. Minimum Tether Length: 120m with tether deployment system with a tether outer diameter not exceeding 10mm containing.
                              viii. All components to be containerised in ruggedised protective cases.
                              ix. Sensors: Minimum of depth and compass required
                              x. Camera: High resolution colour camera
                              xi. Lighting: All lighting to be LED and be capable of tracking full range of main camera.
                              xii. Two years warranty required.

                              e. Control Unit: Control unit should have the following features:
                              i. 38cm High Resolution screen display.
                              ii. System should have integrated recording.
                              iii. System overlay to display minimum of date, time, depth and heading
                              iv. Rugged Hand Controller to be included with secondary means of control, i.e. back up controller, also required in the event of failure.
                              v. All labelling to be in English.

                              f. Onsite familiarization training to be provided by the supplier.

                              g. Basic tool kit and maintenance kit to be included.

                              h. Cost to include delivery to purchase address.

                              i. Commissioning of ROV on delivery is essential.

                              j. Manufacturer to include delivery and commissioning schedule.

                              k. List of optional tools and accessories to be included, specifically manipulator arm/grabber and scanning sonar if available.

                              l. Hard copy and digital copy of operators manual to be provided for all equipment supplied in English.

                              m. Servicing requirements and service schedule to be provided.

                              n. Service Manual for all equipment supplied to be provided in English.

                              o. Manufacturer to outline availability of after sales customer service.

                              p. Spare parts manual to be provided.

                              q. Manufacturer to state availability of spares and delivery times.

                              r. Delivery time from placement of order to be less than 45 Days.


                              Catch-22 says they have a right to do anything we can't stop them from doing.

                              Comment

                              Working...
                              X