This page is intentionally left as blank.
The da
whole o
L
ata/informatio
or in part, wi
LEOP
1
n contained
thout KARI’s
REQU
FO
TT&C
Korea
169-84 Gw
in this docu
s prior written
UEST
OR GE
C AND
S
Mar
a Aerosp
wahak-ro, Y
ment shall
n approval.
T FOR
EO-KO
D OVE
SERV
rch 22
pace Re
Yuseong-g
not be disclo
R PRO
OMPS
ERSE
ICE
2, 2017
esearch
gu, Daejeon
sed, dissem
OPOSA
SAT-2
AS RA
7
h Institu
n, 34133, K
minated or re
AL
RANGI
ute
Korea
produced, in
NG
This page is intentionally left as blank.
Korea Aerospace Research Institute
RFP/ii
Table of Contents
1. INTRODUCTION ..................................................................................................... 1
1.1
Scope .............................................................................................................................. 1
1.2
GEO-KOMPSAT-2 Overview .......................................................................................... 1
1.3
Acronyms ........................................................................................................................ 1
2. BID INSTRUCTION ................................................................................................. 3
2.1
Submittal of Proposal .................................................................................................... 3
2.1.1
Proposal Documents (organization) ............................................................................. 3
2.1.2
Number of Copies ......................................................................................................... 4
2.1.3
Bid Closing Date ........................................................................................................... 4
2.1.4
Method of Submittal ...................................................................................................... 4
2.1.5
KARI Point of Contact ................................................................................................... 5
2.2
Bidding Schedule ........................................................................................................... 5
2.3
Validity of Proposal ........................................................................................................ 6
2.4
Bid Bond ......................................................................................................................... 6
2.4.1
Amount of Bid Bond ...................................................................................................... 6
2.4.2
Bid Bond Establishment Method ................................................................................... 6
2.4.3
Bid Bond Return ........................................................................................................... 6
2.5
Questions and Modifications ........................................................................................ 6
2.5.1
Questions ..................................................................................................................... 6
2.5.2
Modifications ................................................................................................................. 6
2.6
Non Contractual Obligation ........................................................................................... 7
2.7
Acceptance/Rejection of Bids ....................................................................................... 7
2.8
Evaluation of Proposal .................................................................................................. 7
2.8.1
Evaluation Process ....................................................................................................... 7
2.8.2
Evaluation Factors ........................................................................................................ 7
2.9
Selection of Successful Bidder ..................................................................................... 7
2.10
Language and Measurement Unit ................................................................................. 8
2.11
Certificate and Government Approvals........................................................................ 8
2.12
Confidentiality ................................................................................................................ 8
2.13
Withdrawal of Proposal ................................................................................................. 8
2.14
Property of Proposal ...................................................................................................... 8
2.15
Expenses ........................................................................................................................ 8
Korea Aerospace Research Institute
RFP/iii
2.16
Governing Law ............................................................................................................... 9
2.17
Arbitration ....................................................................................................................... 9
3. STATEMENT OF WORK ....................................................................................... 10
3.1
GK2 LEOP TT&C Service ............................................................................................. 10
3.1.1
Scope of Service .......................................................................................................... 10
3.1.1.1
Design and Development ........................................................................................ 10
3.1.1.2
Basic Service .......................................................................................................... 10
3.1.2
Working Package ......................................................................................................... 12
3.1.2.1
Working Package 1: Pre-engineering and Station Validation ................................. 12
3.1.2.2
Working Package 2: LEOP Support ........................................................................ 13
3.1.3
Customer-Furnished Items (CFI) ................................................................................ 13
3.2
GK2 Overseas Ranging Service.................................................................................. 13
3.2.1
Scope of Service .......................................................................................................... 13
3.2.1.1
Design and Development ........................................................................................ 14
3.2.1.2
Basic Service .......................................................................................................... 14
3.2.2
Working Package ......................................................................................................... 15
3.2.2.1
Working Package 1: Pre-engineering and Station Validation ................................. 15
3.2.2.2
Working Package 2: IOT Support ........................................................................... 15
3.2.3
Customer-Furnished Items (CFI) ................................................................................ 15
4. TECHNICAL REQUIREMENTS ............................................................................ 17
4.1
GK2 LEOP TT&C Service ............................................................................................. 17
4.1.1
Space-to-Ground Interface .......................................................................................... 17
4.1.1.1
S-Band Downlink Requirements ............................................................................. 17
4.1.1.2
S-Band Uplink Requirements .................................................................................. 17
4.1.1.3
Ranging Requirements ........................................................................................... 18
4.1.2
Ground Interface .......................................................................................................... 18
4.1.2.1
Telemetry Interface ................................................................................................. 19
4.1.2.2
Telecommand Interface .......................................................................................... 19
4.1.2.3
Tracking File Interface............................................................................................. 19
4.1.2.4
Voice Interface ........................................................................................................ 19
4.2
GK2 Overseas Ranging Service.................................................................................. 19
4.2.1
Space-to-Ground Interface .......................................................................................... 19
4.2.1.1
S-Band Downlink Requirements ............................................................................. 19
4.2.1.2
S-Band Uplink Requirements .................................................................................. 20
4.2.1.3
Ranging Requirements ........................................................................................... 20
4.2.2
Ground Interface .......................................................................................................... 21
4.2.2.1
Tracking File Interface............................................................................................. 21
Korea Aerospace Research Institute
RFP/iv
5. GENERAL TERMS AND CONDITIONS ................................................................ 22
APPENDIX A. GENERAL GEOS-C FILE FORMAT FOR LEOP TT&C SERVICE ...... 38
APPENDIX B. COMS GROUND NETWORK (INFORMATION ONLY) ....................... 40
APPENDIX C. GEOS-C FILE FORMAT FOR OVERSEAS RANGING SERVICE....... 41
APPENDIX D. COMPLIANCE MATRIX ....................................................................... 42
APPENDIX E. PRICE PROPOSAL FORM .................................................................. 43
List of Tables
Table 1 S-Band Downlink Parameters for TT&C Stations .........................................................................17
Table 2 S-Band Uplink Parameters for TT&C Stations .............................................................................18
Table 3 Ranging Parameters for TT&C Stations .......................................................................................18
Table 4 S-Band Downlink Parameters for Ranging Stations .....................................................................20
Table 5 S-Band Uplink Parameters for Ranging Stations .........................................................................20
Table 6 Ranging Parameters for Ranging Stations ...................................................................................20
Korea Aerospace Research Institute
RFP/v
This page is intentionally left blank.
Korea Aerospace Research Institute
RFP/1
1. INTRODUCTION
1.1 Scope
This RFP document describes all requirements related to the Contract for GEO-KOMPSAT-2 LEOP
TT&C and Overseas Ranging Services and also explains the procedure to be undertaken by Bidder
seeking to respond to this RFP. This RFP consists of following Sections and Appendices.
Section 1 Introduction
Section 2 Bid Instruction
Section 3 Statement of Work
Section 4 Technical Requirements
Section 5 General Terms and Conditions
Appendix A General GEOS-C File Format for LEOP TT&C Service
Appendix B COMS Ground Network (Information Only)
Appendix C GEOS-C File Format for Overseas Ranging Service
Appendix D Compliance Matrix
Appendix E Price Proposal Form
1.2 GEO-KOMPSAT-2
Overview
The GEO-KOMPSAT-2 (hereafter, “GK2”) program is a national program of Korean government to
develop and operate two geostationary satellites, GEO-KOMPSAT-2A (hereafter, “GK2A”) and GEO-
KOMPSAT-2B (hereafter, “GK2B”). GK2A will perform the meteorological and space weather monitoring
missions, and GK2B will perform the ocean and environmental missions. The GK2A has two Payloads,
the Advanced Meteorological Imager (AMI) and the Korean Space Environment Monitor (KSEM), and
the GK2B also has two Payloads, the Geostationary Ocean Color Imager II (GOCI-II) and the
Geostationary Environment Monitoring Spectrometer (GEMS). The target launch date of each satellite is
May 2018 for the GK2A and March 2019 for the GK2B. Both satellites will be collocated on a
geostationary orbit.
The satellite operation center (hereafter “SOC”) for the GK2A and the GK2B is located at Daejeon in
Korea.
(1) to manage and control GK2A and GK2B mission as the primary function,
(2) to receive and process the payload data from the on-board payloads as the backup function,
and
(3) to broadcast on-ground processed data through the spacecraft as the backup function.
The GK2 SOC consists of seven ground subsystems as followings;
• Command and Data Acquisition Subsystem (CDAS)
• Integrated Test and Operation System (ITOS)
• Flight Dynamics Subsystem (FDS)
• Mission Planning Subsystem (MPS)
• Data Pre-processing Subsystem (DPS)
• Product Dissemination Subsystem (PDS)
• Management and Support Subsystem (MSS)
1.3 Acronyms
AOS
Acquisition of Signal
BPSK
Binary Phase Shift Keying
CCSDS
Consultative Committee for Space Data Systems
Korea Aerospace Research Institute
RFP/2
CLTU
Command Link Transmission Unit
COP-1
Communications Operation Procedure-1
EIRP
Effective Isotropic Radiated Power
ESA
European Space Agency
FTP
File Transfer Protocol
GK2 GEO-KOMPSAT-2
ICD
Interface Control Document
KARI
Korea Aerospace Research Institute
LEOP
Launch and Early Orbit Phase
LHCP
Left-Handed Circular Polarization
LOS
Lost Of Signal
NRZ-L
Non Return to Zero-Level
NRZ-M
Non Return to Zero-Mark
PCM
Pulse Coded Modulation
PSTN Public
Switched
Telephone Network
RAU Ranging
Unit
RHCP
Right-Handed Circular Polarization
RS Reed-Solomon
SOH
State of Health
SOW
Statement Of Work
TBD
To Be Determined
TM/TC Telemetry/Telecommand
TT&C
Telemetry, Tracking and Command
VCDU
Virtual Channel Data Unit
VCID
Virtual Channel ID
VPN
Virtual Private Network
VoIP
Voice over Internet Protocol
Korea Aerospace Research Institute
RFP/3
2. Bid
Instruction
2.1 Submittal
of
Proposal
2.1.1 Proposal Documents (organization)
The following information as required for KARI’s evaluation shall be included in the Bidder’s Proposal.
- Company Overviews (Organization, Heritages, etc.)
- Statement of Work with Compliance Matrix
- Technical Proposal with Compliance Matrix
- Management Proposal
- General Terms and Condition with Compliance Matrix
- Price Proposal (to be submitted in a separate sealed envelope)
2.1.1.1 Company
Overview
The Bidder shall submit company overviews describing company organization and heritages. In terms of
heritage, the Bidder shall provide the proof documents to demonstrate experience with operations of
similar satellites in general.
2.1.1.2 Statement of Work
The Bidder shall submit an abbreviated statement of work for the GK2 LEOP TT&C and Ranging
Services as required in Section 3 “Statement of Work”. The Bidder shall demonstrate experience of
routine/emergency operations from TT&C station and shall provide availability for emergency passes,
preferably from a single station. Compliance Matrix attached as Appendix D shall be provided to
demonstrate whether or not requirements specified in Section 3 “Statement of Work” are complied
2.1.1.3 Technical
Proposal
The Bidder shall provide a full description on its recommended technical Proposal including command,
telemetry and tracking capability as well as ranging capability for GK2 satellites. Compliance Matrix
attached as Appendix D shall be provided to demonstrate whether or not requirements specified in
Section 4 “Technical Requirements” are complied. In the compliance matrix, relevant page number of
technical Proposal shall be specified to allow KARI evaluation board to find out that TT&C station and
Ranging Service proposed by Contractor are fully satisfied with requirements.
2.1.1.4 Management
Proposal
For the management Proposal, the Bidder shall provide a full description but not limited to:
- Program organization and resource
- Financial capability
- Any issues or comments on permission for S-Band uplink transmission.
In case that Contractor is not the owner of TT&C station and/or Ranging station, the relationship of each
involved organization shall be also described.
2.1.1.5 General Terms and Conditions
Korea Aerospace Research Institute
RFP/4
The Bidder shall review the General Terms and Conditions provided by KARI as Section 5 “General
Terms and Conditions” and provide the compliance matrix attached as Appendix D for the Contract
negotiation.
2.1.1.6 Price
Proposal
For the Price Proposal, the Bidder shall provide detailed price breakdown for each satellite as follows,
- Preparation cost for GK2A and GK2B LEOP TT&C Service, respectively.
- Preparation cost for GK2A and GK2B Ranging Service, respectively.
- Price for GK2A and GK2B LEOP TT&C Service, respectively.
(The LEOP TT&C Service duration is 480 hours (24 hours per day, 20 days) for each satellite.)
- Price for GK2A and GK2B Overseas Ranging Service, respectively.
(The number of ranging measurement for both GK2A and GK2B is 8,640times (24times per day,
30days per 1month, 6 months, 2 satellites)
- Price for GK2A and GK2B Overseas Ranging Service in nominal operation (This price is optional
item.)
Preparation cost shall be expressed as engineering time and corresponding cost for the working
package 1 of LEOP TT&C Service and the working package 1 of Overseas Ranging Service which are
specified in Section 3 “Statement of Work”.
The price or rate proposed by Bidders shall be firm and fixed price not subject to change for a price
escalation for the entire period of the Contract. The currency quoted in the Proposal shall be expressed
in U.S Dollar only. If Bidder expresses other currency other than U.S Dollar, then for the conversion of
excahnge rate, the price evaluation will be performed based upon the 1
st basic exchange rate of KEB
Hana Bank on the Price Evaluation Date. However, the currency of the Contract could be the national
currency of Contractor within the USD value of estimated budget of the this Bidding, if necessary. In
such a case, the 1
st basic exchange rate noticed by KEB Hana Bank of Korea on the Price Evaluation
Date shall be applied for the exchange rate for currency change. 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 and value added taxes levied in Korea. The price shall be
inclusive any cost or charge incurred due to the delivery of any equipment, hardware, software or
documentation to KARI.
2.1.2 Number
of
Copies
One (1) original and seven (7) copies of the Proposal except for the Price Proposal shall be submitted. In
addition, One (1) CD-ROM disk (Preferably in PDF format) containing the text of the Proposal except for
the Price Proposal shall be additionally submitted. And one (1) Price Proposal separately enveloped
shall be submitted.
In case of any discrepancies between the Proposal and CD-ROM version, the original hardcopy
(Proposal) shall prevail.
2.1.3 Bid Closing Date
The closing time for the Proposal is May 2, 2017, 15:00PM in Korean Local Time. If any part of the
Proposal as required under this RFP is submitted after the stipulated closing time, the entire Proposal
will be deemed late. KARI in its absolute discretion may exclude any late Proposal from further
consideration.
2.1.4 Method
of
Submittal
The Proposal shall be submitted to the following address:
Korea Aerospace Research Institute
RFP/5
Mr. Won-Suk LEE
Senior administrator of Procurement Team
Korea Aerospace Research Institute
169-84 Gwahak-ro, Yuseong-gu, Daejeon,
34133, Korea
Tel) +82-42-860-2406
Fax)+82-42-860-2666
e-mail) wsl@kari.re.kr
2.1.5 KARI Point of Contact
For the administrative part
Mr. Won-Suk LEE
Senior administrator of Procurement Team
Korea Aerospace Research Institute
169-84 Gwahak-ro, Yuseong-gu, Daejeon,
34133, Korea
Tel) +82-42-860-2406
Fax)+82-42-860-2666
e-mail) wsl@kari.re.kr
For the technical part
Mr. Durk-Jong PARK
Senior engineer of Ground System Development Team
Korea Aerospace Research Institute
169-84 Gwahak-ro, Yuseong-gu, Daejeon,
34133, Korea
Tel) +82-42-860-2721
Fax)+82-42-860-3919
e-mail) parkdj@kari.re.kr
With C.C
Dr. Chi-Ho KANG
Head of Ground System Development Team
Korea Aerospace Research Institute
169-84 Gwahak-ro, Yuseong-gu, Daejeon,
34133, Korea
Tel) +82-42-860-2918
Fax)+82-42-860-3919
e-mail) chkang@kari.re.kr
2.2 Bidding
Schedule
The following schedule is a tentative milestone for the eventual Contract and may be changed at KARI’s
sole discretion:
- RFP Release: T0
- Bid Closing Date: T0 + 41days
- Evaluation of Proposal: T0 + 50days
- Selection of the Successful Bidder: T0 + 55days
- Contract Negotiation Start: T0 + 60days
- Expected Contract Date: T0 + 90days
Korea Aerospace Research Institute
RFP/6
If KARI and the Successful Bidder fail to agree on the terms and conditions for the eventual Contract,
KARI may proceed with the Contract negotiations with the second ranking Bidder without any obligations
to the Successful Bidder.
2.3 Validity of Proposal
The Proposal shall be valid for six (6) months from the Bid Closing Date and upon KARI’s request, shall
be extended for additional six (6) months.
2.4 Bid
Bond
Bidders intending to submit the Proposal shall provide the Bid Bond as required under this Section. If the
Bid Bond is not submitted with Proposal, the Proposal shall not be accepted.
2.4.1 Amount of Bid Bond
Bidder shall establish a Bid Bond in favor of KARI not later than the Bid Closing Date and submit the
bond to KARI along with its Proposal. The total amount of the Bid Bond shall be at least five (5) percent
of bidding price corresponding to the 40 days (960hr) of LEOP TT&C Service for both satellites including
preparation cost and 8,460 times of Overseas Ranging Service for both satellites including preparation
cost. The bond shall remain valid until six (6) months after the bid closing date and if the Bid validity is
extended, the Bid Bond shall be also extended accordingly.
2.4.2 Bid Bond Establishment Method
The Bid Bond shall be in the form of a surety bond issued by the Seoul Guarantee Insurance Company,
in the form of an irrevocable standby letter of credit or bank guarantee by first class international bank,
cash or other means of gurantee acceptable to KARI. In case of a surety bond, it shall be advised
through “ Seoul Guarantee Insurance Company”. In case of cash, bank guarantee, or the irrevocable
standby letter of credit, it shall be advised through “Woori Bank” (Daejeon Branch at 29 Munye-ro, Seo-
gu, Daejeon, 35241 Korea, Tel:+82-42-488-9704, Ext.312, Fax:+82-505-003-0759). The bond shall be
available by KARI’s request on the Seoul Guarantee Insurance Company or 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 RFP as amended, if any, that Bidder has hindered the
fair bidding by fraud or mispresentation, or that Bidder has withdrawn its Proposal after the Bid Closing
Date.
2.4.3 Bid Bond Return
All of the Bid Bonds will be released promptly at the time of final Contract award by KARI without interest.
2.5 Questions and Modifications
2.5.1 Questions
Any questions as to the intent and clarity of the RFP may be asked to KARI’s point of contact as Section
2.1.5 “KARI Point of Contact ” by e-mail, fax or letter no later than ten (10) days before the Bid Closing
Date. After the Bid Closing Date, Bidder shall not amend, modify, or supplement the Proposal, or submit
any other documents to KARI, except for the case of KARI’s written request.
2.5.2 Modifications
KARI may ask each Bidder to submit and supply additional information or documents for evaluation of
the Proposal. And KARI may also ask each Bidder in writing for clarifications, amendments, revisions, or
Korea Aerospace Research Institute
RFP/7
supplementation of the Proposal and any other documents submitted by Bidder at any time before the
execution of the Contract.
2.6 Non 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 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 Bidder regardless of whether or not Bidder is successful in receiving an award as a result
of the solicitation.
2.7 Acceptance/Rejection of Bids
KARI reserves the right to accept or reject any Bidding, and to amend the Bidding process and
reject all Bidding at any time prior to the award of the Contract without thereby incurring any
liability to the affected Bidder(s), nor is KARI under any obligation to inform the affected Bidder(s)
of the ground for its action.
2.8 Evaluation of Proposal
The evaluation of the Proposals will be made by the KARI evaluation committee and the following
evaluation process is for information only. The evaluation committee reserves the right to modify
the evaluation process and criteria without any prior notification to Bidders.
2.8.1 Evaluation
Process
During the Bid evaluation, KARI may send to Bidders a set of questions for clarification and request any
supplement to the Proposals and the evaluation will be made based on the Proposal and the answers
and the supplement received from Bidders.
The evaluation consists of two (2) parts of the technical part and bidding price and, after the evaluation
of technical part, the evaluation committee selects the Qualified Bidders and performs the bidding price
evaluation for the selected Qualified Bidders. The total evaluation score is one hundred (100) points and
the weight of technical part and bidding price is eighty (80) and twenty (20), respectively. Bidder who
gets score exceeding eighty five percent (85%) of score in technical part will be selected as Qualified
Bidder and after the evaluation of bidding price, the Successful Bidder and other ranking Bidders will be
determined by the sum of scores in technical part and bidding price. If the total score is the same, the
Bidder to get the higher score in technical part is preferred to others.
2.8.2 Evaluation
Factors
The Compliance Matrix, TT&C Support Heritage, TT&C Station Network, Number of Station, Duration,
Single Network Operation Center, Auto-Diversity Tracking, Diversity Unit in Data Channel,
Primary/Backup Configuration of Overseas Ranging Station, Site, Success Rate of Ranging
Measurement and Price are the most critical elements in the process of evaluation.
Therefore, it is recommended to provide the detailed statements and it is highly requested to prepare the
Proposal in the order provided in Section 2.1.1.
2.9 Selection
of
Successful Bidder
Korea Aerospace Research Institute
RFP/8
The Successful Bidder will be selected by the evaluation committee among the Bidders subjec to the
evaluation of the Proposals. At the time the Successful Bidder is selected, the ranking of the other
Qualified Bidders will be notified.
In the event mutually agreeable terms and conditions including price are not reached with the Successful
Bidder within the time limit specified by KARI, KARI may proceed with the Contract negotiations with
next ranking (the 2nd ranking) Qualified Bidder without undertaking a new Bidding process and without
any obligation to the Successful Bidder.
In case KARI initiates the Contract negotiations with the next ranking (the 2nd ranking) Qualified Bidder,
the Bidder will occupy the position as the Successful Bidder and assume any obligations imposed upon
the Successful Bidder under this RFP.
The result of evaluation is at the Proposal evaluation committee’s discretion based on evaluation
process and any Bidders shall not raise any objection regarding the Proposal evaluation committee’s
decision thereupon.
2.10 Language and Measurement Unit
The Proposal and any documents submitted to KARI under the RFP and communication and the
Contract language shall be in English. System Internationa (SI) units shall be used for
measurements and quantities in the Proposal and all the accompanying documents.
2.11 Certificate and Government Approvals
Bidder shall receive and represent the government approval and certificates in relevant countries,
necessary for the participation of this bidding, if any. And Bidder shall provide the plan and
schedule to get the government approval and certificates necessary for the performacne of
Contract in the Management Proposal.
2.12 Confidentiality
There shall be no news release, public announcements, denials or confirmation in connection with this
RFP or Contract award without the prior written approval of KARI. All documentation submitted in
response to this RFP shall be marked “COMMERCIALS-IN-CONFIDENCE” on the first page of each
document. All elements of the RFP shall be kept confidential, and shall not be intentionally disclosed by
Bidder to any Third Party. All elements of the Proposal will be kept confidential, and will not be
intentionally disclosed by KARI to any Third Party except for the case connected with the evaluation of
Proposal.
2.13 Withdrawal of Proposal
Bidder may withdraw its Proposal at any time before the Bid Closing Date. Withdrawal shall be made in
writing, and shall be received by KARI before the Bid Closing Date.
2.14 Property of Proposal
All documents submitted in response to the RFP shall become the property of KARI and will be retained
by KARI.
2.15 Expenses
Expenses incurred by Bidder in connection with the preparation, submittal, and any subsequent
clarification of Proposal or negotiation activities are for its own account and will not be reimbursed by
KARI.
Korea Aerospace Research Institute
RFP/9
2.16 Governing Law
This RFP and the Contract shall be construed in accordance with and governed by the laws of the
Republic of Korea.
2.17 Arbitration
Any disputes in relation to, and under the RFP and the Contract shall be resolved through arbitration in
Seoul, Korea under the Rules of the Korean Commercial Arbitration Board.
Korea Aerospace Research Institute
RFP/10
3. STATEMENT
OF
WORK
3.1 GK2 LEOP TT&C Service
This chapter presents the Statement of Work for GK2A and GK2B LEOP TT&C service (hereafter in this
chapter, service)
3.1.1 Scope of Service
3.1.1.1 Design and Development
[REQ-3111-1] Design and Development
The service to be provided by Contractor shall meet the requirements of this SOW and technical
requirements specified in Section 3 and Section 4.
[REQ-3111-2] New
Antenna
Station
In case that the service requires for Contractor to procure new antenna stations, the Contractor shall
notify KARI of such plan as soon as the Contractor becomes aware of the situation.
[REQ-3111-3] FOV of Antenna Station
FOV (Field Of View) of each antenna station shall be guaranteed above at least five (5) degrees of
elevation angle in any azimuth direction.
[REQ-3111-4] Acquisition
Plan
All antenna stations shall have search & time-offset capability with pre-defined acquisition plan. +/-60sec
of time-offset with combined search like azimuth or spiral scan shall be provided in each relevant
antenna station.
[REQ-3111-5] Auto-diversity Function in Tracking Channel
All antenna stations shall equip with auto-diversity tracking receiver to conduct auto-tracking by using
dominant channel signal between RHCP and LHCP channel.
[REQ-3111-6] Diversity Unit in Tracking Channel
All antenna stations shall equip with diversity unit in data channel to determine the dominant one
between RHCP and LHCP channels. Even though dominant channel is determined, signal level and
Eb/No in both RHCP and LHCP channel shall be continuously notified to KARI through voice loop.
Switching to dominant channel shall be performed by KARI decision.
3.1.1.2 Basic
Service
[REQ-3112-1] Basic
Service
The basic service to be provided by Contractor shall be as followings
- Initial Acquisition Service
- Command Service
- Telemetry Service
- Tracking Service
- Ranging Measurement
- 2-way Doppler Measurement
- Angle Data Measurement
3.1.1.2.1 Initial Acquisition Service
[REQ-3112-2] Initial Acquisition Service
Initial acquisition service is important due to its effectiveness in case that real separation vector from
launch vehicle is different with expected one and that satellite is going into emergency even in normal
Korea Aerospace Research Institute
RFP/11
operation. During acquisition period, mode transition to auto-track is mandatory after successful signal
acquisition. Mode transition can be done by manually comparing signal strength and checking spectrum
pattern or by automatically setting signal strength level in tracking receiver. For initial acquisition, AOS
antenna position elevation angle can be 2 or 3 deg. instead of 0 deg. This acquisition scheme shall not
impact on normal operations like command uplink, telemetry downlink and tracking file generation using
angle data, ranging data, Doppler data.
3.1.1.2.2 Command Service
[REQ-3112-3] Command
Service
All TT&C station shall provide S-Band command upload service. Command format will be CLTU or
transfer frame according to CCSDS standard. All commands interface between SOC and TT&C station
are really standard CORTEX
TM native protocol. Therefore, all TT&C system shall implement the
corresponding CORTEX
TM unit.
3.1.1.2.3 Telemetry Service
[REQ-3112-4] Telemetry Service (On-line Telemetry Transfer)
All TT&C ground station shall conduct IF-converted, Viterbi decoding, frame-synchronized, and de-
randomized on the GK2A and GK2B downlink signal right after downlink signal acquisition.
[REQ-3112-5] Structure of Telemetry Data
The structure of telemetry data from TT&C ground station to SOC shall be in form of CORTEX
TM native.
The size of native format shall be TBD bytes consisting of header (64bytes) + VCDU (TBD bytes) +
trailer (4bytes).
[REQ-3112-6] Time
Code
Time code configured in CORTEX
TM unit shall be code 2. The structure of code 2 appeared in the
header is consisting of first field and second field. First field is CORTEX
TM unit time in second (number
of seconds elapsed since January 1
st, 0:00:000 of current year). Second field is the number of
milliseconds in current seconds. First field is a 32-bit integer (hexadecimal-coded) while second field is a
32-bit float value.
[REQ-3112-7] Telemetry Data Recording
All TT&C station shall have a capability to record telemetry data during satellite pass.
[REQ-3112-8] Telemetry Service (Off-line Telemetry Transfer)
TT&C station shall keep the recorded telemetry data in CORTEX
TM native form. The recorded data shall
be compressed as zip file and automatically placed into FTP server of SOC after satellite pass.
3.1.1.2.4 Tracking Service
[REQ-3112-9] Tracking
Service
TT&C station shall provide tracking data formatted as GEOS-C format. Contents of general GEOS-C
format are described in Appendix A. A GEOS-C file includes three (3) different tracking data, angle data,
ranging, and Doppler.
[REQ-3112-10] Timeliness for Tracking Service
The tracking data shall be provided to SOC within 10[TBD] minutes after the completion of ranging
measurement.
3.1.1.2.5 Ranging Measurement
[REQ-3112-11] Ranging Measurement
TT&C station shall provide ranging measurement service on KARI operator’s request. It is baseline to
continuously conduct ranging measurement in every 30 minutes during LEOP.
[REQ-3112-12] CORTEX
TM Unit Configuration for Ranging Measurement
Korea Aerospace Research Institute
RFP/12
CORTEX
TM unit shall be configured to operate in ESA tone standard in RAU window.
[REQ-3112-13] Ground Delay Compensation
Ground delay of local TT&C station shall be compensated (subtracted) from the result of ranging
measurement.
[REQ-3112-14] Duration of Ranging Measurement
Exact time and duration of ranging measurement shall be confirmed by SOC via voice loop before
satellite pass. CORTEX
TM unit shall be configured according to SOC request before satellite pass.
3.1.1.2.6 2-Way Doppler Measurement
[REQ-3112-15] 2-Way Doppler Measurement
GK2A and GK2B will be configured to coherent mode to make 2-way Doppler measurement be possible.
Exact duration of 2-way Doppler measurement shall be confirmed by SOC via voice loop before satellite
pass.
3.1.1.2.7 Angle Data Measurement
[REQ-3112-16] Angle Data Measurement
Only auto-tracked angle measurement data shall be applied as input data for GEOS-C format. It is
baseline that 1 second of time resolution is considered.
3.1.2 Working
Package
The services to be provided by Contractor are divided up as followings:
Working Package 1:
Pre-engineering and station validation
Working Package 2:
LEOP support
3.1.2.1 Working Package 1: Pre-engineering and Station Validation
[REQ-3121-1] Documentation
Contractor shall provide following documents for the pre-engineering activities, as minimum.
- ICD for Communication Link between provider’s network management center and SOC
- Review on Voice Procedure between provider’s network management center and SOC. KARI will
initially write the Voice Procedure
- LEOP Network Detailed Design
- LEOP Network Test Plan, Test Procedure and Test Report
- Initial Acquisition Procedure
- Antenna Blind Searching Procedure
[REQ-3121-2] Validation
Test
During working package 1, Contractor shall perform technical validation tests to demonstrate, as
minimum:
- Ground Interface with SOC
- Compliance of technical requirement specified for GK2A and GK2B
- Tracking File generation by tracking LEO satellite like KOMPSAT satellites
[REQ-3121-3] Test
Report
Test reports describing validation test results shall be provided to KARI within three (1) months after
validation test.
[REQ-3121-4] Data
Package
At the end of this working package, Contractor shall send for KARI approval a data package including all
documents described in [REQ-3121-1]. The data package for GK2A shall be delivered to KARI by
Korea Aerospace Research Institute
RFP/13
December 10, 2017. The data package for GK2B shall be delivered to KARI by December 10, 2018.
This working package will be finished by the acceptance by KARI.
3.1.2.2 Working Package 2: LEOP Support
[REQ-3122-1] Working Package 2
The working package 2 shall include the following activities to be performed by Contractor
- Operational Readiness Checkup within 3 months before satellite launch
- Operation during LEOP (approximately 1 month after satellite launch)
[REQ-3122-2] Operational Engineer in Local TT&C Station
During LEOP support, operational engineer shall be placed in local TT&C station aimed to directly
monitor the working of whole system.
[REQ-3122-3] Pre-Pass
Check
During LEOP support, checking of data flow and configuration setup shall be completely conducted at
relevant TT&C stations prior to satellite pass
[REQ-3122-4] Pass
Report
Contractor shall provide technical report describing signal level and Eb/No measured at each RHCP and
LHCP channel with 1 second of time step after satellite pass. Details on the contents in pass report will
be defined after Contract. Following items shall be contained as minimum,
- Uplink carrier frequency sweeping or not
- Auto-tracking or not
- Antenna angle data (AZ/EL) with 1 second of time step
- Signal Level and Eb/No measured at each RHCP and LHCP channel with 1 second of time step
The pass report shall be placed into FTP server of SOC after satellite pass.
[REQ-3122-5] Number of Ground Stations
Contractor shall provide more than four regional-separated TT&C stations to ensure the visibility of
satellite during LEOP
[REQ-3122-6] Duration
Contract shall provide LEOP support for 20 days after satellite launch. Depending on LEOP operation,
the duration can be changed.
[REQ-3122-7] Pass Scheduling in Advance
For the first three days after satellite separation from launcher, pass shall be scheduled with highest
priority.
[REQ-3122-8] Single Network Operation Center
Regional-separated TT&C stations even in northern and southern hemisphere shall be integrated by
using single network operation center to be communicated with SOC.
3.1.3 Customer-Furnished Items (CFI)
KARI will be responsible for documentation about the setup of CORTEX unit for TM/TC and ranging
measurement and preparation of test telemetry data file.
3.2 GK2 Overseas Ranging Service
This chapter presents the Statement of Work for GK2A and GK2B Overseas Ranging Service (hereafter
in this chapter, service)
3.2.1 Scope of Service
Korea Aerospace Research Institute
RFP/14
3.2.1.1 Design and Development
[REQ-3211-1] Design and Development
The service to be provided by Contractor shall meet the requirements of this SOW and technical
requirements specified in Section 3 and Section 4.
[REQ-3211-2] New
Antenna
Station
In case that the service requires for Contractor to procure new antenna stations, the Contractor shall
notify KARI of such plan as soon as the Contractor becomes aware of the situation.
[REQ-3211-3] FOV of Antenna Station
FOV (Field Of View) of each antenna station shall be guaranteed to looking GK2A and GK2B satellites.
The location of GK2A and GK2B is informed after contract.
[REQ-3211-4] Primary/Backup
Configuration
Overseas ranging station shall be configured as primary and backup station at same site. When primary
station is in problem, switching to backup station shall be accomplished within 1 hour.
[REQ-3211-5] Uplink
License
Contractor shall acquire uplink license from local government at least 6 months before satellite launch.
[REQ-3211-6] Site
Overseas ranging station shall be deployed at site to meet OD requirements. If bidder propose site with
its longitude and latitude information, KARI will use the expected OD performance at the site as a part of
technical evaluation.
[REQ-3211-7] Ranging
Accuracy
Overseas ranging station shall provide ranging result which meets ranging accuracy, 10m RMS.
[REQ-3211-8] Number of Ranging Measurement
Overseas ranging station shall conduct ranging measurement in every at least 1 hour for GK2A and
GK2B, respectively. In each ranging measurement, 100 times of ranging measurement shall be done
within 10 sequence.
[REQ-3211-9] Success
Rate
Ranging measurement shall be successfully conducted with more than 98 % of success rate per daily
passes.
[REQ-3211-10] Availability of Network Line
Availability of network line between overseas ranging station and SOC shall be more than 99.5 % in
daily operation.
[REQ-3211-11] Abort of Ranging Measurement
In the emergency of satellite, ranging measurement shall be aborted within 5[TBD] minutes on SOC
request.
[REQ-3211-12] Daily-Based Ranging Schedule File
Overseas ranging station shall be scheduled based on the daily-based ranging schedule file sent by
SOC operator. In the ranging schedule file, time in hour, minutes and seconds will be specified for GK2A
and GK2B ranging measurement, respectively.
[REQ-3211-13] Ranging Results in GEOS-C Format
Overseas ranging station shall upload ranging results in GEOS-C format to SOC FTP server within 5
[TBC] minutes after each ranging measurement.
3.2.1.2 Basic
Service
[REQ-3212-1] Basic Service
The basic service to be provided by Contractor shall be as followings
Korea Aerospace Research Institute
RFP/15
- Ranging Measurement
3.2.1.2.1 Ranging Measurement
[REQ-3212-2] Ranging
Measurement
TT&C station shall provide ranging measurement service whenever required.
[REQ-3212-3] CORTEX
TM Unit Configuration for Ranging Measurement
CORTEX
TM unit shall be configured to operate in ESA tone standard in RAU window.
[REQ-3212-4] Ground
Delay
Compensation
Ground delay of local TT&C station shall be compensated (subtracted) from the result of ranging
measurement.
3.2.2 Working
Package
The services to be provided by Contractor are divided up as followings:
Working Package 1:
Pre-engineering and station validation
Working Package 2:
IOT support
3.2.2.1 Working Package 1: Pre-engineering and Station Validation
[REQ-3221-1] Documentation
Contractor shall provide following documents for the pre-engineering activities, as minimum.
- ICD between provider’s network management center and SOC
- RF communication characteristics of overseas ranging station
- Validation Test Procedure and Test Report
[REQ-3221-2] Validation
Test
During working package 1, Contractor shall perform technical validation tests to demonstrate, as
minimum:
- Ground Interface with SOC
- Compliance of technical requirement specified for GK2A and GK2B
- Tracking File generation by ranging measurement of COMS satellite
[REQ-3221-3] Test
Report
Test reports describing validation test results shall be provided to KARI within three (1) months after
validation test.
[REQ-3221-4] Data
Package
At the end of this working package, Contractor shall send for KARI approval a data package including all
documents described in [REQ-3221-1] The data package for GK2A shall be delivered to KARI by
December 10, 2017. The data package for GK2B shall be delivered to KARI by December 10, 2018.
This working package will be finished by the acceptance by KARI.
3.2.2.2 Working Package 2: IOT Support
[REQ-3222-1] Working Package 2
The working package 2 shall include the following activities to be performed by Contractor
-
Operational Readiness Checkup within 3 months before satellite launch
-
Operation during IOT (approximately 6 month after LEOP)
3.2.3 Customer-Furnished Items (CFI)
Korea Aerospace Research Institute
RFP/16
KARI will be responsible for documentation about the setup of CORTEX unit for ranging measurement
and daily-based ranging schedule file format.
Korea Aerospace Research Institute
RFP/17
4. Technical
Requirements
4.1 GK2 LEOP TT&C Service
This chapter presents the technical requirements for GK2 LEOP TT&C Service
4.1.1 Space-to-Ground
Interface
For the space-to-ground interface, both S-Band RF uplink and S-Band RF downlink between
GK2A/GK2B and GK2 LEOP TT&C ground station are necessary.
4.1.1.1 S-Band Downlink Requirements
[REQ-4111-1] S-Band Downlink Parameters for TT&C Stations
TT&C station shall be applicable for S-Band downlink parameters described in Table 1.
Table 1 S-Band Downlink Parameters for TT&C Stations
Parameters
Value
G/T
More than 22 dB/K
Polarization
(note1)
Simultaneous RHCP and LHCP, Auto
diversity, Combining Mode
Center Frequency
Frequency for GK2A and GK2B will be
informed after Contract
Modulation PCM(NRZ-L)/PSK/PM
Modulation Index
1.0 radian
Sub-carrier Frequency
65544Hz
Coding
Convolutional coding (r=1/2, K=7)
Telemetry Datarate
4096 bps (after Viterbi decoding)
Downlink Acquistion Range @ Ground
Receiver
≤
150kHz
Note 1) GK2A and GK2B are designed to transmit downlink signal through nadir-direction antenna and
zenith-direction antenna at the same time. The polarization of nadir-direction and zenith-direction for
GK2A and GK2B is as followings,
- GK2A: RHCP for Nadir-direction, LHCP for Zenith-direction
- GK2B: LHCP for Nadir-direction, RHCP for Zenith-direction
Depending on the orbit and attitude of GK2A and GK2B, the signal level of RHCP and LHCP channel
can be varied. For the reason, TT&C ground station needs to have an auto-diversity function to manually
or automatically select the dominant polarization between RHCP and LHCP according to the signal level
of RHCP and LHCP channel for the auto-tracking at antenna. On top of that, in terms of receiving
telemetry signal without any packet loss, TT&C ground station needs to have so-called combining mode
which can automatically combine the two telemetry signals from RHCP and LHCP channels so that
Eb/No of telemetry signal is continuously stable.
4.1.1.2 S-Band Uplink Requirements
[REQ-4112-1] S-Band
Uplink
Parameters for TT&C Stations
TT&C station shall be applicable for S-Band uplink parameters described in Table 2.
Korea Aerospace Research Institute
RFP/18
Table 2 S-Band Uplink Parameters for TT&C Stations
Parameters
Value
EIRP
More than 68 dBW
Polarization
Selectable RHCP or LHCP
Center Frequency
Frequency for GK2A and GK2B will be
informed after Contract
Modulation PCM(NRZ-L)/PSK/PM
Modulation Index
1.4
5% radian
Sub-carrier Frequency
8000Hz
Telecommand Datarate
2000 bps
Uplink Sweeping Range
≤ 140kHz
Uplink Sweeping Rate
≤ 32kHz/sec
[REQ-4112-2] Preamble and Idle Pattern
For the reliable on-board receiver’s bit-sync performance, preamble and idle pattern shall be provided at
local TT&C modem such as CORTEX
TM CRT-Q unit which has been using at KARI site. The size of
preamble shall be more than 176[TBD] bits and the idle pattern shall be configured as 55555555H.
4.1.1.3 Ranging
Requirements
[REQ-4113-1] Ranging Parameters for TT&C Stations
TT&C station shall be applicable for ranging parameters described in Table 3.
Table 3 Ranging Parameters for TT&C Stations
Parameters
Value
Type
ESA Tone Standard
Major Tone Frequency
100kHz
(Virtual) Minor Tone Frequency
20kHz, 4kHz, 0.8kHz, 0.16kHz, 0.032kHz,
0.008kHz
(Real) Minor Tone Frequecny
20kHz, 16kHz, 16.8kHz, 16.16kHz,
16.032kHz, 16.008kHz
Modulation Phase
Modulation
Modulation Index for Major Tone Only
1.4
5% radian for uplink, 0.45 (+10%, -
15%) radian for downlink
Modulation Index for Major + Minor Tone
(0.7 rad + 0.7 rad)
5% for uplink, 0.32rad
+ 0.32(+10%, -15%) for downlink
Both GK2A transponder and GK2B transponder will be configured to be coherent mode during ranging
and 2-way Doppler measurements. In coherent mode, the ratio of 240/221 which is standard frequency
translation is used.
4.1.2 Ground
Interface
Communication interface between SOC and signal network operation center of GK2 LEOP TT&C ground
network will be prepared as followings,
- Primary Link: Dedicated-Leased Line (64 kbps, TBD)
- Backup Link: VPN Internet (64 kbps, TBD)
Korea Aerospace Research Institute
RFP/19
4.1.2.1 Telemetry
Interface
[REQ-4121-1] Telemetry Request Message
On reception of a telemetry request message, all local CORTEX
TM unit shall check its validity and returns
a negative acknowledgment message in case of invalid request or telemetry message/data in case of
valid request. Details of telemetry request message and negative acknowledgment message are
described in the user’s manual issued by Zodiac Data Systems.
[REQ-4121-2] Telemetry
Message
On reception of a telemetry request message, telemetry message shall be returned to ITOS of SOC. In
case that there is no data available, any telemetry data shall not be transmitted. This shall be done by
CORTEX
TM unit automatically without any special software. Details of telemetry message are described
in user’s manual issued by Zodiac Data Systems.
4.1.2.2 Telecommand
Interface
[REQ-4122-1] Telecommand
Message
CORTEX
TM unit located at all TT&C stations shall be properly to be compatible with telecommand
message delivered by ITOS of SOC for sending telecommand to GK2A and GK2B. Details of
telecommand message are described in user’s manual issued by Zodiac Data Systems.
[REQ-4122-2] Telecommand ACK Message
In case that TT&C station successfully transmits command with local CORTEX
TM unit to the satellite,
positive message shall be returned to the TM/TC gateway in MMOC. If not, negative message shall be
returned. This shall be done by CORTEX
TM unit, automatically. Details of satellite command
acknowledgement message and negative acknowledgement message are described in [RD1] issued by
Zodiac Data Systems.
4.1.2.3 Tracking File Interface
[REQ-4123-1] Tracking File Interface
Antenna auto-track angle data and ranging/Doppler data measured at each TT&C station shall be placed
at FTP server of SOC as a GEOS-C formatted file. The detail of GEOS-C file format is presented in
Appendix A.
4.1.2.4 Voice
Interface
[REQ-4124-1] VoIP
Verbal interface shall be performed via VoIP as primary and PSTN black-phone as backup.
4.2 GK2 Overseas Ranging Service
This chapter presents the technical requirements for GK2 Overseas Ranging Service.
4.2.1 Space-to-Ground
Interface
For the space-to-ground interface, GK2 overseas ranging station shall communicate with GK2A and
GK2B through S-Band uplink and downlink.
4.2.1.1 S-Band Downlink Requirements
[REQ-4211-1] S-Band Downlink Parameters for Ranging Stations
Overseas ranging station shall be applicable for S-Band downlink parameters described in Table 4.
Korea Aerospace Research Institute
RFP/20
Table 4 S-Band Downlink Parameters for Ranging Stations
Parameters
Value
G/T
More than 16.8 dB/K
Polarization RHCP,
LHCP
Center Frequency
Frequency for GK2A and GK2B will be
informed after contract
Modulation PCM(NRZ-L)/PSK/PM
PLL Bandwidth
configurable from 0.1Hz to 4Hz
Downlink Acquistion Range @ Ground
Receiver
150kHz, minimum
4.2.1.2 S-Band Uplink Requirements
[REQ-4212-1] S-Band Uplink Parameters for Ranging Stations
Ranging station shall be applicable for S-Band uplink parameters described in Table 5.
Table 5 S-Band Uplink Parameters for Ranging Stations
Parameters
Value
EIRP
More than 53 dBW
Polarization RHCP,
LHCP
Center Frequency
Frequency for GK2A and GK2B will be
informed after contract
Modulation PCM(NRZ-L)/PSK/PM
Uplink Sweeping Range
≤ 140kHz
Uplink Sweeping Rate
≤ 32kHz/sec
4.2.1.3 Ranging Requirements
[REQ-4213-1] Ranging Parameters for Ranging Stations
Ranging station shall be applicable for ranging parameters described in Table 6.
Table 6 Ranging Parameters for Ranging Stations
Parameters
Value
Type
ESA Tone Standard
Major Tone Frequency
100kHz
(Virtual) Minor Tone Frequency
20kHz, 4kHz, 0.8kHz, 0.16kHz, 0.032kHz,
0.008kHz
(Real) Minor Tone Frequecny
20kHz, 16kHz, 16.8kHz, 16.16kHz,
16.032kHz, 16.008kHz
Modulation Phase
Modulation
Modulation Index for Major Tone Only
1.4
5% radian for uplink, 0.45 (+10%, -
15%) radian for downlink
Modulation Index for Major + Minor Tone
(0.7 rad + 0.7 rad)
5% for uplink, 0.32rad
+ 0.32(+10%, -15%) for downlink
Both GK2A transponder and GK2B transponder will be configured to be coherent mode during ranging
measurements. In coherent mode, the ratio of 240/221 which is standard frequency translation is used.
Korea Aerospace Research Institute
RFP/21
4.2.2 Ground
Interface
Communication interface between SOC and signal network operation center of GK2 LEOP TT&C ground
network will be prepared as followings,
- VPN Internet (64 kbps, TBD)
4.2.2.1 Tracking File Interface
[REQ-4221-1] Tracking File Interface
Ranging data shall be placed at FTP server of SOC as a GEOS-C formatted file. The detail of GEOS-C
file format is presented in Appendix C.
Korea Aerospace Research Institute
RFP/22
5. General Terms and Conditions
Korea Aerospace Research Institute
RFP/23
Preamble
This Contract, made on June , 2017 by and between Korea Aerospace Research Institute, duly
established and existing under the law of Republic of Korea, with its main office at 169-84 Gwahak-ro,
Yuseong-Gu, Daejeon 34133 Korea, hereinafter referred to as “KARI” and [Contractor], duly established
and existing under the laws of [nationality], with its main office at [address], hereinafter referred to as
“Contractor”.
Witnesseth
WHEREAS, KARI desires to obtain TT&C and associated services as well as overseas Ranging
services from Contractor for GEO-KOMPSAT-2A and GEO-KOMPSAT-2B satellites;
WHEREAS, Contractor is an experienced provider of technologically advanced and reliable service; and
WHEREAS, Contractor is willing to provide the services as specified in this Contract;
NOW THEREFORE, in consideration of the premises and the mutual agreements herein contained,
KARI and Contractor have agreed to the followings:
Article 1. Definition
The terms defined in this Article shall have the meaning ascribed to them herein whenever they are used
in this Contract, unless otherwise clearly indicated by the context.
1.1
Associates mean all individual or legal entities organized under public or private law, who shall
act, directly or indirectly, on behalf of KARI or Contractor, or at the direction of either Party to
this Contract to fulfill the obligations undertaken by such Party in this Contract, including,
without limitation, the employee of each Party, their suppliers and subcontractors.
1.2
Contract means this Contract including Appendix as attached hereto, and all amendments that
may be agreed by the Parties in accordance with terms and conditions of this Contract.
1.3
Contractor means .
1.4
Contract Price means the amount of Contract. If there is any change in Contract Price due to
any reason, then the Contract Price means current total amount of Contract.
1.5
Deliverable Item(s) means any hardware, software, data or documentation to be provided to
KARI by Contractor under this Contract.
1.6
EDC means the Effective Date of the Contract in accordance with Article 15 “Effective Date of
Contract”.
Korea Aerospace Research Institute
RFP/24
1.7
Events of Force Majeure means any act of God, war, whether or not declared, act or failure to
act of any government in its sovereign capacity, fire, earthquake, flood, severe weather,
epidemic, quarantine, riot, social uprisings, strikes, lock-outs, nuclear incident, or any other act
beyond the reasonable control and without the fault of either Party or its Subcontractors.
1.8
GEO-KOMPSAT-2A or GEO-KOMPSAT-2B or Satellite(s) means the Geostationary Earth
Orbit Korea Multi-Purpose Satellite 2A or 2B or both to be developed under KARI’s
responsibility.
1.9
GEO-KOMPSAT-2 program means the satellite development program for Geostationary Earth
Orbit Korea Multi-Purpose Satellite 2A and 2B to be performed by KARI.
1.10
IOT means In-Orbit Test for GEO-KOMPSAT-2A and GEO-KOMPSAT-2B after LEOP,
respectively.
1.11
KARI means Korea Aerospace Research Institute.
1.12
KARI Furnished Item(s) means the data, information or documentation to be provided to
Contractor by KARI under this Contract.
1.13
LEOP means launch and early orbit phase for the GEO-KOMPSAT-2A and GEO-KOMPSAT-
2B.
1.14
Overseas Ranging Service means the ranging measurement by Contractor’s overseas
ranging station under this Contract.
1.15
Pass means the time frame Contractor is using an antenna system to track the GEO-
KOMPSAT-2A and GEO-KOMPSAT-2B for the purpose of receiving downlink signals and
transmitting uplink signal from/to the GEO-KOMPSAT-2A and GEO-KOMPSAT-2B in
accordance with the schedule provided by KARI to Contractor and accepted by Contractor.
1.16
Unit Price means the price for each Works defined in Article 4.1.
1.17
Party or Parties means KARI or Contractor, or both, according to the context.
1.18
Subcontract means any subcontract, at any tier under this Contract.
1.19
Subcontractor means a contractor under any Subcontract including Main Subcontractor and
suppliers.
1.20
TT&C Service means the telemetry receiving, satellite tracking and command transmitting by
LEOP ground network under this Contract.
1.21
Third Party(ies) means any individual or legal entity other than the Parties and Associates.
Korea Aerospace Research Institute
RFP/25
1.22
Work means all services, including the TT&C Service and Overseas Ranging Services, to be
performed by Contractor in accordance with Appendix A “Statement of Work”.
Article 2. Contract Documents
2.1
This Contract shall comprise the following documents, as amended from time to time by written
agreement by and between both Parties;
General Terms and Conditions
Appendix A. Statement of Work
Appendix B. Technical Requirements
2.2
In the event of any inconsistency or discrepancy between or among the Contract documents as
listed in Article 2.1 above, the Contract documents shall be applied in the decreasing order of
precedence.
Article 3. Scope of Work and Manner of Performance
3.1
Contractor shall provide KARI with the Work as stipulated in Appendix A “Statement of Work”
and Deliverable Items as required under this Contract.
3.2
Contractor shall provide sufficient engineering manpower and prepare suitable facilities for the
completion of the Works as set forth in Appendix A “Statement of Work”. If the Works are not
completed with manpower and facilities foreseen due to Contractor’s fault, Contractor shall
provide any additional manpower and facilities to accomplish each Work without any additional
cost to KARI.
3.3
Contractor shall provide any technical information or assistance as may be needed for KARI to
understand Deliverable Item or output of Contractor’s Work hereunder, without any additional
charge to KARI.
3.4
KARI shall have the right to monitor the Work as specified in Appendix A “Statement of Work” in
progress at Contractor’s facilities.
3.5
KARI shall provide the KARI Furnished Items to Contractor in order for Contractor to perform
the Work, in timely manner.
3.6
Both Parties shall get any government approval necessary for the performance of this Contract,
respectively.
Korea Aerospace Research Institute
RFP/26
Article 4. Price and Terms of Payments
4.1
Each Unit Price for the Work performed by Contractor under this Contract is specified as follows;
Item No.
Price
Items
Unit Price
(USD)
Preparation
1
Preparation Cost for TT&C Service of GEO-KOMPSAT-2A
2
Preparation Cost for TT&C Service of GEO-KOMPSAT-2B
3
Preparation Cost for Ranging Service of GEO-KOMPSAT-2A
4
Preparation Cost for Ranging Service of GEO-KOMPSAT-2B
Operation
5
TT&C Service for Pass of GEO-KOMPSAT-2A (minute basis)
6
TT&C Service for Pass of GEO-KOMPSAT-2B (minute basis)
7
Ranging Service for GEO-KOMPSAT-2A (Pass basis)
8
Ranging Service for GEO-KOMPSAT-2B (Pass basis)
[Note]
TBD
4.2
The Unit Price as specified in Article 4.1 above shall be a firm and fixed price that is not subject
to any adjustment or revision by reason of the actual costs incurred by Contractor in the
performance of the Work under this Contract.
4.3
The payment of Contract Price shall be subject to the establishment of performance bond and
shall be made in accordance with the following table;
No.
Payment Milestone
(EDC + month)
Payment
Due Date
Payment
(USD)
Percentage
(%)
1
EDC
EDC + 1M
TBD %
2
Completion of Preparation for
TT&C Service of GK-2A
(EDC + TBD M)
EDC + TBD M
TBD %
3
Completion of Preparation for
Ranging Service of GK-2A
(EDC + TBD M)
EDC + TBD M
TBD %
4
Completion of Preparation for
TT&C Service of GK-2B
(EDC + TBD M)
EDC + TBD M
TBD %
5
Completion of Preparation for
Ranging Service of GK-2B
(EDC + TBD M)
EDC + TBD M
TBD %
6
Completion of TT&C Service
for GK-2A (EDC + TBD M)
EDC + TBD M
TBD %
7
Ranging Services #1
for GK-2A (EDC + TBD M)
EDC + TBD M
TBD %
8
Ranging Services #2
for GK-2A (EDC + TBD M)
EDC + TBD M
TBD %
9
Completion of TT&C Service
for GK-2B (EDC + TBD M)
EDC + TBD M
TBD %
10
Ranging Services #1
for GK-2B (EDC + TBD M)
EDC + TBD M
TBD %
11
Ranging Services #2
EDC + TBD M
TBD %
Korea Aerospace Research Institute
RFP/27
for GK-2B (EDC + TBD M)
Total
100%
4.4
All payments shall be made in U.S dollars by wire transfer to the bank account as designated
by Contractor in its invoices within thirty (30) days after KARI’s receipt of the invoice as follows;
4.4.1
Preparation Unit Price for both TT&C and Ranging Services and Operation Unit Price for TT&C
Services for each of the GEO-KOMSPAT-2A and GEO-KOMSPAT-2B ordered by KARI shall
be made after the completion of Work.
4.4.2
Operation Unit Price for Ranging Services for each of the GEO-KOMSPAT-2A and GEO-
KOMSPAT-2B ordered by KARI shall be made on quarterly basis.
4.5
All banking charges incurred in Korea shall be borne by KARI, and those charges incurred
outside of Korea shall be borne by the Contractor.
Article 5. Criteria of Successful Pass and Pass schedule
5.1
If the data to be acquired in a Pass is forwarded to KARI as valid data, the Pass is considered
successful. However, if the data to be acquired in a Pass is not forwarded to KARI as valid data,
KARI shall not be liable for the payment for the invalid data transmission period of each
Satellite for the TT&C Service and for the Pass of each Satellite for the Ranging Service.
5.2
The Pass schedule requested by KARI shall be provided to Contractor in timely manner and no
later than one (1) week prior to the actual Work is to be occurred.
Article 6. Taxes and Duties
6.1
In the event taxes are charged in Korea, KARI shall be fully responsible for payment of such
taxes. The Contractor shall be fully responsible for the payment of all applicable taxes imposed
outside Korea including any customs duties and charges. In any event, any taxes or duties of
any nature levied by Korean tax authorities on the Contractor shall be borne and directly paid
by the Contractor to the Korean tax authorities.
6.2
Neither Party shall be responsible for paying the customs duties, and related taxes, fees, or
charges for the personnel and the personal belongings of the other Party.
Article 7. Performance Bond
Korea Aerospace Research Institute
RFP/28
7.1
Contractor shall establish a performance bond within three (3) weeks after EDC in favor of
KARI in the value of ten percent (10 %) of the sum of each Preparation Cost, in the form of an
irrevocable and unconditional standby letter of credit available by KARI’s draft at sight.
7.2
The entire amount covered by the performance bond shall be payable to KARI on demand
together with KARI’s written statement to the effect:
(a) that there was a default of the Contractor in the performance of the Contract (including
Subcontractor’s default under the Subcontract), or
(b) that any amount KARI is entitled to receive from Contractor has not been paid by Contractor
to KARI through any other means, or
(c) that this Contract was terminated by Contractor’s breach as specified in Article 13.2.
7.3
The letter of credit shall be issued by first class international bank acceptable to KARI. The
letter of credit shall be drawn in favor of KARI and advised through the Woori Bank (Daejeon
Branch at 29 Munye-ro, Seo-gu, Daejeon, 35241 Korea, Tel: +82-42-488-9704, Ext. 312 /
Fax:+82-505-003-0759) and shall remain valid until the end of Overseas Ranging Service for
GEO-KOMPSAT-2B. The letter of credit shall not be amended, modified or canceled without
KARI's prior written consent.
7.4
It is hereby agreed between the Parties that payment from the performance bond under this
Article 7 shall not affect any other KARI's rights, privileges, interests or remedies under this
Contract or the applicable law.
Article 8. Licenses, Clearances and Permits
8.1
Unless otherwise specified in this Contract, each Party is responsible for obtaining all
government approvals from any government authority which has jurisdiction and authority to
require such approvals, including, but not limited to, licenses, visas, and permits necessary to
carry out such Party’s obligations in accordance with this Contract. KARI is responsible for
obtaining any necessary Korean government approvals, and Contractor is responsible for all
other government approvals.
8.2
The Parties shall cooperate and provide each other, upon request of and without cost to the
other Party, all reasonable and necessary assistance in obtaining any and all governmental
approvals, which they respectively are required to obtain for the performance of this Contract.
8.3
Each Party shall be solely responsible for any expenses incurred in obtaining the approvals,
which are required under this Article. The Parties shall provide to each other, upon request of
and without cost to the other Party, suitable documents or other reasonable evidence to show
that they have obtained any and all governmental approvals, which they respectively are
required to obtain pursuant to this Contract.
Korea Aerospace Research Institute
RFP/29
8.4
Each Party and its employees shall comply with all applicable legal requirements of any place
in which any part of Work under this Contract is to be done and with the legal requirements of
public, municipal and other authorities in any way affecting or applicable to any Work performed
by each Party and its employees.
8.5
Either Party shall notify the other Party immediately if either Party becomes aware of any
activity attributable to the other Party which is inconsistent with the permission to operate.
Article 9. Delay
9.1 Excusable
Delay
9.1.1
Neither Party shall be responsible to the other Party for any delay in performing its obligations
under this Contract due to any Events of Force Majeure.
9.1.2
The Party whose performance of obligations hereunder has been affected by any Events of
Force Majeure shall notify the other Party within ten (10) days thereafter by sending a detailed
statement and sufficient evidence with respect thereto, and promptly of any subsequent change
in the circumstances, if any. The affected Party shall exercise its best efforts under the
circumstances to remove or remedy the Events of Force Majeure and the effects thereof and
resume full performance hereof as soon as possible.
9.1.3
Notwithstanding Article 9.1.1 hereof, any such delay that has not been notified to the other
Party pursuant to Article 9.1.2 hereof shall not be excused for any reason whatsoever.
Notwithstanding Article 9.1.1 hereof, any delay of performance of the affected Party falling due
after delay, failure or incompleteness in exercising the pertinent best efforts to remove or
remedy the pertinent Events of Force Majeure or the effects thereof pursuant to Article 9.1.2
hereof shall not be excused for any reason whatsoever.
9.1.4
The Party who has received or is entitled to duly receive the notice of Events of Force Majeure
under Article 9.1.2 hereof may suspend performance of its obligations which shall be due
subsequent to such Events of Force Majeure, until the other Party has effected such delayed
performance to the full extent after and in view of such Events of Force Majeure.
9.2 Non-Excusable
Delay
9.2.1
In the event that, unless otherwise excused by virtue of this Contract or the governing or
applicable law, Contractor delays the provision of the Works as stipulated under this Contract,
Contractor shall pay for damages as defined in the Article 9.2.2 to KARI as a result of such
delay.
9.2.2
Contractor acknowledges and agrees that the timely provision of Preparation Work for TT&C
Service and Ranging Service as stipulated under this Contract or its performance of other
obligations under this Contract is essential to KARI, and that such delay as provided for in
Korea Aerospace Research Institute
RFP/30
Article 9.2.1 hereof may cause substantial financial loss or damage to KARI’s rights, interests,
privileges and benefits, which may not be assessable or recoverable. Both Parties therefore
specifically agree that in the event of such loss or damage caused by delay attributable to
Contractor, its Subcontractor or any of its agents, Contractor shall pay KARI as liquidated
damages zero point two five percent (0.25%) per day of the sum of Preparation Unit Price. In
no case, however, shall the aggregated liquidated damages for the Preparation Work for TT&C
Service and Ranging Service exceed ten percent (10%) of the sum of Preparation Unit Price. It
is also agreed by both Parties that KARI shall be entitled to exercise its right to terminate the
Contract for Contractor’s breach pursuant to Article 14.2, if the aggregated liquidated damages
under this Article, excluding those days of delay excused by KARI in writing, exceeds ten
percent (10%) of the sum of Preparation Unit Price.
9.2.3
It is hereby agreed between the Parties, that the payment of the liquidated damages under this
Article 9.2.2 shall be in full and final settlement under applicable law or in equity or under the
Contract for any loss or damages incurred by KARI for late provision of the Work.
9.2.4
For the purpose of this Article, any action or omission of Contractor’s Subcontractor, agent, or
servant, de facto or de jure, shall be deemed to be Contractor’s own.
Article 10. Intellectual Property Rights
10.1 Any intellectual property rights and industrial property rights to any equipment or parts of
equipment or software developed by each Party for the implementation of this Contract shall be
retained by each Party. The property rights include methods, know-how, original software and
techniques developed by each Party.
10.2
Any intellectual property rights and industrial rights to any equipment or parts of equipment or
software developed by both Parties during implementation of this Contract shall be retained by
both Parties. The property rights include methods, know-how, original software and techniques.
10.3
For the implementation of this Contract, any KARI Furnished Items provided by KARI to the
Contractor shall remain KARI property.
10.4
In the event that any suit, claim, action or proceeding against KARI arises from allegations that
any proprietary rights to be provided by Contractor hereunder constitute infringement of any
patent, copyright, trade secret, know-how, or any other proprietary right of any Third Party,
Contractor shall defend KARI’s right, title and interest to the same against such suit, claim,
action, or proceeding at Contractor’s expense and shall hold KARI harmless from any damages
or losses of any kind including without limitation legal fees. If as a result of such suit, claim,
action or proceeding, the proprietary rights or any part thereof is held to constitute an
infringement and the use of said proprietary rights, or any part thereof, is enjoined, Contractor
shall promptly, at its option and expense, either procure for KARI the right to continue using
said proprietary rights, or the part thereof, or replace the same with non-infringing proprietary
rights acceptable to KARI.
Korea Aerospace Research Institute
RFP/31
Article 11. Confidentiality
11.1 Each Party agrees to keep secret and confidential all information obtained pursuant to this
Contract from the other Party, which is designated as confidential by the other Party. The
Parties agree to take all necessary precautions in a manner acceptable to the Party furnishing
the confidential information in order to keep secret and confidential such information and to
restrict its use outside and beyond the scope of this Contract; provided, however, that the
above shall not apply to information that;
(a) is publicly known at the time of disclosure under this Contract, or becomes publicly known
after disclosure without breach of this Contract by the receiving Party; or
(b) prior to disclosure under this Contract was already in the possession of the receiving Party
as established by documentary evidence dated prior to the date of disclosure; or
(c) after disclosure under this Contract is obtained from any Third Party who is rightfully in
possession of such informration and not subject to a confidentiality obligation with respect
to said information; or
(d) is independently developed by or for the receiving Party without use of or recourse to
theinformation of the disclosing Party; or
(e) is requested to disclose by receiving Party to competent government authorities as is
required to bring about the purposes intended by this Contract.
11.2
Any information shall be protected and kept in confidence by the receiving Party, which shall
use, at least, the same degree of care and safeguard as it uses to protect its own information of
like importance. Said care shall be no less than reasonable care.
11.3 Contractor shall obtain the prior written approval of KARI concerning the content and timing of
news releases, articles, brochures, advertisements, prepared speeches, and other information
releases, proposed to be made by such party concerning this Contract or the Work performed
or to be performed hereunder. KARI shall be given a reasonable time to review the proposed
text prior to the date scheduled for its release.
Article 12. Indemnity
12.1
Each Party agrees to indemnify, defend and hold the other Party, and its officers, directors,
employees, agents, shareholders and subcontractors, their officers, directors, employees,
agents and shareholders, harmless against and in respect of any claim, liability, obligation, loss,
damage, assessment, proceeding, judgment, cost and expense (including, without limitation,
reasonable attorney's costs and expenses reasonably incurred in investigating, preparing,
defending against or prosecuting any litigation or claim, action, suit, proceeding or demand)
(collectively, the "Damages"), arising out of or in any manner incident, relating or attributable to
any inaccuracy in any representation or breach of a warranty or covenant by each Party
contained in this Contract except any gross negligent or willful misconduct by each Party.
Korea Aerospace Research Institute
RFP/32
Article 13. Warranty
13.1
Contractor represents and warrants to KARI that:
(a)
Contractor shall perform the Work in a timely and efficient manner and in accordance
with the-state-of-art engineering and design industry standards and practices;
(b)
Each of its employees and other personnel who perform the Work shall be qualified and
sufficiently experienced so as to provide the Works competently, professionally and
efficiently with the standards and practices as set forth in Paragraph (a) above;
(c)
All Deliverable Item that Contractor is providing as part of the Works shall be free from
defects and errors that materially affect the value of such Deliverable Item to KARI;
(d)
Contractor shall have good title or otherwise have all necessary rights to all engineering
or technical data or documents, and all materials provided to KARI, free from any and all
claims, demands, liens and encumbrances on title; and
(e)
Neither part of the engineering or technical data or documents, and all materials
provided to KARI, when given and in the future, shall infringe any Third Party intellectual
property rights.
13.2
For KARI’s remedy of the warranty as above, Contractor shall reperform the Work in question at
Contractor’s expense in order to cause such Deliverable Item to conform to such warranty.
However, if Contracator fails to provide such a remedy for KARI, then KARI may terminate this
Contract for Contractor’s breach in accordance with Article 14.2.
Article 14. Termination
14.1
In the event that the excusable delay under Article 8 “Delay” exceeds six (6) months for any
single Events of Force Majeure or nine (9) months in the aggregate for all Events of Force
Majeure, KARI, at its sole discretion, may declare frustration of this Contract, and terminate the
whole or any part of this Contract by sending a three (3) days prior notice to the Contractor. In
case of such termination, Contractor shall be entitled to the payments received and payments
due as of the date of termination, in which case Contractor shall return fifty percent (50%) of the
amount paid by KARI under this Contract. KARI shall return the Deliverable Item to Contractor,
if any.
14.2
KARI may, by written notice to the Contractor, terminate the whole or any part of this Contract,
if any of the following circumstances occurs;
(a) The Contractor commits a material breach of any of its obligations under this Contract; or
(b) The Contractor fails to obtain any necessary government approval for this Contract; or
(c) The Contractor delays the Preparation Work in accordance with Article 9.2.2.
Korea Aerospace Research Institute
RFP/33
In case of the circumstances in this Article, KARI may notify the Contractor and may suspend
any further performance of its obligation under this Contract. If the Contractor fails, within five (5)
days from the dispatch of the notice, to produce and notify KARI of reasonable evidence of its
intent and ability to effect due performance of the obligation in breach within ten (10) days from
due dispatch of written notice, then KARI may terminate this Contract with three (3) days’ prior
notice of termination. In case of such termination for Contractor’s breach, the Contractor shall
return all the amounts paid by KARI under the Contract and also pay the termination charge of
ten percent (10%) of the Contract Price. KARI shall return the Deliverable Item to Contractor, if
any.
14.3
KARI may terminate this Contract, in whole or in part, at any time for its convenience, upon
thirty (30) days prior written notice to Contractor. In case of such termination, Contractor shall
be entitled to the payments received and payments due as of the date of such termination
based on the Price as defined in Article 4.1, and KARI shall be entitled to the Deliverable Items
as of the date of such termination.
14.4
In case of total loss or constructive total loss of GEO-KOMPSAT-2A and/or GEO-KOMPSAT-2B
after each launch, KARI may terminate this Contract, in whole or in part, upon prompt prior
written notice to Contractor. In case of such termination, Contractor shall be entitled to the
payments received and payments due as of the date of such termination based on the Price as
defined in Article 4.1, and KARI shall be entitled to the Deliverable Items as of the date of such
termination.
Article 15. Notice
15.1
Any and all notice, requests, demands, approvals, reports, and other correspondence to be
provided pursuant to this Contract shall be in writing and shall be deemed to have been duly
given to the Party to be notified: (i) on the date of delivery if delivered in person, (ii) on the date
of dispatch if by facsimile, telex or e-mail, or (iii) on the date of receipt if by registered airmail or
overnight courier. All notices shall be addressed to the appropriate Party at its address as
follows:
For KARI : Korea Aerospace Research Institute
169-84 Gwahak-ro, Yuseong-gu, Daejeon, 34133 Korea
Commercial Issue
Technical Issue
Name : Mr. Won-Suk LEE
Title : Senior Administrator
Dept. : Procurement Team
Name : Mr. Durk Jong Park
Title : Senior Researcher
Dept. : Ground System Development Team
Tel. : +82-42-860-2406
Fax : +82-42-860-2666
e-mail : wsl@kari.re.kr
Tel. : +82-42-860-2727
Fax : +82-42-870-3919
e-mail : parkdj@kari.re.kr
Korea Aerospace Research Institute
RFP/34
For Contractor : TBD
TBD
Commercial Issue
Technical Issue
Name : TBD
Title : TBD
Dept. : TBD
Name : TBD
Title : TBD
Dept. : TBD
Tel. : TBD
Fax : TBD
e-mail : TBD
Tel. : TBD
Fax : TBD
e-mail : TBD
15.2
Each Party may change its address for notice by notice given to the other Party in the manner
set forth above. And any notices given as provided herein shall be considered effective seven
(7) days after the registered postage pre-paid airmailing thereof or the day of actual receipt
thereof, whichever occurs first, or on the day of personal delivery, or the day of sending if by
facsimile, telex or e-mail.
Article 16. Effective Date of Contract
16.1
The effective date of this Contract ("EDC") is the date on which the duly authorized
representatives of both Parties have signed this Contract, as designated in the “Preamble” of
the Contract.
16.2
Any amendment to this Contract shall be effective upon signature by the authorized
representatives of both Parties and the approval of such amendment by the government of both
Parties, if required.
Article 17. Governing Law and Arbitration
17.1 In cases any controversy or claim arises out of or in relation to this Contract or with respect to a
breach hereof, the Parties shall seek to resolve the matter amicably through discussions
between themselves. In the event of any disagreement between KARI and the Contractor about
the interpretation of the provisions or definitions used in this Contract, the interpretation of KARI
shall govern until and unless otherwise decided by arbitration conducted pursuant to the
following provisions.
17.2
If the Parties cannot resolve such controversy or claim in accordance with Article 15.1 above, it
shall be finally settled by arbitration of the International Chamber of Commerce (ICC) and the
place of arbitration shall be Seoul in Korea. The proceedings shall be conducted in English. The
award rendered by the board shall be final and binding on the Parties and may be entered in
any court of competent jurisdiction for execution.
Korea Aerospace Research Institute
RFP/35
17.3
The validity, performance, construction, and effect of this Contract shall be governed by the
laws of Korea
.
Article 18. Miscellaneous
18.1 Assignability
This Contract and each and every covenant, term and condition hereof shall be binding upon
and inure to the benefit of the Parties and their respective successors, and neither this Contract
nor any rights and obligations hereunder shall be assignable or delegable directly or indirectly
by any Party without the prior written consent of the other Party.
18.2 Entire
Agreement
This Contract embodies the entire agreement of the Parties with respect to the subject matter
hereof and supersedes and cancels any and all prior understandings or agreements, oral or
written, in relation hereto, which may exist between the Parties. No oral explanation or oral
information by any of the Parties shall alter the meaning or interpretation of this Contract.
18.3 Amendment
No amendment or change hereof or addition hereto shall be effective or binding on any of the
Parties unless reduced to writing and executed by the respective duly authorized
representatives of each of the Parties.
18.4 Unenforceable
Terms
If any term or provision of this Contract shall for any reason be invalid, illegal or unenforceable
in any respect, this Contract shall be interpreted and construed as if such term or provision had
never been included herein.
18.5 Non-Waiver
The failure or delay of any Party to require performance by the other Party of any provision of,
or of any right or obligation under, this Contract, shall not constitute a waiver thereof, nor shall
such affect that Party's right to thereafter require performance of such or any other provision,
right or obligation.
18.6 Disclaimer
of
Agency
This Contract shall not be deemed to constitute any Party the agent of the other Party.
18.7 Headings
Korea Aerospace Research Institute
RFP/36
The headings in this Contract have been inserted for convenience of reference only and are not
to be used in construing or interpreting this Contract.
18.8 Language
and
Units
This Contract is executed in English. All documents, drawings, plans and any other writings as
well as communication between the Parties shall be in English. Weight and measurement for
deliverable documents shall be recorded in units of metric system.
18.9 Time
Limits
Unless otherwise indicated, any time limits to which this Contract binds Contractor or KARI shall
be counted in calendar days from the day following that of the event marking the start of the time
limit, and shall end on the last day of the period specified. When the last day of a time limit is a
Saturday or Sunday, or a legal holiday in the country in which the particular contractual
performance is required, such time limit shall be extended to the first working day following.
18.10 Expenses
Each Party shall bear its own attorney fees and other expenses incurred to negotiate and
execute this Contract.
18.11 Subcontractors
Each Party shall be fully responsible for the work of its Subcontractors under this Contract, and
such subcontracting shall not relieve that Party of its obligation under this Contract.
Korea Aerospace Research Institute
RFP/37
IN WITNESS WHEREOF, the Parties hereto have executed this Contract in duplicate in English by
causing these presents to be signed by their duly authorized representatives as of the day and year first
above written.
Korea Aerospace Research Institute
Contractor
By :_______________________
By:_______________________
Name : Dr. Gwang-Rae CHO
Name :
Title : President
Title :
Korea Aerospace Research Institute
RFP/38
APPENDIX A. General GEOS-C File Format for LEOP TT&C Service
* Common Data Area
Seq
No
Position Description
Size Data
Type
Contents
1 1-7 Satellite
ID
7
Integer
9933322:default
2 8-9 Measurements
type
2
Integer 73:ANG,
33:DOP
23:RNG
3
10-11
Time System indicator
2
Integer
03:default
4
12-16
Reception code number
5
Integer
B4441, B is Blank
5
17-18
GMT, Year
2
Integer
YY, 01 for 2001
6
19-21
GMT, DOY(Day Of Year)
3
Integer
DDD
7
22-26
GMT, SEC of Day
5
Integer
SSSSS
8
27-32
GMT, msec
6
Integer
Fraction of SEC
* Range Measurement Data Area
Seq
No
Position Description
Size Data
Type
Contents
9 33 Ionospheric
refraction
correction
flag
1
Integer
0 or 1
1: default
10 34 Trospheric
refraction
correction
flag
1
Integer
0,2,4, for corrected
1,3,5 not corrected
1: default
11
35
Transponder delay correction flag
1
Integer
0 or 1
1: default
12
36-45
Range value, km
10
Double
F10.0, example, if
range value is
1895.43425km:
BBBBBB1895
13
46-54
Range value, m
9
Double
xxx.xxxxxx,
example, if range
value is
1895.43425km:
434250000
14
55
Speed of light
1
Integer
3 default
15
56
Transponder channel
1
Integer
1 for coherent
2 for non-coherent
B: default
16
57-60
Surface pressure, millibars
4
Integer
BBBB: default
17
61-63
Surface Temperature, degrees K
3
Integer
BBB: default
18
64-66
Relative humidity at surface,
percent
3 Integer
BBB:
default
19
69-73
Measurement standard deviation 5
Integer 10000
default
20
74
Range ambiguity indicator
1
Integer
B: default
21 76-80
Trospheric
refraction
correction 5 Integer BBBBB:
default
22
81
New line character
1
Character
* Range Rate (Doppler) Measurement Data Area
Seq
No
Position Description
Size Data
Type
Contents
9 33 Ionospheric
refraction
correction
flag
1
Integer
0 or 1
1: default
10 34 Trospheric
refraction
correction
flag
1
Integer
0,2,4, for corrected
1,3,5 not corrected
1:default
11
35
Receiver Mount Type
1
Integer
3: default, AZ/EL
Korea Aerospace Research Institute
RFP/39
12
36-42
Counting Interval for avg data
7
Double
xxxxx.xx
BBBBBB1: default
13
43-49
Range rate, km/s
7
Double
xxxx.xxx example,
if value is –
2137.111328km/s,
BB-2137
14 50-55
Range
rate,
mm/sec
6 Double
xxx.xxx
15
56
Speed of light
1
Integer
3 is default
16
57
Transponder Channel
1
Integer
1 for coherent
2 for non-coherent
B: default
17
58-66
Reference Station ID
9
Integer
4441BBBBB:defailt
18
69-73
Measurement standard deviation 5
Integer 10000
default
19
74
Reference station mount type
1
Integer
B: deafult
20
75-77
Receiver antenna axis
displacement
3 Double
xx.x
BBB: default
21
78-80
Ref station antenna displacement
3
Double
xx.x
BBB: default
22
81
New line character
1
Character
Position 67,68 is blank
* Angle (AZ, EL) Measurement Data Area
Seq
No
Position Description
Size Data
Type
Contents
9 33 Ionospheric
refraction
correction
flag
1
Integer
0 for corrected
1 for not corrected
0: default
10 34 Trospheric
refraction
correction
flag
1
Integer
0,2,4, for corrected
1,3,5 not corrected
0: default
11
36-38
AZ angle, degree
3
Integer
12
39-40
AZ angle, arc minute
2
Integer
13
41-45
AZ angle, arc second
5
DP
xx.xxx
14
47-48
EL angle, degree
2
Integer
15
49-50
EL angle, arc minute
2
Integer
16
51-54
EL angle, arc second
4
Double
xx.xx
17
58-61
Standard deviation in azimuth
4
Double
xx.xx
0300: default
18
62-65
Standard deviation in elevation
4
Double
xx.xx
0300: default
19
67-71
Tropospheric refraction correction
to azimuth
5
Double xxx.xx
BBBBB: default
20
72-76
Tropospheric refraction correction
to elevation
5 Double
xxx.xx
BBBBB: default
21
77
New line character
1
Character
Position 35, 46, 55-57 66-76 is blank.
Korea Aerospace Research Institute
RFP/40
APPENDIX B. COMS Ground Network (Information Only)
Korea Aerospace Research Institute
RFP/41
APPENDIX C. GEOS-C File Format for Overseas Ranging Service
* Common Data Area
Seq
No
Position Description
Size Data
Type
Contents
1 1-7 Satellite
ID
7
Integer
9933322:default
2 8-9 Measurements
type
2
Integer
23:RNG
3
10-11
Time System indicator
2
Integer
03:default
4
12-16
Reception code number
5
Integer
Bxxxx, B is Blank,
xxxx is provided by
GK2 FDS
5
17-18
GMT, Year
2
Integer
YY, 01 for 2001
6
19-21
GMT, DOY(Day Of Year)
3
Integer
DDD
7
22-26
GMT, SEC of Day
5
Integer
SSSSS
8
27-32
GMT, msec
6
Integer
Fraction of SEC
* Range Measurement Data Area
Seq
No
Position Description
Size Data
Type
Contents
9 33 Ionospheric
refraction
correction
flag
1
Integer
0 or 1
1: default
10 34 Trospheric
refraction
correction
flag
1
Integer
0,2,4, for corrected
1,3,5 not corrected
1: default
11
35
Transponder delay correction flag
1
Integer
0 or 1
1: default
12
36-45
Range value, km
10
Double
F10.0, example, if
range value is
1895.43425km:
BBBBBB1895
13
46-54
Range value, m
9
Double
xxx.xxxxxx,
example, if range
value is
1895.43425km:
434250000
14
55
Speed of light
1
Integer
3 default
15
56
Transponder channel
1
Integer
1 for coherent
2 for non-coherent
B: default
16
57-60
Surface pressure, millibars
4
Integer
BBBB: default
17
61-63
Surface Temperature, degrees K
3
Integer
BBB: default
18
64-66
Relative humidity at surface,
percent
3 Integer
BBB:
default
19
69-73
Measurement standard deviation 5
Integer 10000
default
20
74
Range ambiguity indicator
1
Integer
B: default
21 76-80
Trospheric
refraction
correction 5 Integer BBBBB:
default
22
81
New line character
1
Character
Korea Aerospace Research Institute
RFP/42
APPENDIX D. Compliance Matrix
Bidder shall submit the following Non-Conpliance Table with respect to the any non-compliance or
deviations from the requirements of this RFP and the Non-Compliance Table shall list in numerical order,
every Section and subsection of the RFP. The statement of Non-Compliance Table shall be included in
Technical Proposal and General Terms and Conditions of Proposal.
Non-Compliance Table
RFP Section
(Section #)
REQ # for Technical Requiremnt
(Article # for General Terms and
Conditions)
Description
Proposal
Section
Compliance
(C/PC/NC)
Remarks
[Note]
-
C : Compliance
-
PC : Partial Compliance
-
NC : Non Compliance
Korea Aerospace Research Institute
RFP/43
APPENDIX E. Price Proposal Form
The Bidder shall provide the Price Proposal using the following form and the Price Proposal shall include
any specific statement to describe how the price has been calculated.
Price for GK2A and GK2B Overseas Ranging Service in nominal operation (This price is optional item.)
[Preparation Cost]
Category Satellite
Direct
Labor
Overhead
Subcon./Mate./Purch.
Others Profit
Sub-Total
(Currency)
LEOP
TT&C
Service
GK2A
GK2B
Sub-Total
Overseas
Ranging
Service
GK2A
GK2B
Sub-Total
Total
[Service Cost]
Category Satellite
Direct
Labor
Overhead
Subcontracts Others
Profit
Sub-Total
(Currency)
LEOP
TT&C
Service
GK2A
GK2B
Sub-Total
1)
Overseas
Ranging
Service
GK2A
GK2B
Sub-Total
2)
Total
1) Sub-Total Cost /57,600minutes = unit price per minute
2) Sub-Total Cost /8,640times = unit price per pass
- For the Cost of LEOP TT&C Service, the service duration for GK2A and GK2B is 480 hours for each
satellite.(24 hours per day, 20 days)
- For the Cost of Overseas Ranging Service, the number of ranging measurement for both GK2A and
GK2B is 8,640times (24times per day, 30days per 1month, 6 months, 2 satellites)
[Service Cost for Optional Item]
Regarding the Optional Item, please propose the unit price per pass.