Escolar Documentos
Profissional Documentos
Cultura Documentos
1. The FDMS shall be supplied as per the GR No. GR/FDM-01/02 April 2007.
2. The FDMS shall be able to accommodate all types of optical fiber cable
structures including ribbonised optical fiber cable having 12 fibers per ribbon,
adopting different construction practices. i.e. the Unitube, Multi loose tube
design, Intrusion Proof Cable Design and Underground Optical Fibre Cables.
3. The FDMS shall provide positive Fiber management i.e. facilities to carry out
the expansion, reconfiguration & maintenance etc. without disturbing or
affecting the existing fibers already in use or inflicting any damage to pig tails,
patch cords, optical fibers (individual & ribbon), optical fiber cables, fiber
splices (individual & ribbon) during normal cable and element handling. It shall
provide well engineered bend radius control throughout the system.
4. Each Splicing cum Patching Shelf would have inbuilt splicing trays and patch
panels integrated into a single unit of not more than 4U. It would cater for at
least six separate trays, each capable of splicing a single ribbon fiber (each
ribbon having 12 Fibers). An additional splicing tray for at least 12 single
sensory fibers shall also be catered.
5. The Patch Panel, as part of the Splicing cum Patching Shelf shall be supplied
with 84 adapters with fully terminated 6 Nos. of 12F Ribbon Fan-out pigtails
(1.5 metre Ribbon & 1.5 metre fan-out) and 12 Nos. of SM 0.9mm Pigtails
with 1.5 metre. The patch panel shall be supplied Pre-assembled with E2000-
APC adapters with adequate spacing.
6. The FDMS shall have provision for slack management for storing the extra
length of optical Fibers and ribbonised optical fibers & pigtails, which shall not
experience bend below the critical bend radius.
7. All the shelves in FDMS, organizer trays in Outdoor FDMS and Building
premises FDMS shall be fully equipped with necessary accessories such Fan-
outs, Fibre Arrangement System, connectorised Pigtails, 0-dB adopters as per
the TEC specifications. The pigtails should be pre connectorised with E2000-
APC pigtails conforming to following specifications:-
8. An indicative figure of FDMS has been provided as part of the SoR, bidders
are encouraged to undertake a route survey prior submission of bid to
ascertain the exact numbers. In addition, adequate Fibre Optic Termination
boxes should also be provided.
9. The bidder shall submit the photograph of the FDMS equipment. The photos
of all the components of the FDMS equipment shall also be submitted by the
bidder as part of the Technical Bid.
JETTY ENCLOSURES
1. Jetty Enclosures are customised FDMS boxes which would be fixed on the
Jetties to extend the Fibre Optic Connectivity to the Ships (multiple 48F
Armoured OFC would form the backbone and 6F Tactical Mobile Field Optical
Cable (TMFOC) would be used for extending the backbone connectivity to the
ships from the enclosures).
3. These Jetty Enclosures would be placed either on top of the Jetties or below
the Jetties through manholes wherever feasible. The bidder therefore needs
to carry out a survey of all the Jetties to ascertain the exact number of FDMS
needing customisation for fitment through the manholes. The Technical and
Commercial bid should contain drawings of the customised Jetty Enclosure
and regular Jetty Enclosure. The Contracted bidder should agree to further
modifications that Indian Navy may propose to ensure maximum operational
utility as per site requirements.
4. The Jetty Enclosures would be in the open and would be subjected to effects
of Sea Water, High Temperature and Salt Spray. Therefore, the Jetty
Enclosures should be IP 67 certified.
5. The Connectors that are used in the Jetty Enclosures should be compliant
with Para 3.8 of TEC GR TEC/GR/TX/FTA-01/01.MAR-11. Each Jetty
Enclosure should be loaded with 24 of these connector pigtails.
6. The bidder should provide laboratory test reports from OEMfor the enclosures
and connectors.
48F OFC
48F OFC
1 2 48F OFC 3
JETTY 4 5 48F OFC
n
SINGLE MODE OPTICAL FIBER PATCH CORDS AND THE PIGTAILS
1. GENERAL REQUIREMENTS
1.1 The optical fiber patch cords shall be manufactured with secondary coated
optical fiber reinforced with aramid yarn equally distributed over the periphery
and with overall protective LSZH sheathing.
1.2 The mechanical design and construction of the component parts of each
subassembly shall be inherently robust and rigid under all conditions of
operation, adjustment, replacement, storage and transport.
2. QUALITY REQUIREMENTS
2.1 The Optical Fiber Patch Cords shall be manufactured in accordance with the
International Quality standards ISO 9001-2008.
2.2 The Optical Fiber Patch Cords and Adaptors shall conform to the
requirements for environment test specified in IEC document No. 60874-1
(1993-02), IEC 60874-1 (1994-03) and IEC 60794-1 and Telcordia GR 326.
3. SAFETY REQUIREMENTS.
Test reports will be provided with actual Insertion loss, Return loss mentioned
and sufficient information to alert the user about the potential hazard and shall
indicate the required precautions and working practice.
4.1 Optical Patch Cords shall be fitted with E2000-APC connectors at both ends.
4.2 Single mode Optical Fiber used in manufacturing Optical Patch Cords and
Pigtails shall have the following characteristics
1.1 In lieu of the Dual core fibre mentioned in the GR, TMFOC would require Six
cores.
1.2 In lieu of para 4.3 of GR regarding Tight Tube, TMFOC would require Loose
Tube Jelly filled construction.
1.3 At Para 4.4 in lieu of Aramid yarn or Glass rovings, TMFOC would require
only Glass Rovings.
1.4 Since the number of Fibre cores have increased from two to six, accordingly,
the physical characteristics could also be appropriately increased.
1.5 The 6 Core TMFOC should be light weight, ruggedized and possess in
service tensile strength of 700N or above. The TMFOC may also remain in
Sea Water for 24 hours whilst both the ends are connected to Jetty Enclosure
and OFC termination box on the other end. This prolonged exposure to sea
water should not deteriorate the characteristics or life of the TMFOC. This
should be certified by the OEM through Laboratory Test reports.
1.6 The TMFOC should be provided to the Indian Navy in rolls of 100 metres, 200
metres and 400 metres on self-length adjusting spools (the TMFOC should be
allowed to run in case of tension thus protecting the end connectors and
snapping of the cable). The TMFOC should be factory fitted with IP 67/68
connectors on both sides.
1.7 Application for Type approval with this new design of the TMFOC should be
submitted as part of the Technical Bid.
1.8 In addition, every TMFOC should be provided with three (3) Female
ODC/RDC or equivalent connector pigtail of 1 metre length which is pre-
fabricated at the factory. Splicing of these pigtails to the OFC onboard the
ship would have to be undertaken by the bidder.
OFC NETWORK INVENTORY TOOL
1. Bidder will provide OFC Network Inventory Tool which would capture data as
part of the implementation on Geographical Information System for initialising
the solution. Captured data should incorporate the entire equipment being
procured as part of this tender. GIS should comprise of Static Data such as
Satellite Imagery (procured from NRSC-National Remote Sensing Centre),
land based vector maps & dynamic data containing telecom related
information should be provided.
2. The geo referenced colour satellite images should be with atleast 0.6m spatial
resolution and should be orthogonally corrected and colour balanced. The
Land based Vector maps procured commercially should be at a scale of
1:1000 and should have an accuracy of 5 metres including Road (NH, SH,
District & City roads), Rail, Geographical features and Political map features.
4. The software should be a web based solution with multi user access based on
open standards that could interface with other user systems. The tool should
represent the network data in table form, schematic form (e.g. MS-visio) and
geographic form on a digital map to draw, describe, modify and store asset
objects in a consistent database. All Operating System/Software/Application
Software/ Databases etc should be licensed from the respective OEMs. All
updates/patches/upgrades released by the respective OEMs should be tested
at the lab and then provided to the Indian Navy during the period of warranty
and subsequent AMC. Any damage occurring to the application due to an
unpatched system would have to be rectified by the bidder at his own cost
and also the entire period of non-availability of the application would be
considered as downtime for the entire network. The software shall have
commercial licenses of minimum 50 standalone users.
5. The OFC Network Inventory tool should be capable of generating and
assigning an unlimited number of user defined attributes to all objects. This
tool should allow the user to add and display on the maps, some icons
highlighting some events along the cable route. The user should be able to
associate or dissociate network elements together: a frame should be
associated to a building, a fibre to a cable, a splice to an enclosure, etc. This
tool should allow a direct access to all linked elements: i.e. find all splices
inside an enclosure. The tool should allow multiple ducts and sub ducts
between pits and multiple cables between splices.
6. This tool should allow user to zoom in and out from a very detailed element
description to full representation of network. This tool should allow the user to
display each optical route and exact geographical location of all cable routes
on the Map. The tool should allow each fibre to be displayed as a dedicated
end-to-end fibre circuit (path), showing all physical and optical distances,
optical events (splices and connectors, slack length) with detailed location
data for this particular fibre. The tool need to have the functionality to
calculate very accurate fault location of a fibre break positioned on a GIS
Map, based on a OTDR measurement input taking in account cable slack
length information and helix factor. A table should be displayed if needed,
showing attenuation and wavelength of each fibre and fibre circuits including
calculation of the total attenuation. The System should make a link between
position of cursor on OTDR Trace and Map of the Network. A powerful Filter
and Search Function within whole Asset and Inventory database including
user defined attributes should be integrated with the tool. The system should
have data maintenance functionality to maintain availability status of every
network asset as Free, In Service, Reserved, Faulty or Planned.
7. The tool should allow the user to calculate and show the best route following
customer requirements as for instance: minimizing the link budget, minimizing
the number of ODF, cable used, etc. This has to be possible at duct, cable
and fibre level. The tool has to allow the user to automatically generate work
orders where to connect or divide fibres to create a fibre link. The tool should
have the functionality to divide cables and insert splices automatically.
8. The system should be able to interface with an OSS system at a later date by
using SNMP or XML or WSDL. The OSS shall poll all necessary information
from the system whenever necessary (RFTUs, FIPS, OFC Network Inventory
Tool, Alarms, FDMS, FTMS etc) and other databases like Excel etc for
population of as built data into the system. The bidder would be responsible
for interfacing system with OSS at a later date but before expiry of warranty.
9. All requisite hardware and software required to operate the system should be
provided alongwith this tool. Blade server & chassis should be equipped with
atleast [2 x Intel Xeon Quad core 2609 CPU, 16 GB DDR 3 ECC, 16 MB
SDRAM Graphics controller and usable storage of 7 TB (Post RAID 10), DVD
writer and 24 LED monitor]. Each of the services should be on a separate
blade server with one blade as spare.
2. System Capability. The system should offer the following main features:-
Note. The Server should support RAID on multiple disks. Data must be
mirrored on two disks and applications on two others. Authentication is to be
based on LDAP or Active Directory, so that authentication management in
general is not only managed within the proposed solution but rather from a
corporate security server based on LDAP.
4.2 Client Station. The Client station should be preinstalled with the latest
version of Windows Desktop operating system and should be equipped with a
21" color LCD monitor or higher. The Client shall be equipped with all the
software licenses for proper and immediate use.
4.3 RFTU. The Remote Fiber Test Unit(RFTU) shall include the control unit, the
optical test modules 96 Fibre port and the communication ports as single
equipment. The equipment should support 220VAC working and have the
option for both DC or AC.
(a) RFTU must register itself to EMS, upon user request for
synchronization, with the following information:
(iv) The port IDs onto which fibers are connected to the equipment
(b) Client Station. The Client station should be preinstalled with the latest
version of Windows Desktop operating system and should be equipped
with a 21" color LCD monitor or higher. Web access to the system
should be through a browser and should not need any extra software to
be installed independent of the operating system. Web client must run
over Hyper Text Transfer Protocol over SSL support (https) especially
for server client log-in pages. The following functions should also be
available:-
Resource administration
(vii) Access to data via the web shall be limited if needed, down to
the RFTU: a Web User shall be able to view the status of some
RFTU and not others which are monitored in the same Region.
This thin client shall offer a specific "internet style" GUI, using
frames and hyperlinks. Time access to this thin client and to all
results shall be time limited-configurable by the user. At least 35
simultaneous accesses to the server via the Web shall be
possible.
o Attenuation: 0.001dB
o Reflectance/ORL: O.01dB.
o Cursor resolution: 4 cm.
o Reflectance accuracy: 2dB.
(g) OTDR Test and measurement on demand. The system should allow the
user to test a fibre without OTDR knowledge. The system shall compare
automatically the trace of the selected fibre with its reference trace and check
if the difference does not exceed the pre-defined thresholds. The system
should also allow the user to operate with as a traditional OTDR, locally from
the RFTU, and remotely from the management system. In either case, the
system shall offer graphical functions such as zooms and shifts on an OTDR
trace. All these tests and measurements should be allowed by Web.
5. Authentication. Authentication should be based on LDAP or Active
Directory, so that authentication management in general is not only managed
within the proposed solution but rather from a corporate security server based
on LDAP. In the case of non-availability of LDAP server, authentication
should be provided based on username and password and the bidder would
have to integrate it with Navys LDAP server during the period of warranty.
(b) Fibre Fault Alarm Distribution Availability must be viewed by dates and
by either of the following aggregation Per region, Per RTU, Per route.
(c) The data populating this dashboard should be alarm events from time
they are opened, to time they are resolved. User should be able to
select, for each report, above which severity his fibre(s) are considered
out-of-service and he can specify a period over which the report
should be generated.
- For fibre network reports: any alarm type for which data source
is fibre fault related and links to which optical route.
- For test system reports: any alarm type for which data source is
system status related e.g. RFTU alarm type RFTU
unreachable.
(d) All reports including the dashboard style KPI reports should be
executed either on-demand or as per a predefined schedule and be
sent through email to various users, or to a group of users. Customer
logos can be added to reports.
1. The FIPS should be a GUI based front end and support central monitoring
with web clients to immediately identify, detect, protect the network from any
light injections, provide alerts on data signal failures, transient events as well
as slow system degradations and isolate any physical layer intrusion in fibre
optic network. This system has be protocol independent and should not affect
the integrity of original data flow.
2. The system should work with live, dark and sensory fibres for real time
monitoring. The sensitivity levels of the system should be programmable.
With any kind of intrusion attempt, the system should be capable of notifying
the DWDM/Networking device to switch from primary link to backup link. In
addition to monitoring of fibre optic link, the system should automatically
identify and provide advance information on prospective cable damages and
cable cuts, denial of service or jamming of networks, deterioration in health of
network systems including data loss, with location accuracy of 20 metres
horizontally and 0.5 metres vertically over a monitoring range of 65 Km.
The alarm should atleast have the following contents viz Event Type,
Location, Landmark, Classification based on criticality etc.
4. The bidder should integrate the FIPS with OFC network inventory tool, FTMS
and during the warranty period provide appropriate software module for
integration with OSS.
6. Scope. The bidder should deploy the FIPS and carryout the baselining of the
system and then handover the system in fully operational state to the Indian
Navy. The FIPS would be required at only 10 sites of Indian Navy where
48F + 8F Intrusion Proof OFC is being deployed. All requirements of UPS,
Racks, Furniture, Ethernet Connectivity etc needs to be provisioned by the
bidder.
SPECIFICATIONS FOR INTRUSION PROOF OPTICAL FIBER CABLE [48F
Ribbon (G652D) + 8 Sensory Layer (G652D)]
3. Functional Requirements.
3.1 The design and construction of the optical fibre cables shall be inherently
robust and rigid under all conditions of operation, adjustment, replacement,
storage and transport.
3.2 The optical fibre cable supplied shall be blowable inside 40/33 PLB ducts.
3.4 The optical fibre cables shall be able to work in a saline atmosphere in coastal
areas and should be protected against corrosion.
3.5 Life of the cables shall be at least 25 years. Necessary statistical calculations
shall be submitted by the manufacturer based upon life of the fiber and other
component parts of the cable. The cables shall meet the cable aging test
requirements.
3.6 Any special tool required for operating and handling the optical fiber cable, the
same shall be provided along with the cable.
3.7 The optical fibre cables supplied shall be suitable and compatible to match
with the dimensions, fixing, terminating and splicing arrangement of the splice
closure supplied along with the cable.
3.8 The manufacturer shall submit an undertaking that the optical and mechanical
fibre characteristics shall not change during the life time of the cable against
the manufacturing defects.
3.9 It is mandatory that the optical fibre cables supplied in a particular route is
manufactured from a single source of optical fibres.
4. Ribbon Structure.
4.1 Twelve primary coated fibres shall be arranged in ribbon structure. The fibres
in the structure shall be parallel and shall not cross over each other along the
entire length of the ribbon. The dimensions of 12 fibres ribbon shall be as per
the Bell Core document no. GR-20-Core issue 2, July 1998 & as given below.
4.3 Ribbon Material. The ribbon shall be manufactured using single mode
optical fibres coloured with UV cured resin and the ribbon shall be
encapsulated with a further layer of UV cured acrylate. The fibres and the
ribbons shall confirm to the colour requirement as per clause no. 7.4 of this
specification.
(c) The number of ribbons per loose tube in ribbon optical fibre cable shall
be 48 no of Fibres and the Loose Tube type with Central tube
consisting of 4 ribbons per tube.
(ii) The metallic strength member if used in the sheath shall of high-
grade steel wire, music spring quality as per ASTM A 228/A
228M 93.
(e) Cable Core Assembly. Cable core assembly will be defined as:-
(g) Filling compound. The filling compound used in the loose tube shall
be compatible to fibre, secondary protection of fibre, etc. The drip point
shall not be lower than +70 degree C. The fibre movement shall not be
constrained by stickiness and shall be removable easily for splicing.
The test method to measure drop point shall be as per ASTM D 556.
Note: In case black colour HDPE material is used, the material from finished
product shall also be subjected to following tests (on sample basis):
(i) Density.
(ii) Melt Flow Index.
(iii) Carbon Black Content.
(iv) Carbon Black Dispersion.
(v) ESCR.
(vi) Moisture Content
(vii) Tensile Strength and Elongation at break
(i) Armouring. Armouring shall be provided over the outer cable core by
corrugated armour tape to make the cable rodent protected. The
armour shall also provide the sufficient radial as well as compressive
strength and the armour shall be electrically continuous and bonded to
the outer sheath.
GENERAL REQUIREMENTS
5. Engineering requirements.
(a) A long lasting suitable marking shall be applied in order to identify this
cable from other cables. The cable marking shall be imprinted
(indented). The marking on the cable shall be indelible of durable
quality and at regular intervals of one meter length. The accuracy of the
sequential marking must be within -0.25% to +0.5% of the actual
measured length. The markings on the cable must not rub off during
normal installation and in life time of optical fibre cable.
(b) The marking shall be in contrast color to the sheath and shall be done
by hot foil indentation method. It must clearly contrast with the surface.
The colour used must withstand the environmental influences
experienced in the field.
(a) Both cable ends (the beginning end and end of the cable reel) shall be
sealed and readily accessible. Minimum 5 meter of the cable of the
beginning end of the reel shall be accessible for testing. Both ends of
the cable shall be kept inside the drums and shall be located so as to
be easily accessible for the test. The drum should be marked to identify
the direction of rotation of the drum. Both ends of cable shall be
provided with cable pulling (grip) stocking and the anti-twist device
(free head hook). The diameter of the cable shall also be marked on
the cable drum. The wooden drum shall be properly treated against
termites and other insects during transportation and storage. The
manufacturer shall submit the methodology used for the same.
(b) An anti-twist device (Free head hook) shall be provided attached to the
front end of the cable pulling arrangement. The arrangement of the
pulling eye and its coupling system, along with the anti-twist system,
shall withstand the prescribed tensile load applicable to the cable.
(b) The fibres in cable length shall not have any joint.
(c) The drum shall be marked with arrows to indicate direction of rotation.
(d) Packing list supplied with each drum shall have at least the following
information:
(i) Drum No.
(ii) Type of cable
(iii) Physical Cable length
(iv) No. of fibres
(xii) Cable ID
5.4 Colour coding and Ribbon identification in O.F. Cables.
(b) Colour Coding Scheme. When the loose tubes are placed in circular
format, the marking to indicate the loose tube no. "1" shall be in blue
colour followed by loose tube no.2 of orange and so on for other tubes
as per the colour scheme given below and complete the circular format
by placing the dummy /fillers at the end. Depending upon the number
of fibres in a Ribbon (which depends on the cable capacity), the colour
of the fibres are serially chosen from the column no. II of the following
table.
1. Blue Blue
2. Orange Orange
3. Green Green
4. Brown Brown
5. Slate/ Grey Slate/ Grey
6. White White
7. Red Red
8. Black Black
9. Yellow Yellow
10. Violet Violet
11. Pink/ Rose Pink/ Rose
12. Aqua Aqua
Identification of Ribbon
48 One 4 1 RIBBON 1
2 RIBBON 2
3 RIBBON 3
4 RIBBON 4
Note: The printing shall be at regular interval of every 200 mm on natural colour
ribbon and shall be legible. The printing on the ribbon shall also be of durable quality
and shall be compatible with coating of the ribbon and Thixotropic Jelly (filled in the
loose tube of the cable).
5.5 Quality Requirements. The cable shall be manufactured in accordance
with the international quality standards ISO 9001-2000 for which the
manufacturer should be duly accredited. A quality plan followed by the
manufacturer shall be required to be submitted.
5.6 Cable Material Compatibility. Optical fiber, buffers/core tubes, and other
core components shall meet the requirements of the compatibility with
buffer/core tube filling material(s) and/or water-blocking materials that are in
direct contact with identified components within the cable structure.
5.7 Documentation
1.2 Specifications.
2.1 Electronic Route Locator should meet the following functional application
requirements:-
(b) It should be able to locate the buried electronic marker and shall
provide signal strength bar graph with marker depth accuracy of 10%
or better for 0 5 Feet.
(c) It should provide arrow display directing user towards target marker. It
should be able to identify the possible direction of the buried marker by
the analysis of direction of RF field both in Peak/Null Directional peak.
(d) It should be able to locate the live power cables (50Hz) upto a depth of
10 feet. It should use the passive power frequency of 50/60 Hz
available in live buried power cables to locate them.
(e) The Locator should be light weight with backlight to enable reading the
display both at Day and Night giving various indications like Gain,
Signal level, Depth etc.
TECHNICAL SPECS FOR WARNING TAPE
1. Warning Tape shall be laid as per construction practices of BSNL as per TEC
GR/CIM-03/01 Sep 2000.
1. FUNCTIONAL REQUIREMENTS
1.1 The variable attenuator should be handheld, light weight, compact and rugged
for ease of use in both field and lab environment.
1.2 The unit should have calibration interval of atleast three years.
1.3 The unit should have power autonomy of more than 300 hours.
1.4 The unit should have three operating modes of absolute, relative and Power.
1.5 The unit should have backlit display for operations in dim environment.
1.7 The unit should have USB based remote control capability.
1.8 The unit should be able to handle high power upto 24dBm as desired for both
CATV and telecom (After amplifiers) environment.
2. TECHNICAL REQUIREMENTS
1. FUNCTIONAL REQUIREMENTS
1.1 The Laser Source should be handheld, light weight, compact and rugged for
ease of use in both field and lab environment.
1.2 The product should provide power autonomy of upto 120 hours
1.3 The unit should have calibration interval of atleast three years.
1.4 The product should provide automatic wavelength recognition feature when it
is used along with the compatible units
1.5 The product shall be able to provide information about the power to be used
as reference, helping ensure efficient referencing, even when the two units
are apart
1.6 The unit shall provide output for both 1310nm and 1550nm SM applications.
2. TECHNICAL REQUIREMENTS
2.3 Output power (dBm) : 1/1 for SM and 20/20 (62.5/125 m) for MM
1. FUNCTIONAL REQUIREMENTS
1.1 The Power meter should have high accuracy, wide dynamic range and high
power measurement capability (up to 26 dBm)
1.2 The product should provide power autonomy of upto 300 hours
1.3 The unit should have calibration interval of atleast three years.
1.4 The Power meter should test passive optical networks (PONs) at 1310 nm,
1490 nm and 1550 nm.
1.5 The Laser Source should be handheld, light weight, compact and rugged for
ease of use in both field and lab environment.
2. TECHNICAL REQUIREMENTS
1. The mobile hand held unit shall be a compact, rugged unit with GPS capability
having accuracy of 2 to 5 meters.
2. The GPS should support 12 channels with integrated real time SBAS and time
to first fix on an average of 30 seconds.
3. It shall combine the benefits of camera and PDA in a single device. The camera
shall have 5 Megapixel resolution with built in LED Flash and auto focus
capability. The camera should be able to record in JPEG and standard WMV
video format.
4. The photographs taken by the device should be automatically geo tagged for
future reference.
5. The device shall have integrated voice and data with SMS capability.
6. It shall also have built in 802.11 WiFi for wireless LAN and Bluetooth wireless
technology.
7. It shall have a USB 2.0 interface to integrate with the workstation / laptop for
check in and check out.
8. It shall have long life, rechargeable and removable Li Ion battery and able to
function up to 10 hours on fully charged condition.
9. It shall have greater than 3.5 inch colour LED display with 240 x 240 pixel that
can be viewed under direct sunlight.
10. It should have an inbuilt RAM of 256 MB and 2GB storage capacity. It shall also
have an additional micro SD memory card slot for expansion.
11. It shall also have an inbuilt speaker and microphone with record and playback
capability.
12. External battery charger shall be provided with each hand held unit. A carry
case with belt clip shall also be provided with each unit.
13. It should be ruggedized with protection against dust, water and shock.
16. The GPS Data collector should be pre-loaded with GIS client software being
supplied as part of this project.
BILL OF MATERIALS