REQUEST FOR PROPOSAL
FOR
THE
PROCUREMENT OF CDE BATTERY FOR
KOMPSAT-3A SATELLITE
RFP NO. KARI-12-76
May, 2012
Korea Aerospace Research Institute
115 Gwahangno, Yuseong-Gu, Daejeon 305-333, Korea
Phone: +82-42-860-2374, Fax: +82-42-870-3759
E-mail: sblim@kari.re.kr
REQUEST FOR PROPOSAL
FOR
THE
PROCUREMENT OF CDE BATTERY FOR
KOMPSAT-3A SATELLITE
May, 2012
Korea Aerospace Research Institute
115 Gwahangno, Yuseong-Gu, Daejeon 305-333, Korea
Phone: +82-42-860-2374, Fax: +82-42-870-3759
E-mail: sblim@kari.re.kr
KARI proprietary
The data/information contained in this document shall not be disclosed, distributed or reproduced, in whole or in part, to third
parties without a written approval of KARI
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 3 of 24
KARI Proprietary
TABLE OF CONTENTS
ACRONYMS AND DEFINITIONS
PART I.
INTRODUCTION ............................................................................................. 6
1. KARI CDE (COOLER DRIVE ELECTRONICS) BATTERY PROGRAM ....................................... 6
2. KEY SCHEDULE OF THE CDE BATTERY PROGRAM ............................................................. 6
3. OBJECTIVE OF RFP ......................................................................................................... 6
4. STRUCTURE OF THE RFP ................................................................................................. 7
PART II.
GENERAL INSTRUCTIONS FOR PROPOSAL ...................................................... 8
1. QUALIFICATION OF BIDDER............................................................................................... 8
2. SUBMISSION OF PROPOSAL .............................................................................................. 8
2.1 Proposal Format ................................................................................................... 8
2.2 Number of Copies ................................................................................................. 9
2.3 Bid Closing Date ................................................................................................... 9
2.4 Method of Proposal Submission............................................................................ 9
2.5 Point of Contact .................................................................................................. 10
2.6 Statement of Compliance .................................................................................... 10
3. VALIDITY OF PROPOSAL ................................................................................................. 10
4. BID BOND 11
4.1 Amount of Bid Bond and validity.......................................................................... 11
4.2 Bid Bond Establishment Method ......................................................................... 11
4.3 Bid Bond Return ................................................................................................. 11
4.4 Contractor’s Bid Bond ......................................................................................... 11
5. QUESTIONS AND MODIFICATIONS .................................................................................... 12
6. NO CONTRACTUAL OBLIGATION ..................................................................................... 12
7. ACCEPTANCE/REJECTION OF BIDS ................................................................................. 12
8. EVALUATION OF PROPOSAL............................................................................................ 13
8.1 Evaluation Process ............................................................................................. 13
8.2 Evaluation Factors .............................................................................................. 14
8.3 Pricing Requirements .......................................................................................... 14
8.4 Successful Bidder and Negotiation ..................................................................... 14
8.5 Evaluation and Contract Schedule ...................................................................... 15
9. CONTRACT 15
10. LANGUAGE AND MEASUREMENT UNITS ......................................................................... 15
11. CERTIFICATES AND GOVERNMENT APPROVALS .............................................................. 15
12. CONFIDENTIALITY ........................................................................................................ 16
13. WITHDRAWAL OF PROPOSAL ........................................................................................ 16
14. PROPERTY OF PROPOSAL ............................................................................................ 16
15. EXPENSES 16
16. GOVERNING LAW ......................................................................................................... 16
17. ARBITRATION............................................................................................................... 16
18. RECEIPT OF RFP PACKAGES ............................ 오류! 책갈피가 정의되어 있지 않습니다.
19. REGISTRATION OF INTENT ............................................................................................ 17
PART III.
SUGGESTED PROPOSAL ............................................................................. 18
Chapter 1: Executive Summary ................................................................................ 18
Chapter 2: Technical Proposal .................................................................................. 18
Chapter 3: Management Proposal ............................................................................ 19
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 4 of 24
KARI Proprietary
Chapter 4: Statement of Work Proposal .................................................................... 21
Chapter 5: Warranty and Maintenance Proposal ....................................................... 21
Chapter 6: Draft Contract Proposal ........................................................................... 21
Chapter 7: Price Proposal ......................................................................................... 22
PART IV.
WARRANTY AND MAINTENANCE .................................................................. 23
Chapter 1: Warranty .................................................................................................. 23
Chapter 2: Maintenance ............................................................................................ 23
APPENDICES
APPENDIX A. TERMS AND CONDITIONS
APPENDIX B. EQUIPMENT SPECIFICATION
APPENDIX C. STATEMENT OF WORK
APPENDIX D. ENVIRONMENT SPECIFICATION
APPENDIX E. PRODUCT ASSURANCE REQUIREMENT
APPENDIX F. BUS EMC REQUIREMENTS SPECIFICATION
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 5 of 24
KARI Proprietary
Acronyms and Definitions
PSR
Pre-Shipment Review
QM
Qualification Model
AIT
Assembly, Integration, and Test
CDR
Critical Design Review
CDRL
Contract Data Requirements List
CD-ROM
Compact Disc, read-only-memory
CFI
Customer Furnished Item
CWBS
Contract Work Breakdown Structure
EA
Each
EDC
Effective Date of Contract
EGSE
Electrical Ground Support Equipment
EPS
Electrical Power Subsystem
ESR
Equipment Suitability Review
EUT
Equipment Under Test
FM
Flight Model
GEO
Geosynchronous Earth Orbit
H
Height
ICD
Interface Control Document or Drawing
IEEE
Institute of Electrical & Electronics Engineers
KARI
Korea Aerospace Research Institute
KOMPSAT
Korea Multi-Purpose Satellite
LAN
Local Area Network
LEO
Low Earth Orbit
M&C
Monitor and Control
MRR
Manufacturing Readiness Review
PA
Product Assurance
PDR
Preliminary Design Review
PMO
Program Management Office
PMP
Program Management Plan
POC
Point of Contact
RFP
Request for Proposal
ROK
Republic of Korea
CDE Battery
Cooler Drive Electronics Battery
S/C
Spacecraft
SDRL
Subcontract Data Requirements List
SITC
Satellite Integration & Test Center
SOW
Statement of Work
SRR
System Requirements Review
TBD
To Be Determined
TBR
To Be Revised/Reviewed
TRR
Test Readiness Review
USB
Universal Serial Bus
W
Width
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 6 of 24
KARI Proprietary
PART I.
INTRODUCTION
1. KARI CDE (Cooler Drive Electronics) Battery Program
1.1 KARI (Korea Aerospace Research Institute) is located at Dae-duk Research Complex
in Daejeon, 140 km south of Seoul. KARI was established in 1989 with the funding of
the Korea government, in accordance with the Aerospace Industry Promotion Act.
Since KOMPSAT-1 (Korea Multi-Purpose Satellite-1), KOMPSAT-2, and the geo-
stationary satellite COMS (Communication, Ocean, and Meteorology Satellite) were
successfully launched in 1999, 2006, and 2010, respectively, KARI is developing
KOMPSAT-3, KOMPSAT-5, and KOMPSAT-3A at present.
1.2 The CDE Battery is one of the EPS (Electrical Power Subsystem) units in KOMPSAT-
3A and will be installed in KOMPSAT-3A bus. The CDE Battery acts as an energy
buffer to stabilize the power system of KOMPSAT-3A.
1.3 The CDE Battery program is based on Turn-key such that the Contractor shall take all
responsibilities of design, manufacturing, assembly, integration, testing activities, etc.
for the CDE Battery program.
1.4 The CDE Battery program requests for the procurement of two (2) CDE Batteries, i.e.,
one (1) FM CDE Battery and one (1) QM CDE Battery.
2. Key Schedule of the CDE Battery Program
The CDE Battery Program for two (2) CDE Batteries procurement shall be progressed
with the major milestones as follows:
l Effective Date of Contract (EDC): July 2012 (TBD)
l Equipment Suitability Review (ESR): July 2012 (TBD)
l Critical Design Review (CDR): October 2012 (TBD)
l Manufacturing Readiness Review (MRR): December 2012 (TBD)
l Test Readiness Review (TRR): March 2013 (TBD)
l Pre-Shipment Review (PSR) and Delivery: May 2013
For tentative payment schedule, refer to the Article 6.1 in Appendix A.
3. Objective of RFP
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 7 of 24
KARI Proprietary
This Request for Proposal (RFP) explains the procedures to be taken by Bidders who are
willing to provide the CDE Battery. Bidders are highly recommended to submit the Proposal
in accordance with the guidelines and instructions as contained in the RFP.
4. Structure of the RFP
This RFP consists of the following four parts and four appendices:
PART I
INTRODUCTION
PART II
GENERAL INSTRUCTIONS FOR PROPOSAL
PART III
SUGGESTED PROPOSAL
PART IV
WARRANTY AND MAINTENANCE
APPENDICES
APPENDIX A TERMS AND CONDITIONS
APPENDIX B EQUIPMENT SPECIFICATION
APPENDIX C STATEMENT OF WORK
APPENDIX D ENVIRONMENT SPECIFICATION
APPENDIX E PRODUCT ASSURANCE REQUIREMENT
APPENDIX F BUS EMC REQUIREMENTS SPECIFICATION
Only the body of this RFP and appendix A are distributed when the bid for CDE Battery
Program is announced. Appendices B, C, D, E, and F are only distributed to Bidder, who
sent Letter of Intent for CDE Battery Program to KARI, after the Bidder signs the non-
disclosure agreement (NDA).
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 8 of 24
KARI Proprietary
PART II.
GENERAL INSTRUCTIONS FOR PROPOSAL
1. Qualification of Bidder
1.1 Bidder shall have direct knowledge and first-hand experience in developing the
Lithium-ion battery for the low orbit and earth observation satellite and business
record to sell such a battery at least five (5) times as of the Bid Closing Date.
1.2 Bidder shall be in possession of the necessary licenses, in effect as of the Bid
Closing Date, required for development and delivery of such battery as described in
this RFP.
1.3 The qualifying statement for the above requirements and supporting materials shall
be included in the Proposal. Additional qualifying evidence may be requested to
substantiate Bidder’s qualification during the evaluation period.
1.4 The qualification of the Bidder is solely the KARI Evaluation Committee’s
discretion so that any Bidder shall not raise any objection regarding the KARI
Evaluation Committee’s decision thereupon.
2. Submission of Proposal
2.1 Proposal Format
2.1.1 Bidder shall submit the Proposal organized in the following chapters with any
other required certificates and evidences under this RFP:
- Chapter 1 Executive Summary
- Chapter 2 Technical Proposal
- Chapter 3 Management Proposal
- Chapter 4 Statement of Work Proposal
- Chapter 5 Warranty and Maintenance Proposal
- Chapter 6 Draft Contract Proposal
- Chapter 7 Price Proposal (to be submitted in a separately sealed envelope,
two (2) copies)
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 9 of 24
KARI Proprietary
The detailed instructions for each chapter can be found in Part III Suggested
Proposal of this RFP. It is required that Bidders submit the Proposal in the same
sequence as instructed in the Suggested Proposal.
2.1.2 The total number of pages of the Proposal shall not exceed 200 pages excluding
references.
2.2 Number of Copies
Excluding the Price Proposal, the Proposal shall be submitted in one (1) original
hard copy marked as “Original Copy” on the cover and seven (7) hard copies. In
addition to the hard copies, three (3) soft copies of electronic files (one (1) in MS Office
format and two (2) in PDF format) of the Proposal shall be submitted in the form of
CD-ROM. And one (1) original hardcopy marked as “Original Copy” on the cover and
one (1) softcopy as a PDF format shall be submitted in separately sealed envelope.
Bidders do not need to submit the electronic file of the Price Proposal. In case of any
discrepancies between the hard copy and soft copy, the hard copy shall prevail.
2.3 Bid Closing Date
The closing date and time for the Proposal is specified in the bid summary. If any
part of the Proposal as required under this RFP is submitted after the stipulated closing
time, the entire Proposal will not be accepted.
2.4 Method of Proposal Submission
The Proposal shall be hand-carried or sent via appropriate courier service to the
following personnel or his designee:
Mr. Jae-Seok LEE
Procurement Team
Korea Aerospace Research Institute
169-84 Gwahangno (Eoeun-Dong), Yuseong Gu
Daejeon 305-806, Korea
Tel) 82-42-860-2613
Fax) 82-42-860-2666
E-mail) jslee78@kari.re.kr
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 10 of 24
KARI Proprietary
2.5 Point of Contact
KARI’s point of contact for contractual matter is the same as paragraph 2.4 and
KARI’s point of contact for technical matter is as follows;
Seong-Bin LIM, Ph. D.
Head of KOMPSAT-3A SE & I Team
Korea Aerospace Research Institute
169-84 Gwahangno (Eoeun-Dong), Yuseong Gu
Daejeon 305-806, Korea
Tel: 82-42-860-2374
Fax: 82-42-870-3759
E-mail: sblim@kari.re.kr
Bidder shall specify its single point of contact in the Chapter 1 Executive Summary
of the Proposal to communicate in conjunction with the RFP, Proposal, subsequent
evaluation, and so forth. Bidder’s information on the point of contact shall include the
name, title/position, address, telephone no., facsimile no., and e-mail address.
2.6 Statement of Compliance
This RFP shall legally bind Contractor after the Contract is awarded unless the
Bidder explicitly expresses the differences from the RFP in the Compliance matrix
(Refer to Section 9 “Contract” in this chapter).
Bidder shall state any compliance or non-compliance in regard to the requirements
and/or instructions of this RFP in the form presented in Chapter 1 of Part III in this RFP.
Every paragraph and subparagraph shall be listed, and the compliance, non-compliance,
or partial compliance to the requirements and/or instructions in the RFP shall be
declared. The Statement of Compliance shall be included in Chapter 1 Executive
Summary of the Proposal.
3. Validity of Proposal
Proposals shall be valid for one (1) year from the Bid Closing Date. It can be
extended up to six (6) months with KARI’s written request.
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 11 of 24
KARI Proprietary
4. Bid Bond
4.1 Amount of Bid Bond and validity
Bidder shall establish a bid bond in favor of KARI no later than the Bid Closing
Date and submit the certificate to KARI along with its Proposal. The total amount of the
bid bond shall be at least five (5) percent of the total bidding price. The bond shall
remain valid until the Proposal validity period as specified in above Section 3. It shall
be also extended up to six (6) months, if the Proposal validity is extended with KARI’s
written request as per above Section 3.
4.2 Bid Bond Establishment Method
The Bid Bond in Section 4.1 shall be established in the form of an irrevocable letter
of credit by the first class international bank and advised through the Woori Bank
Daejeon Branch (address: 1495 Dunsan-dong, Seo-gu, Daejeon, Korea, Tel.: 82-42-
488-9704, ext. 313/Fax: 82-0505-003-0759). The Bid Bond shall be available by
KARI's draft at sight drawn on the Bank, accompanied by the statement of KARI stating
that Bidder has refused to enter into a Contract with the terms and conditions in the
Proposal as amended, if any, that Bidder has hindered the fair bidding by fraud or
misrepresentation, or that Bidder has withdrawn its Proposal after the Bid Closing Date.
The Bid Bond shall contain the substantial part of the terms and conditions of the Bid
Bond, date of establishment, account, amount, payment terms, and date of expiry, etc.
4.3 Bid Bond Return
The bid bonds except for those of the Successful Bidder and the Bidder in the next
ranking in the evaluation will be released upon the instructions of KARI to the
Unsuccessful Bidders, without interest, promptly after KARI’s selection of the
Successful Bidder. In the event that KARI decides not to enter into a Contract after the
selection of the Successful Bidder, the bid bonds of the Successful Bidder and the
Bidder in the next rank will be likewise released. When the Contract with Successful
Bidder is executed, the bid bond of the Bidder in the next rank will be released.
4.4 Contractor’s Bid Bond
When the Contract with Successful Bidder is executed, the bid bond of the
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 12 of 24
KARI Proprietary
Successful Bidder may be released and Successful Bidder as Contractor shall provide
the performance bond to KARI in accordance with the provision of Contract.
5. Questions and Modifications
Any questions as to the intent and clarification of the RFP shall be directed to
KARI’s point of contact as specified in Section 2.4 and 2.5 of the Part II of this RFP by
fax or letter no later than ten (10) days before the Bid Closing Date. However, for
convenience and fast response, e-mail is also available in advance of fax or letter.
After the Bid Closing Date, Bidders shall neither amend, modify, or supplement the
Proposal, nor submit any other documents to KARI, except KARI's written request.
KARI may ask each Bidder in writing for clarifications, amendments, revisions, or
supplementation of the Proposal and any other documents submitted by Bidder at any
time and for additional information or documents necessary for the evaluation of
Proposal.
6. No Contractual Obligation
This RFP shall not be interpreted as an offer for a contract or any type of guarantee
by KARI. It is KARI's sole discretion whether or not to allow the contract award to any
Bidder. KARI owes no responsibility or obligation to select the Contractor among
Bidders.
This solicitation for the Proposal shall neither be construed to create an obligation
on KARI to enter into a contractual instrument, nor shall it serve as a basis for any
claim for reimbursement of costs for the effort to prepare, submit, amend, revise or
supplement the Proposal, and other related documents expended by the Bidder
regardless of whether or not the Bidder is successful in receiving an award as a result of
the solicitation.
7. Acceptance/Rejection of Bids
KARI reserves the right to accept or reject any bidding, and to amend the bidding
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 13 of 24
KARI Proprietary
process and reject this bidding at any time prior to the award of the Contract without
any liability to the affected Bidder(s), and KARI is not under any obligation to inform
the affected Bidder(s) of the background for its action.
8. Evaluation of Proposal
The evaluation of the Proposals will be made by the KARI Evaluation Committee.
The following evaluation process is for information only, and KARI reserves the right
to modify the process without any prior notification to Bidders.
8.1 Evaluation Process
During the Bid evaluation, KARI may send Bidders a set of questions for
clarification or request any supplement to the Proposals, and the evaluation will be
made based on the Proposal, the answers to the questions, and the supplements received
from Bidders.
Major areas of evaluation will be following three (3) areas as a minimum: general
and management area, technical area, and price.
In general and management area, compliance to the RFP instructions, financial
capability, management capability and experience, major general contractual terms and
conditions, etc. will be evaluated.
In technical area, technical capability to comply with the technical requirements in
the RFP, technical heritage and experience, interface with satellite system, technical
documentation and delivery plan, test and validation plan, contractor’s Product
Assurance (PA) system and PA plan, etc. will be evaluated.
Price will be one of the major areas of evaluation, along with the other areas.
As a result of overall evaluation of the Proposal including price, KARI will select
the Successful Bidder that is best qualified and compliant with the requirement of the
RFP. At the time the Successful Bidder is selected, the ranking of the other Bidders will
also be determined.
The selection of the Successful Bidder is solely the KARI evaluation committee’s
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 14 of 24
KARI Proprietary
decision, and unsuccessful bidders shall not raise any objection regarding the evaluation
committee’s decision.
8.2 Evaluation Factors
The on-time delivery, compliance to the RFP requirements, technical capability
(including in-orbit heritage) of the Bidder, warranty, etc., are the critical elements in the
process of Qualified Bidders selection. After the Qualified Bidders are selected, the rank
of Successful Bidders is determined according to the KARI's discretion which takes
account for both the technical evaluation result and the price.
8.3 Pricing Requirements
Any price or rate proposed by Bidder shall be firm and fixed, not subject to change
for a price escalation for the entire period of the contract. And the currency quoted in
the Proposal shall be in U.S. dollars and shall be broken down as further detailed in
Chapter 7 of Part III in this RFP.
Any kinds of taxes and duties arising in connection with Bidder’s work under this
RFP and under the eventual Contract shall be Bidder’s responsibility, except for the
customs duties levied in Korea.
The price shall be inclusive of any cost or charge incurred due to delivery of any
equipment, hardware or documentation to KARI based on the DAT Incheon Airport
rule as stipulated in the INTERCOMS 2010.
8.4 Successful Bidder and Negotiation
Among the Qualified Bidders, the Successful Bidder will be selected by the KARI
Evaluation Committee through the Proposal evaluation process.
When the Successful Bidder is notified, the ranking of the other Bidders will also be
notified. Contract negotiation will be started with the Successful Bidder, and in the
event mutually agreeable terms and conditions are not reached with the Successful
Bidder in reasonable time, KARI may proceed to the Contract negotiations with the
next ranked Bidder without undertaking a new bidding process.
In case KARI initiates the Contract negotiation with the next ranked Bidder, the
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 15 of 24
KARI Proprietary
next ranked Bidder will occupy the position as the Successful Bidder and assume any
obligations imposed upon the Successful Bidder under this RFP. The same process may
go on to other next ranked Bidders.
8.5 Evaluation and Contract Schedule
The following is a tentative milestone for the evaluation and Contract, which may
be changed at KARI’s sole discretion.
· Selection of Successful Bidders: Bid Closing Date + 2 weeks
· Time limit for Contract negotiation with the Successful Bidder: Selection of
Successful Bidders + 15 calendar days
· Time limit for Contract negotiation with the next ranked Bidder: KARI will
notify the negotiation schedule dependent on the progress of Contract
negotiation with Successful Bidder.
9. Contract
The Contract will be effective subject to the Korean Government’s approval thereof.
10. Language and Measurement Units
The Proposal and any documents submitted to KARI under the RFP and
communication shall be in English and measurements and quantities shall be in
International System of Units.
11. Certificates and Government Approvals
Bidder shall receive the government approvals (e.g. export licenses) and certificates
from the relevant governments, necessary for all of the works relating to the delivery of
CDE Battery. Bidder's ability and plan to get such approval and certificates shall be
submitted to KARI, together with any appropriate assurance letters from the relevant
governments, in the Chapter 1 Executive Summary of the Proposal.
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 16 of 24
KARI Proprietary
12. Confidentiality
All elements of the RFP shall be kept confidential and the data/information
contained in this document shall not be disclosed, distributed or reproduced, in whole or
in part, to any third parties without a written approval of KARI.
13. Withdrawal of Proposal
Bidder may withdraw its Proposal at any time before the Bid Closing Date.
Withdrawal shall be made in written format and shall be received by KARI before the
Bid Closing Date (Refer to Section 4.2 “Bid Bond Establishment Method” in this
chapter).
14. Property of Proposal
All documents, data or information in any type of media submitted in response to
the RFP shall become the property of KARI and will be retained or disposed by KARI.
15. Expenses
Expenses incurred by Bidders in connection with the preparation, submission, any
subsequent clarification and negotiation activities shall be for their own account and
shall not be requested to KARI.
16. Governing Law
This RFP and the Contract shall be construed in accordance with and governed by
the laws of the Republic of Korea.
17. Arbitration
Any disputes, in relation to and under the RFP and Contract, shall be resolved
through arbitration in Seoul, Korea, under the Rules of the Korean Commercial
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 17 of 24
KARI Proprietary
Arbitration Board.
18. Registration of Intent and Receipt of RFP Packages
Bidders are requested to send the Letter of Intent to submit the Proposal by e-mail to
KARI within one (1) week from the announcement of the bid for CDE Battery Program.
The e-mail address is indicated in Section 2.4. When the bid for CDE Battery Program
is announced, only the body of this RFP and appendix A are distributed. Appendices B,
C, D, E, and F are only distributed to Bidder, who sent the Letter of Intent for CDE
Battery Program to KARI, after the Bidder signs the non-disclosure agreement (NDA).
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 18 of 24
KARI Proprietary
PART III. Suggested Proposal
The Proposal shall follow the order and format described in this part. The
Proposal shall also include the suggested contents.
Chapter 1: Executive Summary
Bidder shall present an outline of the key features of the Proposal including the
following;
- Summary of the Proposal
- Qualification of the Bidder
- Qualification of the Subcontractors
- Single Point of Contact
- Licenses (including export licenses) and Certifications
- Compliance matrix to this RFP, etc.
Bidder shall respond on every article in this RFP by using the compliance
matrix. The compliance matrix shall be in accordance with the format given below.
Table 3.1 Format of Compliance matrix
Title of the Document
Part/Chapter/Article/Page
Description/Requirement
Compliance
(C/PC/NC)
Remarks
C
PC
NC
Note] “C” means compliance, “PC” means partial compliance and “NC” means Non-compliance
Chapter 2: Technical Proposal
Bidder shall provide full description of their technical approaches, including
exact thermal and mechanical mounting scheme with satellite structure, test and
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 19 of 24
KARI Proprietary
validation plan, etc., to satisfy the CDE Battery technical requirements as stated in
Appendix B of this RFP and to successfully perform the CDE Battery Program
requested in Appendix C of this RFP. Bidder shall identify any additional services
or capabilities that may be beneficial to select the proposed CDE Battery.
Chapter 3: Management Proposal
The management approach to achieve the successful CDE Battery Program shall
be described in this Chapter. At least the followings shall be included in this
Chapter:
(a) Introduction
Bidder shall describe a company structure, management philosophy,
success/failure history, reputation in the global market, etc.
(b) Program Management Experience and Approach
Bidder shall describe Bidder’s experience as a space proven battery
provider including experience of engineering personnel assigned to this
program. And Bidder shall also describe Bidder’s management
approach and indicate how the responsibility for the various elements
will be assigned both to organizations within the Contractor and major
suppliers and subcontractors.
(c) Program Organization
Program organization charts depicting the chain of responsibilities shall
be included. The names and resumes of key management, scientific,
and engineering personnel assigned to this program are to be included
with the percentage of time assignment to the program. In case the
Contractor is not the manufacturer of the CDE Battery, the relationship,
roles and responsibility of each involved organization shall be
described.
(d) Program Schedule
This section shall contain the detailed program schedules. Major
schedules shall also be shown. In any cases, the date of CDE Battery
delivery to KARI shall be done by May 2013. Overall schedule margins
shall be clearly noted.
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 20 of 24
KARI Proprietary
Describe in detail proposed methods to measure and control schedule of
the program. Emphasize the method of early warning and correction of
schedule slippage and cost overrun. Discuss the experience which the
Bidder has accumulated using these methods and submit related
experience information.
Identify the technical and management review meetings planned, the
frequency of these meetings, and note the level of company
management in attendance at each meeting. Briefly describe how cost
control methods will not jeopardize performance, reliability, and
schedule requirements.
(e) Back-up Plan
Bidder shall propose a back-up plan in case of schedule delay.
(f) Risk mitigation approach and risk management plan:
Bidder shall describe the risk mitigation approach which is being
implemented by the Bidder. Bidder shall identify key technical or
programmatic risks and provide the risk mitigation plan for those risks.
(g) Subcontracts Management
Describe the tasks or items to be subcontracted or purchased and
proposed suppliers. Also, show how the subcontractors will be
managed (technical, cost, and schedule). List all subcontractors and
suppliers for unit, assembly and higher level equipment, with a brief
business history of these organizations. KARI shall have a right to
reject under-qualified subcontractors.
(h) Technical Management and Product Assurance Plan
Describe the technical management approach and product assurance
plan to be implemented by Bidder to ensure non-defective
workmanship and successful manufacturing, assembly, integration, and
testing of CDE Battery.
(i) Program Resources
Bidder shall discuss the Bidder’s personnel, facility, test equipment,
design and analysis tools, and software resources. Bidder shall also
discuss loading due to other program during CDE Battery Program
period including both new and probable new programs. Bidder shall
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 21 of 24
KARI Proprietary
present resumes of key persons to be assigned to CDE Battery Program.
(j) Financial Capability and Evidence
Bidder shall present published financial statements for last three (3)
years which shows the profit, loss, total assets, and debt, etc.
Chapter 4: Statement of Work Proposal
The Statement of Work for the CDE Battery Program is specified in Appendix
C in this RFP. Bidder shall describe the compliance on the Statement of Work in
article by article. Bidder can propose other work scope beneficial for the CDE
Battery Program.
A CDE Battery Program schedule including milestones and deliverables shall
be presented assuming the June 2012 as EDC.
Chapter 5: Warranty and Maintenance Proposal
Bidder shall propose the warranty and maintenance which are specified in Part
IV Warranty and Maintenance and Appendix A Terms and Conditions in this RFP.
Bidder can describe all suggested options.
Chapter 6: Draft Contract Proposal
Bidders shall describe terms and conditions in this chapter observing the Terms
and Conditions of KARI (Appendix A) as if the Bidder awarded the Contract. This
Draft Contract Proposal is required for the purpose of speeding up the Contract
process. However, the Terms and Conditions in this RFP shall prevail and the Draft
Contract Proposal is a reference only and any terms and conditions of the Draft
Contract Proposal which are against KARI's Terms and Conditions shall not be
regarded as the Contract.
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 22 of 24
KARI Proprietary
Chapter 7: Price Proposal
Bidder shall propose the price based on the requirements in this RFP. The price
or rate proposed by Bidder shall be firm and fixed, not subject to change for a
price escalation for the entire period of the Contract.
Any currency quoted in the Proposal shall be expressed in U.S. dollar only.
Miscellaneous costs such as insurance, shipping costs, taxes, charges and
duties, etc., shall be included in the Proposal; Bidder shall be required to provide
additional cost and financial data to support its detailed price proposal, as and
when requested by KARI during the validity period of its proposal.
Bidder shall provide a breakdown price table which includes all items as
specified in the Table 3.2 Breakdown Price Table (example), as a minimum.
Table 3.2 Breakdown Price Table (example)
Item
Price
(US Dollar)
Unit
Subtotal
(US Dollar)
FM CDE Battery
1,000
1
1,000
QM CDE Battery
1,000
1
1,000
Item 1
1,000
1
1,000
Item 2
1,000
1
1,000
…
…
…
…
Total
********
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 23 of 24
KARI Proprietary
PART IV.
WARRANTY AND MAINTENANCE
Chapter 1: Warranty
The CDE Battery shall be warranted for duration of two (2) years from the date
of KARI's written approval on definitive acceptance on the site against any
operational faults (refer to Articles 7.2 and 20 in Appendix A).
The warranty to be provided by Contractor shall cover the replacement of
faulty parts, the supply of labor required for repair, test, assembly etc., and any
incidental and necessary costs for such services and work.
The Contractor shall submit the written plan for repair within three (3) days
after the reception of the notification of fault. The Contractor shall completely
finish the repair within two (2) weeks after the reception of the notification of fault
(Refer to the Article 20 in Appendix A Terms and Conditions in this RFP).
To meet these requirements, the Contractor shall propose a detailed plan for the
prompt repair in the Proposal. The detailed information (location, number of crews,
resume, phone and FAX numbers, etc.) of the task force team (in Korea and
foreign countries) shall be included in the Proposal.
Chapter 2: Maintenance
2.1
General Rules
All parts requiring reconditioning or maintenance for CDE Battery must be
easily accessible. A CDE Battery maintenance note, i.e., CDE Battery maintenance
guide providing detailed instructions, etc. shall be included in the documentation
by using the friendly explanation with reference to schematic diagrams, drawings
or photographs.
2.2
Maintenance Services
The Contractor has the responsibilities to immediately answer the operational
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite
RFP for the Procurement of CDE Battery for KOMPSAT-3A Satellite 24 of 24
KARI Proprietary
and maintenance questions which KARI brings in by FAX or telephone calls until
the system is dismantled by KARI.