+ All Categories
Home > Documents > STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS)...

STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS)...

Date post: 17-May-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
46
NATO UNCLASSIFIED NATO UNCLASSIFIED STATEMENT OF WORK AND TECHNICAL REQUIREMENTS FOR SINDRE I SIGNAL PROCESSOR, RECEIVER EXCITOR UPGRADE (NSPA/LD – 13 December 2016)
Transcript
Page 1: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED

NATO UNCLASSIFIED

STATEMENT OF WORK

AND TECHNICAL REQUIREMENTS

FOR

SINDRE I

SIGNAL PROCESSOR, RECEIVER EXCITOR UPGRADE

(NSPA/LD – 13 December 2016)

Page 2: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED

NATO UNCLASSIFIED

TABLE OF CONTENTS

0. NOTATION CONVENTIONS ................................................................................................

1. OBJECTIVE AND SCOPE ................................................................................................... 1

2. REFERENCE DOCUMENTS ................................................................................................ 1

2.1. NATO STANDARDS AND PUBLICATIONS ................................................................................2

2.2. INTERNATIONAL STANDARDS AND SPECIFICATIONS .............................................................2

2.3. EQUIPMENT TECHNICAL MANUALS ......................................................................................2

3. CURRENT RADAR SYSTEM ............................................................................................... 3

4. OVERVIEW OF PROJECT DEVELOPMENT AND CONTRACTOR’S TASKS ............................... 3

5. PROJECT MANAGEMENT ................................................................................................. 4

5.1. MASTER SCHEDULE ..............................................................................................................4

5.2. CONTROLS ...........................................................................................................................5

6. TECHNICAL AND INTEGRATION REQUIREMENTS .............................................................. 6

7. PROJECT DEVELOPMENT AND MAJOR TECHNICAL MILESTONES .................................... 10

7.1. GENERIC ............................................................................................................................ 10

7.2. CRITICAL DESIGN REVIEW (CDR) ......................................................................................... 11

7.3. FACTORY ACCEPTANCE TEST (FAT)...................................................................................... 12

7.4. DELIVERY, INSTALLATION, INTEGRATION AND SITE ACCEPTANCE TESTING (SAT) ................. 12

7.5. RELIABILITY TEST (RT) ........................................................................................................ 14

8. VERIFICATION AND ACCEPTANCE .................................................................................. 14

8.1. VERIFICATION AND ACCEPTANCE TEST (V&A-T) PLAN ......................................................... 15

8.2. ACCEPTANCE CRITERIA FOR SAT AND RT: ........................................................................... 16

8.3. ACCEPTANCE MILESTONES ................................................................................................. 17

8.3.1. ACCEPTANCE OF THE INTEGRATED PROTOTYPE SOLUTION .......................................... 17

8.3.2. PROVISIONAL SITE ACCEPTANCE (PSA) ........................................................................ 17

8.3.3. FINAL ACCEPTANCE: (FA)............................................................................................. 18

9. LOGISTIC SUPPORT DELIVERABLES ................................................................................ 18

9.1. DOCUMENTATION ............................................................................................................. 18

9.2. CONFIGURATION ............................................................................................................... 19

9.3. TRAINING .......................................................................................................................... 19

9.4. SPARE PARTS ..................................................................................................................... 21

Page 3: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED

NATO UNCLASSIFIED

9.4.1. INSTALLATION & CHECK OUT (INCO) SPARES ............................................................... 21

9.4.2. RECOMMENDED SPARE PARTS LIST ............................................................................. 21

9.5. RELIABILITY AND PROVISIONING DATA .............................................................................. 22

9.5.1. RELIABILITY ................................................................................................................ 22

9.5.2. MAINTAINABILITY REQUIREMENTS. ............................................................................ 22

9.5.3. TESTABILITY ................................................................................................................ 23

10. QUALITY ASSURANCE ................................................................................................... 23

11. OPTIONS....................................................................................................................... 24

APPENDIX 1: SUMMARY OF DELIVERABLE DATA, PRODUCTS AND SERVICES......................... 25

APPENDIX 2: ENVIRONMENTAL REQUIREMENTS WITHIN THE DISPLAY SHELTER .................. 27

APPENDIX 3: ABBREVIATIONS AND ACRONYMS ................................................................... 29

ANNEXES: ANNEX 0: SINDRE I REQUIREMENTS ANNEX 1: SINDRE I SYSTEM DESCRIPTION ANNEX 2: SINDRE I SCHEMATICS ANNEX 3: SINDRE I TECHNICAL DOCUMENTATION

Page 4: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED

NATO UNCLASSIFIED

0. NOTATION CONVENTIONS

This document contains both a statement of work and a set of technical requirements. Paragraphs stating deliverables and specifying requirements are preceded by an alphanumeric code in brackets with the following meaning:

(Rx): States a generic requirement affecting all deliverables, where “x” is a serial number.

(R.Tx): Specifies a technical requirement for the system, where “x” is a serial number. Technical requirements are given at Section 5 of this document.

(Dx): States a requirement for the Contractor to deliver a certain product (including data products) or service, where “x” is a serial number.

(R.Dx.y): Defines specific requirements related to the deliverable “Dx”, where “y” is a serial number.

Deliverables and their associated requirements are stated in Section 6 of this document.

(R.Qx): Specifies quality assurance requirements, where “x” is a serial number. Quality assurance requirements are given in Section 8 of this document.

(O.Cx), (R.Ox): State options for additional capabilities and associated requirements.

(O.Px): State options for additional products.

Options are given in Section 11 of this document.

Tables and bulleted lists following paragraphs stating deliverables or specifying requirements are part of the definition of the deliverable or requirement.

Paragraphs not preceded by any of the codes listed above do not state outright deliverables or associated requirements, but contain essential information or may complete the definition of work and acceptance. They may also reflect actions which NSPA will perform.

Acronyms and abbreviations are normally spelled out when they are used for the first time in the document. Appendix 3 contains a list of acronyms and abbreviations used.

Where the “Host Nation” is mentioned, it is to be understood as “Norway”.

“Customer” is to be understood as “NSPA” in its role as Procurement Agent and Contract Manager and “Norway” as the End User for the equipment and responsible for the operations of the radars.

This document further contains via footnotes some requirements for information that is to be included in the Contractor’s Proposal. These requirements are aimed to clarify the level of information that is expected in the Proposal with respect to certain specific elements. The Contractor Proposal must otherwise address all the requirements in the SoW.

Page 5: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.1

1. OBJECTIVE AND SCOPE

This document defines requirements for services and products to be provided by the Contractor to the NATO Support and Procurement Agency (NSPA) for the upgrade of the Signal Processor and the Receiver Exciter of the NATO SINDRE I radar systems fielded in Norway.

This Statement of Work (SOW) defines the services and deliverables to be provided by the Contractor to NSPA for the system design, development, prototyping, production of a solution to replace the electronic equipment listed below currently in use in the NATO SINDRE I Air Defense Systems, using a modular architecture approach.

The subsystems to be replaced are:

• The Signal Processor (SP)

• The Receiver / Exciter (Rx/Ex)

• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs

The ultimate objective of this contract is to maintain the original system performance and ensure system supportability during the remaining operational life of the SINDRE-I systems. Improved technical system performance is not an objective of this contract.

The services and supplies covered by this SOW are applicable to the equipment at three SINDRE I radar sites and at two Control and Reporting Center (CRC) as described in Table 1.

Country Site name System Function Location Mod kit

NORWAY VÅGSØY HADR Remote Radar head VÅGSØY RRH

NORWAY SKYKULA HADR Remote Radar head SKYKULA RRH

NORWAY VESTVÅGØY HADR Remote Radar head VESTVÅGØY RRH

NORWAY SØRREISA SINDRE I CRC SØRREISA CRC

NORWAY MÅGERØ SINDRE I CRC MÅGERØ CRC

Table 1: Sites concerned by the SINDRE I systems upgrade

2. REFERENCE DOCUMENTS

The following is a non-exhaustive list of documents which, in their most current version/revision, are relevant in whole or in part to the object of this SoW. They do not in principle constitute requirements unless explicitly referred in other parts of this SoW. If there is a conflict between the requirements of this SoW and any of the listed reference documents, the SoW shall prevail.

(R1) The Contractor shall be responsible for ensuring that the equipment delivered under this contract complies with all national and international applicable legal requirements.

Page 6: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.2

2.1. NATO Standards and Publications

a. AQAP-2009 (NATO Guidance for the use of the AQAP 2000 SERIES)AQAP-2105 (NATO Requirements for deliverable Quality Plans)

b. AQAP-2110 (NATO Quality Assurance Requirements for Design, Development and Production) AQAP-2210 (NATO Supplementary Software QA Requirements to AQAP 2110)

c. ACMP 1-7 Allied Configuration Management Publications (Edition 2) d. 3885.10/SHCCC/382/98, AIR COMMAND AND CONTROL SYSTEM CRITERIA

AND e. STANDARDS (3rd edition, final), NATO CONFIDENTIAL (available only after contract

award) STANAG 4370 (Environmental Testing) f. STANAG 4236 (Lightning environmental conditions, effecting the design of material

for use by NATO forces) g. STANAG 4327 (Lightning test procedures) h. INTERFACE CONTROL DOCUMENT for the Exchange of Track and Plot Information in

ASTERIX Format, Air Sovereignty Operations Centre (ASOC), ASOC-ICD-001 Revision 5; 15 July 2002

i. Interface Requirements Specification (IRS), ACCS Wide Common Information Exchange Standards (AWCIES) Developmental, CDRL Data Item CMIRSDB0 N-109-020-J, SPEC. CJ86409 Rev. -14 April 2006

Note: AQAP 2110, 2120 and 2130 together are equivalent to ISO 9001:2000 . There is no ISO equivalence to AQAP 2210.

2.2. International Standards and Specifications

j. ISO 9001:2015 (Quality Management Systems – Requirements) k. EUROCONTROL STANDARD DOCUMENT FOR RADAR DATA EXCHANGE, Part 1 and 2,

All l. Purpose Structured Eurocontrol Radar Information Exchange (ASTERIX) MIL-HDBK-

61A Configuration Management Guide m. MIL-STD-100, Engineering Drawings n. MIL-DTL-31000, Technical Data Packages o. AECTP100/200/300/400 (Allied Environmental Conditions and Test Publication) p. MIL-STD 1250, Corrosion control q. MIL-STD 961, Department of Defense Standard Practice for Defense Specifications r. ICAO, International Civil Aviation Organization - Technical Characteristics of IFF MK

XA and MK XII Interrogators and Transponders s. Recommendation CCIT V29

2.3. Equipment Technical Manuals

t. SINDRE I TMEs are listed in Annex 3, available and maintained at NSPA

Page 7: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.3

3. CURRENT RADAR SYSTEM

A summary description, performance of the current radar system and support equipment are reflected in annexes 1, 2 and 3.

4. OVERVIEW OF TECHNICAL REQUIREMENTS AND PROJECT DEVELOPMENT

The main obsolescence cases affecting the SINDRE I are disseminated within the Signal Processor, both the SINDRE I Control and Display System at site and at CRSs. In order to overcome those shortcomings, NSPA has prepared this SOW in order for the contractor to:

a. Replace the Signal Processor and the SCDS equipment for the SINDRE I radars used in NATO’s Air Defense System. In annex 2 it can be found a schematic containing the affected parts of the radar system;

b. Establish the practical engineering design that will ensure that all actual system performances are met, including existing system & operational control capabilities (Local & Remote);

c. Establish the engineering design of the R-SPC (Real Time) Performance Evaluation Tool (PET)

d. Develop the new equipment Human Machine Interface and output interfaces; e. From a Work Breakdown perspective, due to the estimated duration of the project,

the solution will be developed, tested, implemented and validated in the following main technical phases:

i. Development, to include HW Design updates and SW scripts updates and documentation development.

ii. Factory Testing. iii. Installation, Integration and Site Testing. iv. Reliability Testing.

f. Since NSPA is looking for a low risk and low cost solution the starting point for the upgrade design development should consider the similar upgrade developed in 2007. Upon contract award the Contractor will perform the design and development activities leading to Critical Design Review (CDR).

g. Following CDR approval by the NSPA, the Contractor will conduct factory testing for the solution proposed, before proceeding with site installation and integration of the three Modification kits (Modkits) for the radar sites, and two Modkits for the CRC sites. For each complete installation, the Contractor shall perform Site Acceptance Test (SAT) followed by a phase of reliability testing starting after Provisional Site Acceptance (PSA).

h. A PSA will be conducted for each of the sites, after the technical solution has been tested and accepted at that site and management products have been delivered and accepted.

i. The last milestone of the project is Final Acceptance (FA) which will be performed simultaneously for all sites once all validation and verification activities are successfully completed and any observations cleared.

j. The project also includes logistics support deliverables, i.e. training, documentation, special tools and test equipment and recommended spares lists.

Page 8: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.4

5. PROJECT MANAGEMENT

This project will be subject to review by NSPA at any time. NSPA will assign a Project Manager who will manage and monitor the project on a day-to-day basis, using the controls defined in paragraph 5.2.

(D1) The Contractor shall nominate a Project Manager who will be the main POC for this project.

5.1. Master Schedule

(D2) Not later than 8 weeks after Contract Award, the Contractor shall deliver and maintain through the execution of the contract, a Master Schedule1 for the delivery of all products and services in this contract. Within 2 weeks of reception, NSPA shall approve the Master Schedule or provide requirements for change or clarification. The Contractor shall implement the changes required by NSPA for final agreement.

By agreeing on the Master Schedule, NSPA considers the plan to be a logical and satisfactory approach to the management of the required activities, based upon the information provided. The requirements in this SoW take precedence over the Master Schedule in the case of conflict, ambiguity or omission.

(R.D2.1) The Master Schedule shall indicate the planned dates for all events and intermediate milestones described in this SoW in order to achieve the Final Acceptance not later than 24 months after Contract Award.

(R.D2.2) The dates for site installation and testing shall provide for the consecutive implementation of the upgrade on all sites in order to minimize simultaneous Radar down-time. The site installation schedule shall be considered tentative until it is confirmed by the Host Nation. NSPA shall provide confirmation of these dates at least 60 days before the planned operation.

(R.D2.3) In case of project changes, the Contractor shall update the Master Schedule accordingly and submit for NSPA approval.

(R.D2.4) At any point during the execution of the Contract, where the Contractor foresees any significant risk to the schedule or circumstance creating a risk to any of the requirements in this document, he shall inform NSPA immediately in writing and will seek agreement on the way ahead.

(D3) There shall be two types of Project Management Reviews / Technical Interchange Meetings (PMR/TIM) during the execution of the contract, see also (D8):

PMR/TIM 1 - upon completion of the installation design, which will cover at least the following: - Critical Design Review and Factory Acceptance Tests; - Master schedule - with focus on the definition of the installation periods;

1 The Contractor’s Proposal shall include a high level overview of the Project Schedule including the major milestones to achieve FA NLT 24 months after Contract Award.

Page 9: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.5

- RSPL (Market spares); - V&AT Plan - Preliminary elements (test strategy, key attributes to be tested etc.); - Risk Review; - Documentation deliverables - preliminary elements on scope of documentation to

be delivered.

PMR/TIM 2 - before commencement of each site installations, covering: - Detailed review of the installation plans; - V&AT Plan; - Down Time schedule; - Reliability test status (if available); - Reliability Data. - Training Plan; - Risk Review; - Documentation deliverables;

Additionally, if at any point during the execution of this contract, NSPA or the Contractor deems necessary an extraordinary review, this shall be called by the requesting party. If the meeting is called by NSPA, any cost incurred by the Contractor shall be considered as a modification to this contract.

(D4) 90 days before any intervention on site, the Contractor shall communicate to NSPA the bio and security clearance data of all the personnel (to include backup personnel) involved in the activities on all sites.

5.2. Controls

(D5) The Contractor shall maintain a Risk Log identifying, as a minimum, the cause, probability and impact (in scope, schedule and cost) of each risk. Risk reviews shall be part of PRM/TIM meetings.

(R.D5.1) Together with each risk the Contractor shall identify in the risk log a mitigation action.

(R.D5.2) The Contractor shall update the Risk Log as soon as any of the identified characteristics changes or as soon as a new risk is identified.

(D6) The Contractor shall submit a Project Exception Report (ER), Engineering Change Proposal (ECP), Request for Deviation (RFD), Request for Waiver (RFW) for any deviations from the SOW, providing the adequate correction action, when applicable.

(R.D6.1) The ER shall include, as a minimum, known causes for the deviation and impact, as well as a plan to deal with the exception identified, for NSPA approval.

(D7) The Contractor shall attend PMR/TIM with NSPA, the first PMR/TIM 1 shall be held at the same time as the CDR and the second together with FAT both at Contractor premises. Further PMR/TIM 2 shall be scheduled, before the site installations unless agreed differently by both parties.

(R.D7.1) The PMR/TIMs will be co-chaired by the Contractor and NSPA. The Contractor shall ensure that the Contractor Project Manager and support staff shall attend.

Page 10: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.6

(R.D7.2) The Contractor shall record the minutes of all formal meetings. Meeting minutes shall be provided to NSPA/Host Nation for agreement.

(R.D7.3) The Contractor shall deliver a final copy of the minutes to NSPA within 1 week of receipt of the NSPA’s comments. The Contractor shall not consider the minutes as the basis for changes to the terms and conditions or SoW of the Contract in the Absence of a formal Contract Amendment.

(D8) The Contractor shall prepare and submit a Project Highlight Report (HR) to NSPA, as a general rule, unless directed otherwise by NSPA, 1 month before each PMR/TIMs.

(R.D8.1) The HR shall summarize the status and progress of each of the Services and Deliverables since last PMR and it shall include, as a minimum:

a. Period covered b. Schedule status summary, c. Risk and Issues update and associated impact d. Eventual ECPs, RFD, RFW to be tabled at next PMR e. Agenda for the next PMR

6. TECHNICAL AND INTEGRATION REQUIREMENTS

It’s assumed that the Contractor knows the present system characteristics and Technical Requirements (R.T) therefore in this section are only included more generic R.T. or specific due to new technical developments performed on sites (like interfaces, communication lines, etc.). Some of the required performance specifications of the Signal Processor are mentioned in Table 1 of Annex 3. All the following R.T shall be consider as complement to the existing ones.

GENERIC

In general terms all HW and SW delivered shall be such that:

(R.T1) There shall not be any degradation to any of the current radar operation and maintenance functions or its technical characteristics as a consequence of the SP and Receiver Exciter upgrade.

(R.T2) The Contractor shall provide the services, equipment, and facilities necessary to produce, integrate, test in factory, to the extent defined herein, the SINDRE I upgrade Modkits, which will be delivered and installed on the radar and CRC sites.

(R.T3) The Contractor shall make maximum use of existing designs, documentation, and processes in the execution of this effort to the extent such use is economically beneficial.

(R.T4) The SINDRE I upgrade Modkits shall utilize commercial off-the-shelf (COTS) components and assemblies to the maximum possible extent and shall:

− Extend the life of the SINDRE I systems by at least 10 years, introducing technologies that eliminate current and foreseeable obsolescence;

Page 11: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.7

− Reduce or maintain the Life Cycle cost by improving the system reliability and availability, and enhance the maintenance features of the radar system2;

(R.T5) All the equipment delivered and installed as part of this contract shall be new, not refurbished.

(R.T6) The upgraded Hardware (HW) and Software (SW) will replace the following equipment:

For each remote radar site the following HW shall be replaced:

− SP - Receiver/Exciter, Digitizer, SUM and SLB processors, Data processor and Interfaces;

− SCDS - Display and Control function; − BITE - BITE Interfaces; − PET - PET Interfaces, LAN, Control, Recording media;

For each CRC site the following HW shall be replaced:

− Replacement of the existing radar consoles with new Display and Control function (SCDS), to comprise the radar control and air picture display functionalities;

(R.T7) The Human Machine Interface (HMI) of the SCDS shall be upgraded, consistently with the technological upgrade.

(R.T8) The COTS hardware and software to be supplied both for the Radars and the CRCs, shall be of the latest production in the Contractor product line at the time of the order. The Contractor shall also provide any applicable software (on CD/DVD-ROM) and related User Licenses associated to the COTS hardware to be supplied;

(R.T9) The upgraded radar system shall provide at least all existing radar operational modes and waveforms (there is no requirement but no limitation to put new operational modes and implement new type of waveforms although all those shall remain compatible with the existing antenna and transmitter configuration particularly the 2,5% duty cycle ratio must not be compromised);

(R.T10) The new Radar Data Processor shall not exceed 50% of the available capabilities under maximum workload conditions3.

(R.T11) The Mod kits shall be compatible, but not limited in function, with the old equipment and must accept the input/output protocols (except data exchange with NADGE, - NATO Air Defense Ground Environment), control signals, triggers and data of the existing interfaces of other subassemblies such as the BITE and the Transmitter Sub-system.

(R.T12) For any custom developed assemblies, the Contractor should agree to place all related design specification, development files, manufacturing drawings and VHDL source

2 The Contractor’s Proposal shall provide available quantitative evidence and explain how the new configuration will influence reliability, maintainability and supportability. 3 The peak workload conditions referred in this requirement will be defined in the Contractor’s Proposal taking into consideration the current system specification.

Page 12: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.8

code (if any) in escrow for future access for the expected life of the system. Therefore, should the Contractor no longer be available to support the product, the escrowed VHDL code, drawings, etc., shall be available to NSPA to support the further manufacture of the product by another source.

Specific

(R.T13) The mission and application software shall:

− Interface the radar network to the external environment in accordance with paragraph 2.1.i;

− Execute Performance Monitoring and Fault Isolation (PMFL) both on the radar and on the CRC sites;

(R.T14) The Off-line diagnostic tool shall include the Radar System Performance Check (R-SPC) Control Software functions, which provide the capability for controlling the following parameters of the Primary Surveillance Radar (PSR):

− Radiation – On/Off; − STC – within the operating radar range; − Pulse type – Short/Long; − PRF - within the operating radar range; − Frequency - within the operating radar range; − Vertical angle - within the operating radar range with elevation increment capability

of at least 0.1° at every rotation cycle or at every one second, when the radar antenna is stopped;

− Beam spoiling

(R.T15) The existing radar data interface functionality to the respective CRC shall be preserved on every site, i.e.:

- Distribution of the air picture to the CRC sites;

- Remotely display the status and control the radar (SR & SSR) from the CRC site using the SCDS.

- Redundancy in the sense that any radar transmits data and can be monitored and controlled from at least two CRCs.

All the communications equipment necessary for the data exchange between the Radar systems and the CRCs shall be fully compatible with the existing communications lines between the remote entities and the three radar sites.

The Contractor’s proposal shall specify how this functionality will be implemented without prejudice of the requirement at R.T17 below.

(R.T16) The Contractor shall also implement one UDP/IP interface on each radar site for transmission through ACCS Network interface of radar data. The respective network equipment and user interfaces in ACCS Network interface shall be a Customer responsibility.

(R.T17) The Time to be used for plot time tagging shall be provided at the site by a dedicated network.

Page 13: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.9

(R.T18) The radar shall provide accurate plot time stamping. The time of detection shall be provided, with an error of no greater than ± 10 msec. Time of detection is defined as the time that the center of the beam scans over the reported target’s azimuth and elevation.

(R.T19) The entire system shall be contained within 19’’ cabinet and shall use common hardware platforms based on industry hardware/software standards for both the processing and I/O sub-systems. The subsystems shall be contained within industry-standard and rack-mountable electronic enclosures.

(R.T20) The radar shall provide BITE capabilities to meet the maintainability requirement using On-Line & Off-Line diagnostics (the new BITE equipment should be compatible with the existing BITE); the equipment should assist the user in locating faulty LRUs in compliance with the required MTTR of 20 min.

(R.T21) Signal processing parameters shall be adjustable through a HMI in compliance with at least the original system capabilities detailed in the relevant SINDRE I system documentation.

(R.T22) The SP shall also include the Receiver/Exciter functionality and replace the existing up/down converter stages, oscillator and timing controls.

(R.T23) The SP shall receive the system clock that will be used for plot time tagging.

(R.T24) Time of detection is defined as the time that the center of the beam scans over the reported target’s azimuth and elevation.

A communication function with RRH SCDS and CRC SCDS requirements:

(R.T25) The CRC SCDSs shall display the information available in the RRH SCDSs and be able to execute the same level of radar control. It should be noted that up to two distinct CRCs can be simultaneously connected to a given radar head with master or monitoring capabilities.

(R.T26) The radar control selection shall follow the existing master/slave concept.

Communication function with RIS/MASE/ACCS network environment requirements

(R.T27) Radar messages shall be provided to CRCs for display and tracking purposes. CRCs will be equipped with specific display equipment (SCDS) and interfaces to the existing RIS/MASE/ACCS network environment (MASE = Multi Aegis Site Emulator, RIS = Radar Integration System). The expected format for the integration within the remote network environment is the NATO ASTERIX Standard Format.

(R.T28) The radar system will be integrated into the existing RIS/MASE/ACCS network environment. The radar system shall be compliant with ACCS Wide Communication Information Exchange Standard (AWCIES) in order to be integrated into the future ACCS.

(R.T29) The Contractor shall include in the radar data output the following AWCIES (ACCS-Wide Communication Information Exchange Standard) categories of messages:

- 155 - Sensor Monitoring;

- 156 - Radar Control;

Page 14: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.10

- 157 - Service Data;

- 158 - Strobe Report;

- 159 - Target Report;

- 200 - Surveillance Data.

Test Points

A number of tests and monitoring points shall be made available within the Display Shelter for maintenance and verification purposes.

(R.T30) The following Radar Timing Signals test points shall be made available mounted as a female BNC connector: NRP; ACP true; ACP corrected; Trigger.

(R.T31) One or several external connection points to the RRH LAN(s) if any;

PERFORMANCE EVALUATION COMPUTER (PEC)

A computer (PEC) called Performance Evaluation Computer for the evaluation of radar performance in day to day operation as well as for a special radar evaluation mission is currently installed on the RRH system. This computer enables the site personnel to record radar plots and off-line check the system alignment by performing a set of tests as described in the relevant TME mentioned in Annex 3.

(R.T32) A new Performance Evaluation Tool (PET) running on the PEC shall be proposed at least with the same test/recording functionalities as the original PEC. This includes Data Analysis and Display, Output Data File and Pet Environment.

(R.T33) A dedicated Computer with specific interfaces shall be installed for hosting Performance Evaluation Tool (PET) software. This tool will be used at least:

• by the site technicians for standard system maintenance; • during periodic site visits by NSPA R-SPC engineers; • for OSM; • for system acceptance tests.

7. PROJECT DEVELOPMENT AND MAJOR TECHNICAL MILESTONES

7.1. Generic

(D9) The Contractor shall develop the design of the equipment integration and any NDI adaptation required to adapt the equipment to the particularities of this project. In particular, the Contractor shall take into account the non-OEM technical documentation, specifically as it relates to engineering changes from original system manufacturer configurations, which may be required for the Contractor to achieve the Final System Design.

The Contractor shall present the System Design to NSPA during the CDR.

Page 15: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.11

(D10) The Contractor shall manufacture all the new equipment needed for the modification (see R.T5) as per the Master Schedule, see (D2).

(R.D10.1) The Contractor shall be responsible for the procurement of all material required for production of the Modkits.

(R.D10.2) The equipment shall comprise three Modkits for the Remote Radar Head sites and two Modkits for the CRC sites.

7.2. Critical Design Review (CDR)

(D11) The Contractor shall organize a CDR meeting to be attended by NSPA at his facility.

(R.D11.1) The Contractor shall obtain from NSPA the authorization to call the CDR meeting, which shall be in principle granted.

Since the starting point of the design will be based in an existing and tested solution, NSPA doesn’t require the execution of a Preliminary Design Review.

(R.D11.2) At CDR, the initial Product Baseline (PBL) shall be established and the Contractor shall provide evidence that the stable design meets the requirements in this SoW. In particular, the Contractor shall:

a. Review in detail in conjunction with NSPA representatives the initial HW and SW PBL to meet the requirements in Section 6

b. Provide the final identification list of legacy HW and SW to be removed. c. Provide evidence that the design meets the requirements in Section 6, to include:

• fully developed RM&T prediction; • detailed assessment on obsolescence mitigation and supportability

improvement achieved by the new design; • assessment of the impact of the new design on system basic power

requirement. d. Review the RSPL and provide a final quotation for Option O.P1, Paragraph 11. e. Provide an initial Special Tools and Test Equipment (STTE) list (if applicable). f. Brief on production planning and risks related to production of the prototype or

production units. g. Present the Baseline Assessment procedures for NSPA acceptance (see D16); h. Present the final Verification and Acceptance Test Plan for NSPA acceptance (see

Section 8.1). i. Present relevant elements of logistics support related with the requirements of this

contract. j. Provide partial documentation deliveries for validation in accordance with the

Documentation Plan. k. Review the status of technical risks. l. Review the Master Schedule.

Page 16: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.12

(D12) The Contractor shall submit the information package for review at CDR at least 4 weeks ahead of the meeting.

(D13) Within 1 week of the completion of CDR the Contractor shall prepare and deliver the CDR meeting record, including any issues, agreed actions and closure plans and shall submit it for acceptance to NSPA.

7.3. Factory Acceptance Test (FAT)

(D14) Upon completion of the production, the Contractor shall perform FAT on every Modkit and within 45 days of the completion of FAT shall submit to NSPA the respective Certificate of Completion and Factory Acceptance Test Report. Within ten (10) calendar days, NSPA will review the Certificate and the Report and provide any comments. In the absence of comments in this period, the Certificate of Completion and the Test Report will be deemed accepted.

(R.D14.1) The Contractor shall provide NSPA with 60 days’ notice of the scheduled FAT date and NSPA shall have the option to nominate staff to witness the tests. If NSPA decides not to provide a witness, the FAT shall be conducted by the Contractor as scheduled, and the Contractor’s Quality Assurance organization will observe the testing on behalf of Customer.

(R.D14.2) The FAT Report shall contain the following information:

− P/N and S/N of the kits tested; − P/N of the sub-assemblies tested; − List of performed system sub-tests; − Recorded test results with a note “Passed” or “Failed” IAW the V&A-T Plan, where

applicable; − Recommended course(s) of action with respect to each of the failed sub-tests; − Overall Pass/Fail conclusion. A conclusion of “Pass” shall entail the Contractor’s

assessment that the design is mature for implementation in operational systems; − Any other, as appropriate (data recording and analysis files, printouts, pictures,

records).

7.4. Delivery, Installation, Integration and Site Acceptance Testing (SAT)

(D15) Upon completion of FAT, the Contractor shall be responsible for the packaging, delivery, install and integrate the developed HW and SW (further called “Modkits”) in the 3 radar sites and 2 CRCs (see Table 1) in accordance with the Master Schedule (see D3). The same applies to the INCO spares (see 9.4.1), tools and test equipment property of the Contractor required for the installation, integration and testing.

(D16) Before the removal of the currently installed equipment and installation of the Modkit on each site, the Contractor, the NSPA representative and a representative of the Host Nation shall jointly perform a Baseline Assessment (BA) to evaluate the status of the radar system. The Contractor shall reflect the result of this evaluation in a Baseline Assessment Report, which shall be signed by the three parties.

Page 17: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.13

(R.D16.1) The purpose of this BA is to assess and document the radar operational and technical performance status by using the available on-line and off-line tests and performance checks. The Contractor may also use their own test sets and special tools and test equipment.

(R.D16.2) The BA tests to be performed shall be described in the V&A-T Plan.

(R.D16.3) The Baseline Assessment Report shall detail the system status and all relevant system faults or conditions prior to the implementation of the modification. For each condition, this report shall also state the assessment and way ahead agreed by the three parties; for example:

− An assessment that the condition may affect or be affected by the implementation of the modification or the subsequent test activities, and corrective action must be taken prior to the implementation;

− The acknowledgement that the condition will persist after the implementation of the modification, but it is unrelated to the requirements of the new equipment and the system operation and testing can be conducted in the presence of this condition;

− Any other agreement reached with respect to each condition.

(R.D16.4) This Baseline Assessment shall be repeated, after the completion of the modification activities, to verify that no technical or operational degradation has been introduced and shall be part of the SAT.

(D17) Prior to each Modkit installation the Contractor shall remove all hardware and software being replaced or no longer needed.

NSPA and the Host Nation shall be responsible for the storage and disposal of the removed equipment, no longer required.

(D18) Upon removal of the equipment being replaced or no longer needed, the Contractor shall commence the installation and integration activities.

The Host Nation shall make the SINDRE I Radar Systems available for use by the Contractor in accordance with the Master Schedule (see D3).

(R.D18.1) The Contractor shall be responsible for the Modkit installation and all checkout activities, up to and including the verification that the Modkit is operable within its respective overall SINDRE I Radar system.

(D19) The Contractor shall be responsible to bring the modified radar performance up to the SINDRE I Specification (see annex 0), except where limited by the performance recorded during the BA.

(D20) Contractor’s best efforts shall be made to minimize the duration of Radar downtime during the Upgrade, including but not limited to recommending processes for which adverse impact from such downtime can be minimized.

(D21) Upon completion of each installation and integration, the Contractor shall conduct SAT IAW the V&A-T Plan and in the presence of NSPA and Host Nation staff, who will follow the progress of the SAT activities.

Page 18: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.14

(D22) Within 20 days of completion of the SAT, the Contractor shall provide a SAT test report and Certificate of Completion in Contractor’s format. The mutually agreed SAT Report will be signed by NSPA, Host Nation and Contractor representatives. The SAT Report will be the main element providing evidence for Provisional Site Acceptance (see Section 8.3.2).

(R.D22.1) The SAT Report shall contain the following information:

− P/N and S/N of the items tested; − List of performed system sub-tests; − Recorded test results with a note “Passed” or “Failed” IAW the V&A-T Plan; − Recommended course(s) of action with respect to each of the failed sub-tests; − Overall Pass/Fail conclusion; − Any other, as appropriate (data recording and analysis files, printouts, pictures,

records).

(R.D22.2) In case of test failure or other issues related to the test results, NSPA will have fifteen (15) calendar days to provide comments. In the absence of comments in this period, the Certificate of Completion and the Test Report will be deemed accepted.

(R.D22.3) In case of test failure or NSPA raised issues with respect to test results, the Contractor and NSPA will agree on appropriate corrective/recovery actions. The Contractor shall be responsible to put in place all the actions agreed (including the Modkit retrofit if necessary) to be compliant with the required performance results at no additional cost for NSPA. After implementation of the corrective actions agreed and repetition of the corresponding tests, the Contractor shall submit a new SAT Report to NSPA.

7.5. Reliability Test (RT)

(D23) Upon confirmation of successful SAT, the Contractor and NSPA shall agree on the exact date of commencement of the Reliability Test (RT) periods.

(R.D23.1) During the RT period, NSPA shall report to the Contractor all relevant events regarding the Reliability Test in accordance with the V&A-T Plan. The Contractor shall either acknowledge that the event is to be considered as a failure to be counted in the RT, or provide rationale for rejecting the event as related to the RT.

(D24) Within 2 weeks of the completion of the Reliability Test period, the Contractor shall submit to NSPA the Reliability Test Report including and analysis comparing the results achieved with the requirements specified in section 6.

8. Verification and Acceptance

(D25) The Contractor shall conduct a verification program reflected in the V&A-T Plan (see also Section 8.1) with the ultimate objective to demonstrate to the satisfaction of NSPA that all requirements in this SoW have been met, as well as intermediate objectives to ensure that the different stages of technical maturity of the developed HW and SW are achieved.

Page 19: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.15

NSPA will reject proposals for the V&A-T Plan that do not appropriately address the verification of all requirements in this SoW.

(D26) The Contractor shall grant NSPA representatives unrestricted access to all testing activities in the V&A-T Plan and to the resulting data collected.

(D27) The Contractor shall propose for the verification of each of the requirements in this SoW the most efficient method (analysis, test, demonstration or inspection) providing adequate confidence.

8.1. Verification and Acceptance Test (V&A-T) Plan

(D28) Not later than 8 weeks prior to the commencement of the first Factory Acceptance Test the Contractor shall deliver a Verification and Acceptance Test (V&A-T) Plan4 to NSPA for approval. Within 2 weeks of reception of the V&A-T Plan, NSPA shall approve the Plan or provide motivated requirements for change or clarification. The Contractor shall either (a) accept and implement NSPA change requirements, (b) provide a mutually agreed alternative or (c) provide full justification not to accept the required changes.

(R.D28.1) The V&A-T will have as ultimate objective to demonstrate that the technical requirements in Section 6 have been achieved.

Note: Throughout SAT testing, the customer shall provide the required system downtime as agreed in the Master Schedule (see D3).

(R.D28.2) The Contractor shall propose a V&A-T Plan which comprises as a minimum the following major formal verification activities:

a. Critical Design Review (CDR) shall demonstrate that the maturity of the design is appropriate to support proceeding with full-scale production, assembly, integration, and test. CDR determines that the technical effort is on track to meet the technical requirements (see section 6.) within the identified cost and schedule constraints. At the completion of CDR should be provided a system initial Product Baseline, an updated risk assessment, an updated master schedule if required and recommended spare parts list.

b. Factory Acceptance Test (FAT) This test shall have the objective to ensure that the developed/purchased HW and SW will respond as expected when integrated into the radar system and thus the design is mature for implementation in the field. It shall be conducted by the Contractor at his facility on all prototype HW and SW (normally using a radar emulator). Prototype HW and SW having successfully passed FAT will become 1st production units. The Contractor may propose FAT in several phases to deal with independent and integrated testing of different modification kits, but there shall be at least one FAT phase testing the complete solution.

c. Site Acceptance Test (SAT): Shall be conducted by the Contractor on operational systems following all installations to demonstrate that all requirements stated in Section 6 have been met, including all radar performance characteristics.

4 The Contractor’s Proposal shall include an outlook of the Verification strategy proposed to the extent the Contractor can foresee the verification methods that will be used for the different requirements.

Page 20: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.16

For the 1st production units installed the full scope of Technical Requirements (TR) shall be verified. For the 2nd and 3rd radar sites and 2nd CRC SATs the Contractor shall develop a verification program sub-set not including the TR associated with the SW design, unless additional changes were applied after the 1st production units SAT.

The Contractor shall conduct SAT in the presence of NSPA and Host Nation (HN) representatives, who will countersign the SAT Test Reports.

The 1st and 3rd SAT shall also include the 1st CRC (Sørreisa) and the 2nd CRC respectively.

d. Reliability Test (RT): Shall be conducted following successful SAT at each site under the conditions in the agreed V&A-T Plan. The RT shall have the objective to demonstrate that the system is reliable and stable. The observation period and failure tolerances shall be adequate to achieve the maximum statistical confidence, whilst maintaining the overall schedule requirements. The duration of the RT for the first 2 radar sites shall be extended so reliability testing finishes simultaneously in all 3 sites. The RT duration shall be at least 3 month without failures classified as EMERGENCY or HIGH being reported and confirmed (see section 8.2). On an event of a confirmed failure and after completion of the corrective actions, a new monitoring period of at least 3 months will be observed. A RT report and analysis regarding the TR compliance shall be delivered.

e. Validation and Verification of Documentation: Shall be conducted by NSPA on all documentation provided as part of the contract (see section 9.1). The planning for validation of documentation may include partial documentation deliveries. The Contractor shall include provisions in the V&A-T Plan to include documentation validation activities as part of the Logistic Support activities.

(R.D28.3) The V&A-T Plan shall include for all testing and verification activities at least the following:

− List of proposed sub-tests and requirements verified; − Detailed description of the test procedures for each sub-test; − Test equipment or any requirement for NSPA or Host Nation furnished property,

information, or manpower support; − Pass/fail criteria and tolerances, where applicable; − Reference documents and standards.

(R.D28.4) The Contractor shall ensure that verification approach and procedures consider any site specific factor that may affect implementation and compliance of the solution developed under this contract.

8.2. Acceptance criteria for SAT and RT:

(D29) In case of failure reported to NSPA by the site personnel, the contractor is requested to perform an intervention on site; a report is issued by the contractor providing a technical assessment of the reported failure.

Page 21: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.17

After approval of this assessment by NSPA, a failure level will be assigned reflecting the severity of the incident according to the following criteria:

EMERGENCY: a failure is Emergency when the new SP/REx or SCDS is not functional and/or there is a critical impact on Radar operations. This failure can be caused by a major equipment defect or a design issue. HIGH: a failure is High if the main functionality of the new SP/REx or SCDSs is degraded because a major equipment is affected by malfunctions with no or limited impact on Radar operations. MEDIUM: a Medium failure has minimum impact on Radar operations. It corresponds to a non-critical problem or defect that affects auxiliary functions but does not affect its main functionality. There is no impact on Radar operations. LOW: an incident is Low when it has little or no impact on operations. It may be a cosmetic issue that does not impact in any way the functionality of a new SP/REx or SCDSs. There is no impact on Radar operations. Documentation issue or questions on how to use a product feature, and all product enhancements are classified as low.

8.3. Acceptance Milestones

There shall be 3 major acceptance milestones: (1) Acceptance of the Integrated Prototype Solution, (2) Provisional Site Acceptance (PSA) for each Radar and CRC site, and (3) Final Acceptance.

8.3.1. Acceptance of the Integrated Prototype Solution

Acceptance of the Integrated Prototype Solution is the act whereby NSPA formally acknowledges that the integrated solution as design and built is mature for implementation in the field.

This milestone will be achieved upon successful completion of FAT for the complete integrated solution. Subsequently, NSPA will issue a notification to the Contractor containing confirmation of Acceptance of the Integrated Prototype Solution.

8.3.2. Provisional Site Acceptance (PSA)

PSA is the act whereby NSPA will formally acknowledge for each installation that the technical requirements for the system and requirements for the logistics deliverables have been achieved, though there may be Medium or Low category discrepancies in accordance with paragraph 8.2, which the Contractor shall commit to resolve to achieve FA.

PSA will be achieved for each installation upon successful completion of the SAT, a minimum of 3 months of successful RT and acceptance of Logistic Support Deliverables.

Page 22: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.18

PSA for each site may be achieved with minor discrepancies5, after approval by NSPA of a Discrepancies Clearance Plan (DCP), which implementation schedule shall be incorporated in the Master Schedule.

Once all conditions for PSA have been achieved, NSPA will issue a PSA Protocol, to be countersigned by the Contractor, containing confirmation of PSA for the specific site. NSPA may require to convene a meeting with the Contractor to complete each PSA Protocol.

After PSA, the Contractor shall keep NSPA informed of the progress on the implementation of the DCP.

8.3.3. Final Acceptance: (FA)

FA is the act whereby NSPA will definitively accept all delivered products and services in this SoW, for all sites, as complying with the contractual requirements, determining the start of the warranty period for all sites and INCO Spares.

FA will be achieved for the complete scope of this contract once PSA of the last site is achieved, the observations from PSA for all sites are cleared, Reliability Tests are successful for all sites and INCO spares are delivered.

Once all conditions for FA have been achieved, NSPA will issue to the Contractor a Final Acceptance Certificate.

9. Logistic Support Deliverables

9.1. Documentation

(D30) The contractor shall analyze the TME included in annex 3 that are affected by this upgrade.

(D31) Technical Manual Updates (in preliminary version) shall be made available in paper copies by the Contractor to support the Operation and Maintenance (O&M) training courses (1 per each student) 30 days prior to training starting date.

(D32) Final Technical Manual Updates that incorporate the SINDRE I upgrade Modkits into the standard SINDRE I Radar baseline manuals shall be supplied by the Contractor 60 days after the completion of the training program.

(R.D32.1) NSPA will conduct documentation validation activities concurrently with the installation periods or upon receipt of documentation deliverables, and will notify the Contractor of any discrepancies identified. The Contractor shall rectify all recognized documentation discrepancies in order to achieve Final Acceptance (See Section 8).

(R.D32.2) Documentation updates shall be provided only for the pages that have been changed (Change Pages) from the original versions and shall provide

5 Medium or Low category discrepancies in accordance with paragraph 8.2

Page 23: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.19

organizational/intermediate operations and maintenance instructions for the Radar System after incorporation of the SINDRE I Upgrade Modkit. Where applicable, new manuals shall be provided6.

(R.D32.3) The updates shall be provided in a non-proprietary7 editable electronic format (i.e. editable pdf for text/tables and SVG for schematics or drawings).

(R.D32.4) For COTS equipment, existing operation and maintenance manuals presented in the manufacturer's format shall be supplied. Appropriate references to these OEM manuals will be made, as required, in the applicable system Technical Manuals.

(R.D32.5) All manuals shall be written in English language.

(D33) Within 30 days from the First Kit Installation date, the Contractor shall deliver to NSPA the updates to the System Requirements Specification and System Interface Control Document (ICD) under the new configuration.

(D34) After SAT for each installation, the Contractor shall deliver all Software installed during the implementation of the upgrade (including COTS Software) and the related user licenses, where applicable on CD/DVD-ROM support: 1 copy for NSPA, 1 copy for the Norwegian Air Force, 1 copy per site where the software is installed.

9.2. Configuration

(D35) Not later than the PMR/TIM 2 (see Section 5), the Contractor shall provide the configuration identification data in the form of a hierarchical tree representation of the Kits up to component level listing:

− Kits’ P/N; − Kits’ main subassembly P/N; − Kits’ LRU P/N.

9.3. Training

(D36) The Contractor shall prepare a Training Plan and shall submit it to NSPA at least five (5) months before the scheduled training start date. Within four (4) weeks of reception NSPA shall provide any written feedback.

(R.D36.1) The Training Plan will cover the equipment being installed by the contractor with respect to SP/RExc and SCDS upgrade including the new SW.

(R.D36.2) The following data shall be provided in the Training Plan:

− Course objectives, prerequisites, and completion criteria; − Outline of course content; − Duration of training and proposed number of classes for each course;

6 The Contractor’s Proposal shall include an outlook of the extent of the documentation changes and new documentation that will be delivered during the contract. 7 For the purpose of this requirement, MS Word is accepted as a non-proprietary format.

Page 24: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.20

− Class size; − Recommended class schedule and starting date; − Location of training; − Description of the training facilities; − Type and quantity of training materials; − List of training devices/aids/equipment required to support each course, if needed; − List of test equipment and tools required, if needed; − Technical manuals and other related technical data; − Certification/evaluation plans.

(R.D36.3) The maximum number of students to be trained in each course is six (6).

(R.D36.4) All Host Nation and Contractor holidays and religious observances will be considered in the determination of the training schedule.

(R.D36.5) The Upgrade Training shall be designed for students who have a basic understanding and familiarity with the current SINDRE I Radar System.

(R.D36.6) The training shall include both classroom lecture and hands-on practical experience on a fully operational upgraded Radar system at the Host Nation’s facilities.

(R.D36.7) Training shall be conducted based on a 5-day week and 8-hour day, including periodic breaks and lunch breaks.

(R.D36.8) All courses shall be taught in English language and the students must be experienced SINDRE I Radar technicians and operators and possess sufficient English language skills.

(R.D36.9) In the event that the Upgraded portion of the Radar System fails during the training period, the course(s) shall be continued at such time as the repair or replacement is completed and at such time the course(s) shall be resumed for the period of time that was remaining in the course at the time of failure.

(R.D36.10) The Training Course Material will be provided in accordance with the requirements listed at Paragraph 9.1.

(D37) Upon completion of the SAT activities on the agreed site(s), the Contractor shall deliver training to designated personnel according to the Training Plan.

(R.D37.1) Two types of training courses shall be provided:

− Site Maintenance Training course – to site radar technicians and maintenance personnel;

− Operators’ Training course – to operators from the Radar and CRC sites.

(R.D37.2) The Site Maintenance Training course shall be performed at all the three radar sites, to be defined in accordance with the installation sequence. It shall provide an overview of the new hardware/software configuration of the upgraded radar system and the necessary knowledge for the operation and maintenance at site level (HL1 and HL2). This training will provide classroom and hands-on equipment training of operation, maintenance procedures, fault isolation and repairs to the upgraded equipment. The duration of the course shall be no longer than 10 working days.

Page 25: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.21

(R.D37.3) The Operator’s Training course shall be performed at Sørreisa CRC site. It shall provide an overview of the new hardware/software configuration of the upgraded radar system and the SCDS. This training will provide classroom and hands-on equipment training on the SCDS. The duration of the course shall be not more than 5 working days.

(R.D37.4) At the completion of each Training Course the Contractor and the Training Senior Attendee shall sign a Training Completion Certificate signifying the training course completion and all course material’s acceptance. The Contractor shall also provide each trainee with a Certificate of Training Completion.

NSPA and the Host Nation shall be responsible for the provision of the following in-country:

− A classroom facility on site to enable the proper instruction; the Training Plan shall provide details of those facilities and equipment necessary for training;

− Office space for the Contractor’s Instructors, including a desk and phone; − An operational Radar System for the duration of the training period.

The Host Nation shall provide the appropriate radar downtime for the Upgraded System(s) in order to support the training activities, in accordance with the Master Schedule (see D3).

9.4. Spare Parts

9.4.1. Installation & Check Out (INCO) Spares

(D38) The contractor shall produce a minimum set of spares to be used during all phases of production, installation and testing, as required to ensure immediate replacement of failed parts. NSPA shall provide the INCO spares available as Customer Furnished Property (CFP).

(R.D38.1) The INCO spares will be procured by NSPA as part of the base contract and retained by the contractor during the execution of the contract.

(R.D38.2) The shipment of the INCO spares to the customer sites to be used during installation and testing activities shall be performed by the contractor together with the modification kits (see also 8.5).

(R.D38.3) The contractor shall return the full set of INCO spares to NSPA in a serviceable condition before the Final Acceptance8.

(R.D38.4) The contractor shall provide a list of the recommended INCO spares.

9.4.2. Recommended Spare Parts List

(D39) Prior to the CDR (see D3) the Contractor shall deliver a Recommended Spare Parts Lists (RSPL). It will contain the proposed market spares, required to support the upgraded systems for a period of 2 years with 90% confidence. Those items to be part of the INCO Spares as defined in 9.4.1 will be identified as such within the RSPL.

8 Items to be returned to NSPA as part of the INCO Spares Set, which are being repaired under warranty will be returned upon completion of repair and will not be a reason for NSPA to not issue a notification to the Contractor with the confirmation of Final Acceptance.

Page 26: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.22

9.5. Reliability and Provisioning Data

9.5.1. Reliability

(R2) The Contractor shall deliver a system with the following reliability characteristics:

Minimum MTBF = 1400 hrs

Minimum MTBCF = 6000 hrs

where failures shall include all hardware faults within the installed equipment as well as software faults that interrupt equipment operation or function processing.

(R3) The Contractor shall develop a Reliability model i.a.w. task 201 of MIL-STD-785 and MIL-STD- 756 Tasks 201 and 202 utilizing failure rate data from whichever source is considered the most realistic, i.e field data, similar systems, data references (MIL-HBKDs, commercial databases, etc.) or predictions.

(R4) The Reliability Model shall include both Basic and Mission Reliability data and it shall be developed down to the LRU level. Software reliability shall be incorporated down to the software significant item level.

(D40) The Reliability Model shall be delivered to the Purchaser in MS Excel format. The Purchaser will reserve the right to review the model and propose changes.

(R5) The contractor shall indicate in the model the Reliability Critical Items, i.e. the LRUs that would cause the whole system to become unserviceable upon failure.

PFE data shall be excluded from the model.

A Reliability Test shall be conducted as described in section 7.5. The Purchaser’s risk of accepting a system below specification shall be less than 20%.

9.5.2. Maintainability requirements.

(R6) The Purchaser will provide an Organizational level (O- level) of maintenance in support of the system, which includes fault monitoring by BITE and/or visual inspection, removal and replacement of LRUs, system functional testing and preventive maintenance tasks. The maintainers shall use simple test equipment (standard and special-to type) in addition to BITE for on and off line diagnostics.

(R7) The O-level support for SW shall include all those tasks that are within the capabilities of a system manager, i.e. on and off line diagnostics, manual restart, upload of SW upgrades and patches, etc.

(R8) Intermediate level (I-level) maintenance includes those activities that are beyond the capabilities of site personnel and require on-site intervention by the Contractor.

(R9) The Contractor shall deliver a system with the following maintainability characteristics:

O-level support

• (R10) At least 95% of all maintenance tasks (HW and SW) must be carried out at O-level.

Page 27: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.23

• (R11) MTTR(O) = 20 minutes. • (R12) Not more than 4 man-hours per month for Preventive Maintenance activities.

Intermediate level

• (R13) Not more than 5% of all maintenance tasks (HW and SW) must be carried out at this level.

• (R14) MTTR(I) = 120 minutes • (R15) Not more than 2 man-hours per month for Preventive Maintenance activities.

The Contractor shall develop a Maintainability model i.a.w the guidelines described in MIL-HDBK- 470A. Software support operations shall be incorporated in the maintainability analysis.

(D41) The Maintainability Model shall be delivered to the Purchaser in MS Excel format. The Purchaser will reserve the right to review the model and propose changes.

PFE data shall be excluded from the model.

9.5.3. Testability

(R16) The Contractor shall deliver a system with the following testability characteristics: BITE shall cover all LRUs.

(R17) Start-up BITE shall be initiated at system/equipment power-up and it shall be able to diagnose the respective LRU in less than 5 minutes.

(R18) On-line BIT shall be able to detect 98% of the LRU failures. On-line BIT isolation capability shall be as follow:

• 100% of the failures within a group of not more than 3 LRUs; • 95% of the failures within a group of not more than 2 LRUs; • 90% of the failures to 1 LRU.

(D42) Not later than the PMR/TIM 2 the Contractor shall deliver a Reliability Data List containing MTBCF data for all hardware LRUs in the new system configuration and the associated equipment susceptible of being replaced at organizational level.

(R.D42.1) All parts listed in the Reliability Data and Recommended Spare Parts List shall at least be identified by manufacturer part number and cage code. If existing, alternative part numbers, alternative cage codes and NATO Stock Numbers shall also be included.

(R.D42.2) Both Reliability Data and Recommended Spare Parts List shall be delivered in an editable electronic format.

10. QUALITY ASSURANCE

(R.Q1) The Contractor shall conduct quality management activities in this project in accordance with an internationally recognized standard for quality management systems (e.g. AQAP 2110, ISO 9001, AS9100).

Page 28: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.24

11. OPTIONS

O.P1 The contractor shall offer as an option to the present proposal for the acquisition of the RSPL, as provided for the CDR. NSPA has the right to exercise this option up to 24 months after the Final Acceptance.

Page 29: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.25

APPENDIX 1: SUMMARY OF DELIVERABLE DATA, PRODUCTS AND SERVICES

The Table below lists the deliverable products and services under this contract. It is provided as a quick reference for convenience.

In case of any inconsistency between this table and the Text in the SoW document body, the text in the document body shall prevail.

Serial Deliverable Type When

D1 Nominate a Project Manager (PM)

Service Contract Award

D2 Master Schedule Data • First Delivery with Proposal • 8 weeks after Contract Award

D3 PMR/TIMs Service At CDR, FAT, before SATs

D4 Security Clearance Data 90 days before intervention

D5 Risk Log Service When required

D6 Maintain Issue Log Service When required

D7 Attend PMR/TIM Service When required

D8 Project Highlight Report Service 1 Month before PMR/TIM

D9 SP/Exc Design Service First PMR/TIM 1 - CDR D10 Manufacturing Service Per Master Schedule D11 CDR Service Per Master Schedule D12 CDR Information Package Service 4 Weeks ahead of CDR D13 CDR meeting record Service 1 week after CDR

D14 FAT Service • Notification 60 days ahead of the FAT • Per Master Schedule • Certificate and Report 45 days after FAT

D15 Packaging, Delivery and Installation

Service/Material After completion of FAT

D16 Baseline Assessment Data Before installation D17 Remove old HW&SW Service Before installation D18 Installation of Modkits Material Per Master Schedule D19 Radar Performance Service Per Master Schedule D20 Duration of downtime Service Per Master Schedule D21 SAT Service Per Master Schedule D22 SAT Test Report Data 20 days after completion of SAT D23 Reliability Test (RT) Service Per Master Schedule D24 Reliability Test Report Data 2 Weeks after completed RT

Page 30: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.26

D25 V&A-T Service 8 Weeks before first FAT

D26 Access test activities and data

Service FAT/SAT/RT

D27 Test method Data V&A-T D28 V&A-T Data 8 weeks before first FAT D29 Acceptance Criteria Report Data When needed D30 TME analysis Service 1 Month before PMR/TIM

D31 Preliminary Technical Manual update

Data 30 days prior to first Training

D32 Final Technical Manual update

Data 60 day after completion of training

D33 SRS/ICD Data 30 days after first site installation D34 SW delivery Data After SAT

D35 Configuration hierarchical tree

Data Per Master schedule

D36 Training Plan Data 5 months before Training start D37 Training Services After SAT and as per Master Schedule D38 INCO Spares Material FAT D39 RSPL Data Before CDR D40 Reliability Model Services Per Master schedule D41 Maintainability Model Services Per Master schedule D42 Reliability Data List Services Per Master schedule

Note A1: For Project Management purposes all the deliverables that require delivery of certain documents are noted in the column “Type” with mentioning “Data”.

Note A2: Whilst timing for some of the intermediate milestones is not specified in this SoW, the Master Schedule shall be such that FA is achieved not later than 24 months after Contract Award.

Page 31: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.27

APPENDIX 2: ENVIRONMENTAL REQUIREMENTS WITHIN THE DISPLAY SHELTER

These specifications are based on standards and Allied Environmental Conditions and Test Publication (AECTP), which are accepted and approved by NATO. If there are contradictions in terms of the requirements listed below and requirements stated in STANAG 4370, the specification below supersedes.

They are applicable for the equipment installed WITHIN the Display Shelter.

Temperature and Humidity

Requirement

Min Inside/ Outside

Typ.

Max

Unit

Notes

Temperature Operating WITHIN the Display Shelter

+20º

+40º

Celsius

Temperature Non-Operating WITHIN the Display Shelter

10º

N/A

65º

Humidity Operating 40% 55% 80% Condensation must not be allowed to occurred

Humidity Operating for GPS System Clock Antenna system

5%

55%

90%

With possible condensation

Air Salt Content

0.75

(1)* Micro-

grams/m3

*for GPS System Clock Antenna system (gram/m3)

Air Ozon Content

220

(1)* Micro-

grams/m3

*for GPS System Clock Antenna system (gram/m3)

Humidity Non Operating

95% Non condensing when packed

Atmospheric Pressure 500 1050 mb

Altitude Operating

10,000 Feet

Altitude Non Operating

40,000 Feet During airborne transport

Table 4 - Standards Environmental Conditions - Temperature and Humidity

Shock and Vibration (Operating)

The assembly shall be designed to withstand:

Shock: Half sine shock pulse 6 G peak (±1 G) for 10 ms (±3 ms), applied once in all three axis.

Page 32: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.28

Vibration test as indicated here below:

• 1.5 G (± 6 mm max displacement) • 5 to 22 Hz, 0.010 in Double Amplitude • 22 - 500 Hz, 0.025 peak • 500 - 22 Hz, 0.025 peak • 22 to 5 Hz, 0.010 in Double Amplitude

Shock and Vibration (Not Operating)

The assembly shall be designed to withstand

Shock: MIL-STD-810C1, Method 516.2, Procedure 1, Figure 516.2-2.

• Half sine shock • Pulse for ground equipment, 30 g peak, 11 ms duration.

Vibration test as below indicated:

MIL-STD-810C, Method 514.2, Category G (equipment transported as cargo), Procedure X, table 514.2-VII (rail, air, semi-trailer), Figure 514.2-7, Curve AA is to be used for vibration isolated items

These requirements will be demonstrated by analysis of operating characteristics of the used equipment during the FAT.

EMI Radiation Emitted

There are no EMI related specific requirements, which have to be applied in new equipment of the SINDRE I radar, but the EMI/RFI emanating from the new equipment shall not cause any trouble to the other electronic circuits of the radar systems.

However a Lightning protection system is required, for which the STANAG 4236 and STANAG 4327 shall be applied.

Page 33: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.29

APPENDIX 3: ABBREVIATIONS AND ACRONYMS

ADatP Allied Data Publication ADS-B Automatic Dependent Surveillance – Broadcast ASTERIX All-purpose Structured EUROCONTROL Radar Information Exchange AQAP Allied Quality Assurance Publication AWCIES ACCS-Wide Communication Information Exchange Standard BA Baseline Assessment CFP Customer Furnished Property COTS commercial off-the-shelf CRC Control and Reporting Centre DP Data Processor EUROCONTROL European Organization for the Safety of Air Navigation FA Final Acceptance FAT Factory Acceptance Test FT Factory Test HW Hardware IAW In Accordance With ICD Interface Control Document I&CO (or INCO) Installation and Check-Out IFF Identification Friend or Foe ITU International Telecommunications Union HL Hardware Level (maintenance) HMI Human Machine Interface LRU Line Replaceable Unit MFI Monitoring and Fault Isolation Modkit Modification kit MSSR Mono pulse Secondary Surveillance Radar MTBCF Mean Time Between Critical Failures NATO North Atlantic Treaty Organization NDI Non Developmental Item NLT Not Later Than NSPA NATO Support and Procurement Agency ODAS Offline Detection Analysis Software O&M Operation and Maintenance OEM Original Equipment Manufacturer PDF Portable Document Format PMFL Performance Monitoring and Fault Isolation PMR/TIM Program Management Review / Technical Interchange Meeting P/N Part Number PRF Pulse Repetition Frequency PSA Provisional Site Acceptance PSR Primary Surveillance Radar RADNET Radar Network RF Radio Frequency RES Radar Environment Simulator R-SPC Radar – System Performance Check RSPL Recommended Spare Parts List

Page 34: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

NATO UNCLASSIFIED SINDRE I Upgrade

NATO UNCLASSIFIED p.30

SAT Site Acceptance Test SCDS SINDRE I Control & Display System SGS Scenario Generator Software S/N Serial Number SoW Statement of Work SPT&A System Performance Test and Alignment STC Sensitivity Time Control SSR Secondary Surveillance Radar STANAG Standardization Agreement SW Software TIM Technical Interchange Meeting TME Technical Manual Equipment TMs Technical Manuals V&A-T Verification and Acceptance Test (Plan) UDP/IP User Datagram Protocol/Internet Protocol UPS Uninterruptible Power Supply

Page 35: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

1

ANNEX 1 – SINDRE I SYSTEMS DESCRIPTION

A1.1 OVERVIEW OF THE SINDRE I RADAR CONFIGURATION

A1.1.1 GENERAL

The SINDRE I (HADR) is a ground-based S-band long range, passive phase array radar dedicated to air surveillance in three dimensions. The antenna utilises pencil beams for transmit and reception to achieve the necessary angular coverage. The figures 1 to 6 at Annex 2 provides the general system configuration and interconnections.

A1.1.2 SINDRE I SYSTEM ARCHITECTURE

The basic and simplified system functions concerned with this upgrade are displayed in Figure 1 and marked in blue.

A1.1.3 OVERALL DATA FLOW

Figure 5 shows the interconnection of the SINDRE I Radar remote sites to support understanding of the equipment and unit functionality and their relation to each other.

A1.1.4 TRANSMITTER (Driver Amplifier and Final Amplifier)

The 2-stage transmitter chain consists of a travelling wave tube amplifier stage, followed by a high-power cross-field amplifier stage. Coded RF waveforms at an input power level of 5 mW are supplied by the exciter to the transmitter and amplified to a high power level for transmission. The operating frequency can be chosen anywhere within the 12-percent frequency band. The high-power cross-field amplifier stage of the transmitter has a feed-through feature permitting use of only the driver stage. The driver stage has high stability characteristics and when used in the feed-through mode, helps achieve high cancellation of clutter returns. The gridded travelling wave tube amplifier permits the pulse width to be easily changed. Therefore, the resulting combinations of pulse widths and pulse rate frequencies are only bound by duty cycle limits of the driver stage. The cross-field amplifier modulator generates a single long pulse. The combined use of the maximum operating pulse rate frequency of the modulator and the long pulse width results in detection of small targets in dense ECM environments. Both the driver and cross-field amplifier are compatible for use with frequency agility over a wide operating RF bandwidth. Both can be used with most types of pulse-coding techniques without creating undesirable range side lobes on the compressed pulse.

A1.1.5 EXCITER

In addition to RF drive generator signals, the exciter furnishes first and second local oscillator signals to the receiver group, the clock reference frequency to the digital processor and RF and IF test targets. The exciter uses highly stable crystal oscillator banks to generate 128 discrete frequencies across the entire RF operating band of the radar. Each of these frequencies can be selected on a pulse-to-pulse basis. The selection of the transmit frequency is controlled by the SPR, which generates the frequency command word. Other modes include fixed frequency that is selected by the operator and is pre-programmed. It is also possible to have different frequency modes over different sectors of the scan volume.

A1.1.6 RECEIVER

Returns from the antenna are routed via a duplexer to a single-channel radar receiver for pre-amplification, sensitivity time control and down conversion. High dynamic range and a low system noise figure are obtained with a transistor pre-amplifier. After pre-amplification, the signals are down-converted; the output is applied to synchronous detectors in the signal processor for conversion to digital words representing the amplitude and phase of the received signal. The

Page 36: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

2

receiver is matched to the transmitted waveform to provide the maximum signal-to-noise ratio. The receiver is protected by the self-ionising transmit/receive tube. Following the transmit/receive tube are diode-limiter stages. The diodes are also used to achieve the sensitivity time control function. This is done by applying voltage to the diodes, which can be made to follow any low signal level by simple changes to one-circuit control cards.

A1.1.7 SIGNAL PROCESSOR REPLACEMENT (SPR)

The Signal Processor Replacement (SPR) tasks and its relation to other parts of SINDRE I radar are shown in Figure 1. The SINDRE I radar Signal Processor Replacement (SPR) is located in the Display shelter and includes a high-performance programmable Digital Signal Processor (DSP) subsystem and a Radar Controller (RC) subsystem with Serial Interface Unit (SIU) hardware and integral power supplies. The DSP hardware provides the equipment required to receive and process the analog data output from the existing SINDRE-I radar receiver/exciter unit. The RC hardware provides control interfaces with the existing SINDRE-I equipment, synchronization with the DSP subsystem, parameter estimation and track-level processing, and the system interface to the SCDS function. The SIU 2 provides the interface to the existing Norwegian communications network for serial radar target data and for controlling and monitoring the SINDRE-I Secondary Surveillance Radar (SSR) Subsystem.

The Signal Processor Replacement (SPR) provides:

• The equipment required to receive and process the analog data output from the existing

SINDRE-I radar receiver/exciter unit (via the DSP subsystem)

• Control interfaces with the existing SINDRE-I equipment (via the RC subsystem)

• Synchronization with the DSP subsystem (via the RC subsystem)

• Parameter estimation and track-level processing (via the RC subsystem)

• An interface to the SCDS function (via the Ethernet Switch)

• An interface to the RET function (via the Ethernet Switch)

• Serial interfaces to the NADGE and SSR subsystem (via the SIU 2)

• A fibre optic interface to the Norwegian communication system (via the Media Converter)

Table 1 shows a breakdown of the SPR functions and associated hardware.

SPR Function Hardware

Digital Signal Processor Subsystem SP CPU: Controls other subsystems within the RC/DSP and provides the main communications interface to the RCDP. Provides data collection points to the RET.

DSP: A 3-unit stack that consists of three modules: VBX, XDSP, and QADC.

VBX: Provides the VME connection to the two daughtercards, contains SDRAM for bulk memory storage, and performs waveform generation for the transmit signal.

XDSP: One of the two daughtercards, the XDSP performs the bulk of the signal processing on the digitized IF signals.

Page 37: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

3

QADC: The other daughtercard, the QADC converts each of four analog IF inputs to 14-bit digital signals. The QADC also performs digital filtering and demodulation as well as pulse framing on the digital outputs.

Radar Controller Subsystem MSC: Communication with the SCDS for command and control. Receives target and jam reports from RCDP, receives SSR reports and performs correlation of primary and SSR. Tracks targets and jam strobes, examines target reports for ARMs, maintains the clutter map, reprts target and jam information to the SCDS and to the NADGE modem, performs PMFL as needed and provides data collection points to the RET.

RCDP: Implements initialisation, state control and PM/FD/FL functions; performs radar scheduling, radar reply processing and system timekeeping. Receives SCDS command and control messages, Synchroniser requests for elscan mode data, DSP detection data and MSC confirmed track and jam data. Transmits elscan mode data to the DSP and Synchroniser, target and jam detections to the MSC, range variable threshold tables to the DSP, and system time information for system synchrionisation.

Synchroniser: Controls the time sequence of the beam scheduling process for the radar system, and sends and receives PMFL data, Scheduler information, and radar interface information. Its main function is to receive elscan mode information from the RCDP and generate beam data to other elements in the SPR.

RIB: The RIB implements the Radar Interface Function, which provides many of the interfaces from the SPR cabinet to the rest of the existing SINDRE I radar equipment, such as the radar Pedestal Control Panel, Transmitter Final Amplifier, Receiver/Exciter and SPR cabinet temperature and power supply sensors. The RIB also interfaces with the Synchroniser and RCDP.

SPR Ethernet Switch: A standard COTS product that provides internal connectivity to the MSC, RCDP, SP CPU and SIU 2. In addition, the switch connects to the Media Converter, which in turn, connects to the

Page 38: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

4

local Norwegian communications equipment.

Media Converter: Converts Ethernet data to a fibre optic format that is compatible with the Norwegian communications equipment.

SIU 2: The SIU 2 consists of an eight-port 10BASE_T hub and two NUNIO 2 modules. The SIU 2 provides an Ethernet network for data transfer.

NUNIO 2 Modules: Each of the two modules provide up to four bi-directional independent interface connections to the serial channels and supports a variety of protocols, electrical standards and message formats. One serial channel is used per module; one module communicates with NADGE, and the other is dedicated to SSR communication.

RET Subsystem The RET evaluates radar operation and performance by analysing data recorded from the SINDRE I radar.

SCDS Subsystem The SCDS is a display and interface control software application based on the sensor software used for the AN/FPS-110 Phase I Upgrade. The SCDS Computer Software Configuration Item (CSCI) is hosted on one Sensis supplied Sun workstation located at CENFAC and on GFE SIR-ADS workstations located at the Vågsøy, Vestvågøy, and Skykula radar sites and at the Maagerø,and Sørreisa CRC sites.

A1.1.8 SINDRE I CONTROL AND DISPLAY SUBSYSTEM (SCDS) The SCDS is a display and interface control software application based on the sensor software used for the AN/FPS-110 Phase I Upgrade. The SCDS Computer Software Configuration Item (CSCI) is hosted on one Sensis-supplied Sun workstation located at CENFAC and on GFE SIRADS workstations located at the Vågsøy, Vestvågøy, and Skykula radar sites. The SCDS manages and monitors the upgraded SPR system and allows you to modify and view the system operating parameters via a user-friendly menu system. The SCDS allows you to: • Configure operating parameters and monitor the operation of each SPR and its subsystems • Display and monitor Plan Position Indicator (PPI) input/output data • Display and monitor Range-Height Indicator (RHI) input/output data • Monitor the data into and out of the MSC and RCDP processors • Display, edit, and control the MSC and DSP clutter map data (display only) • Monitor the I/O channel activity • Monitor system health • Record and play back data • Display maps of radar coverage areas where special conditions apply, including Weather/ Chaff (Wx/Chaff) areas, clutter maps, bypass areas, masking areas, Range Verifying Threshold (RVT) areas, and jam strobe areas

Page 39: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

5

A1.1.9 MULTI SCAN CORRELATOR (MSC) The MSC CSCI resides and executes on the VME-based Motorola PowerPC MSC board housed within the SPR VME chassis located at each radar site and in the Software Development System at the CENFAC site. The MSC CSCI communicates with the RCDP CSCI via the VME Bus and has built-in Ethernet capability to communicate with the SCDS CSCI. It Provides SR/SSR correlation, track declaration and maintenance, clutter map generation and implementation, and jam strobe tracking. It also provides an interface with the SIU 2 and SSR Subsystem. A1.1.10 RADAR CONTROL DATA PROCESSOR (RCDP) The RCDP CSCI resides and executes on the VME-based Motorola PowerPC RCDP board housed within the SPR VME chassis located at each radar site and in the Software Development System at the CENFAC site. The RCDP CSCI communicates with the DSP and MSC CSCIs via the VME Bus and has built-in Ethernet capability to communicate with the SCDS CSCI. It provides controls and data processing for radar operation including mode scheduling, target processing, and PM/FD/FL. Also provides interfaces to the antenna hardware via the Radar Interface Board (RIB) and the Synchronizer, and to the Digital Signal Processor (DSP).

A1.1.11 RADAR EVALUATION TOOL (RET) The RET CSCI resides and executes on PC workstations located at each radar site and at the Software Development System at the CENFAC site.The RET analyses data recorded from the SINDRE-I Radar SPR in order to evaluate radar performance, verify requirements, and demonstrate radar capabilities. Specifically, the RET analyzes the following functional areas:

• Surveillance Radar (SR) performance • Secondary Surveillance Radar (SSR) performance • SR/SSR correlation • Jam strobe performance

• Electronic Counter Measure (ECM) performance

A1.2 SINDRE I EXISTING CONNECTIVITY

A Wide Area Network (WAN) configuration is implemented by the GFE equipment (Figure 5) and provides reliable communications between the Remote Radar Head (RRH) sites, the CRCs, and the CENFAC. This network consists of routers and hubs that connect several standalone Ethernet LAN (Local Area Network) sub-networks at the sites. The routers at the CRCs and RRHs provide WAN communications between the subnetworks over 2x64, 3x64, or 4x64 kbps serial lines:

• 2x64 serial lines at RRH Skykula and RRH Vågsøy

• 3x64 kbps serial lines at RRH Vestvågøy

The LAN at each site uses fibre-optic cables to link the components and provide high-speed data communications. Each Sensis system is supplied with a Media Converter that provides the fibre optic interface to the LAN at the related site. The NADGE communications network uses only standard protocols, electrical interfaces, and commercially available network equipment components. NADGE modems send GFN II/RSRP track information from the SIU 2’s RS-232 electrical interface to NADGE at 4800/9600 baud and Mode 4 requests from NADGE to the IFF subsystem at the RRHs. No other network-related information is sent on the modems.

Page 40: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

ANNEX 2 – SINDRE I SYSTEM SCHEMATICS

Page 41: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

Fig. 1 – SINDRE I system overview

Page 42: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

Figure 2. System interface connection of the SINDRE I Signal Processor Replacement

Page 43: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

Figure 3. SINDRE I Signal Processor Replacement Cabinet

Page 44: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

Figure 4. – Block Diagram of the DSP Subsystem

Page 45: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

Figure 5. Interconnection Diagram – Remote Radar Sites

Page 46: STATEMENT OF WORK AND TECHNICAL REQUIREMENTS …...• The SINDRE I Control & Display System (SCDS) used in the RRH and CRCs . The ultimate objective of this contract is to maintain

ANNEX 4: SINDRE I TECHNICAL DOCUMENTATION

TME

CLASSIFICATION TITLE

4SINDRE-5071 NATO UNCLASSIFIED HADR REC./EXCIT. 1655111-101&RF DETECT.1655155-100

4SINDRE-5071C NATO UNCLASSIFIED STC - CONTROL PANEL

4SINDRE-5074 NATO UNCLASSIFIED PARTS BREAKDOWN RECEIVER/EXCITER 1655111-101

4SINDRE-5076 NATO UNCLASSIFIED PMIC - RECEIVER-EXCITER

4SINDRE-5086 NATO UNCLASSIFIED PMIC - SIGNAL PROCESSOR

4SINDRE-5141 NATO UNCLASSIFIED HADR COMPLEX SHELTERS 1671218-100 TO 1671221-100

4SINDRE-5144 NATO UNCLASSIFIED PARTS BREAKDOWN SINDRE/HADR COMPLEX SHELTERS

4SINDRE-5151-1 NATO UNCLASSIFIED HADR SYSTEM MANUAL (INCL. MICROWAVE GR 1655114-101

4SINDRE-5151-2 NATO CONFIDENTIAL System operation and Maintenence

4SINDRE-5154 NATO UNCLASSIFIED PARTS BREAKDOWN - 1671200-100

4SINDRE-5156 NATO UNCLASSIFIED PMIC - SINDRE SYSTEM

4SINDRE-5166 NATO UNCLASSIFIED Emergency Maintenance Procedure Lamitated Sheet

4SINDRE-5241 NATO UNCLASSIFIED SINDRE I Wide Area Network

4SINDRE-5241C NATO UNCLASSIFIED WAN, Installation & Ref. - Model 3000/3030 Chassis

4SINDRE-5241D NATO UNCLASSIFIED WAN, Ethernet Network Managmnt Module - 331xA Inst

4SINDRE-5241E NATO UNCLASSIFIED WAN, Ethernet NMM 331xA - Configuration Guide

4SINDRE-5241F NATO UNCLASSIFIED WAN, Model 3304A 10Base-F Host Module

4SINDRE-5241G NATO UNCLASSIFIED LATTISNET System 3000, Model 3100R Summing Module

4SINDRE-5241H NATO UNCLASSIFIED LATTISNET System 3000, Ethernet Concentrator (HUB)

4SINDRE-5501 NATO UNCLASSIFIED Operation and Maintenance Manual for the Signal Processor Replacement for the Norwegian SINDRE-I Radar Upgrade Program

4SINDRE-5511 NATO UNCLASSIFIED User’s Manual for the SINDRE-I Control and Display Subsystem (SCDS) for the Norwegian SINDRE-I Radar Upgrade Program

4SINDRE-5521 NATO UNCLASSIFIED User’s Manual for the Radar Evaluation Tool (RET) for the Norwegian SINDRE-I Radar Upgrade Program

4SINDRE-5701 NATO UNCLASSIFIED TM for SIRADS

4SINDRE_TM10702 NATO UNCLASSIFIED SINDRE SUP. FOR RADAR CONTROL & DISPLAY SUBSYSTEMS


Recommended