Você está na página 1de 28

FIBRE DISTRIBUTION AND MANAGEMENT SYSTEM

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:-

(a) Insertion Loss : 0.1db (Typical) & 0.15db (Maximum)

(b) Return loss : > 80db.

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).

2. The jetty enclosure should have the capability to accommodate 48 splices.

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.

7. An indicative diagram of this connectivity is as shown below.

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. SPECIFICATION OF OPTICAL FIBER

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

(a) Type of Fiber : Single mode as per ITU-T G.652D.

(b) Wavelength Band Optimized : 1310/1550 nm

(c) Nominal mode Field Diameter : 8.8-9.8/9.9-11.1 um

(d) Nominal Cladding Diameter : 125 1 micron

(e) Cladding non circularity : 1%

(f) Primary coating material : UV Acrylate

(g) Secondary coating Diameter : 900 micron

(h) Secondary coating material : LSZH


TACTICAL MOBILE FIBER OPTICAL CABLE AND CONNECTORS

Reference: Para 4 of TEC GR TEC/GR/TX/FTA-01/01.MAR-11 for TMFOC


Para 3.8 of TEC GR TEC/GR/TX/FTA-01/01.MAR-11 for Connector

1. TACTICAL MOBILE FIBER OPTICAL CABLE (TMFOC)

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.

3. The network documentation of the system should physically and logically


describe the cable network. This description should begin at the lowest level
of the network (access point, frame, cable description, cable routes, physical
characterization, Construction Company, customers etc.) up to an overall
overview of the network with GIS capabilities. Mapping/Cable Documentation
should be included for both Outside Plant (OSP) and Inside Plant (ISP). For
optical fibre route, the base map should cover 300 meters on both side of the
Optical fibre corridor. Main asset objects which are modelled in tool should be
Cables and their Routes and End Locations, Fibre Routes Ducts and Sub
Duct, Depth, Buildings, ODF, Equipment Racks, Splices, fibre loops add trail,
manhole/chamber etc along with photographs of each section and objects.
There can be upto 50 number of attributes with each object. The route
distance should match with the OTDR reading and distance of the fibre from
the roadway/landmark should also be indicated. The same data should be
reflected in the measurement book. The developed network map will be
Indian Navys property for perpetual usage. Indian Navy would be free to use
this developed map to either modify/edit/export the map for usage with this or
other applications. The bidder should submit a certificate stating that no
copies of the map are produced/ held with him.

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.

10. The Servers/Clients should be capable of joining the Windows Domain


environment of the Navy.
SPECIFICATIONS OF FIBRE TESTING AND MONITORING SYSTEM

1. Scope. This specification details the requirement of FTMS (Fibre


Testing and Monitoring System)/RFTS (Remote Fibre Test System) Solution
integrated with Geographic Information system (GIS), which helps optical
fibre network Management. RFTS will help the user in various aspects such
as network Inventory management, network planning, Network Monitoring
and fault maintenance etc. The FTMS/RFTS should be capable of providing
real-time optical fibre network monitoring & testing system that would be able
to detect fibre damages, fibre cuts and fibre degradation over time. This
should be done on 24 * 7 monitoring on all or a subset of the FTMS ports,
The Fibre to be monitored is around 3,000 KMS covering 33 cities having
Intra and Inter campus OFC within a city, the FTMS/RFTS should be able to
scale for future requirements on a later date with additional
hardware/software/services as required and mutually defined. There will be
one Central NOC and DR NOC which shall have the full view & administration
capability of the FTMS/RFTS solution. The FTMS/RFTS solution shall be able
to integrate/interface to OFC Network Inventory Tool specified in Appendix
G above. The bidder after installation of the system should carry out the
baselining/set the threshold of the system on every segment of the network
thus enabling the full exploitation of the system.

2. System Capability. The system should offer the following main features:-

(a) Optical Remote FTU


(b) Physical fault detection and location
(c) Alarm management
(d) System Interoperability
(e) Pro-active Maintenance
(f) Reports generation

3. The optical FTMS (Fibre Testing and Monitoring System)/RFTS (Remote


Fibre Test System) must be based around a modular platform. It will be based
around web based system architecture. It should provide measurement on
Active fibres. Fault and degradation will be detected by comparing the current
measurement with reference measurements. It will provide either permanent
monitoring or on demand measurement as required by the User. In the
document, this optical measurement unit will be called RFTU. The test
wavelength for the active fibre will be 1625 nm. Optical components have to
be installed in the optical network to work with live traffic. With this principle, it
will be possible to detect almost 100% of faults. The FTMS should be
integrated with a GIS system or the OFC Network Inventory tool being
provided by bidder. The predictive maintenance tool/application will provide
information about network aging. The main purpose of this tool/application is
to detect fault before network failures and will give the possibility to get
accurate information on all technical parameters concerning physical layer
4. FTMS/RFTS Technical description. The system shall include the
following components:-
4.1 Server. The server should offer multi-users capabilities. The operating
system should be licensed latest version of the Operating System from
Windows/Linux. The Server will be equipped at least with a 21 inch color LCD
monitor or higher. The Server shall be equipped with all the software licenses
for proper and immediate use. This will be used at the discretion of NAVY.
The server should be sized according to the software being positioned.

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:

(i) Its DCN configuration

(ii) Its general properties (hardware configuration, name, IP and


MAC address, etc.)

(iii) Its software version(s)

(iv) The port IDs onto which fibers are connected to the equipment

(v) The available OTDR modules and connected switch unit

(vi) In case of new RFTU and successful synchronization, EMS


must create the new equipment in its database and present to
users its properties without any manual entry to server.

(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:-

(i) View status of the monitored fibers.

(ii) View OTDR traces with basic OTDR measurement features


(distance, loss).
(iii) Access alarm information and history.

(iv) Ask for a test or measurement on demand and view the


resulting trace.

(v) Create reports dynamically in a HTML format.

(vi) The following functions shall be available (using user/password


protection):-

Resource administration

Modification of the monitoring cycles and all traces &


information associated

Physical network documentation

Note: Important functions such as alarm management, route


management and test-on-demand function should be available
through a mobile/smartphone access without any additional
infrastructure or third-party software other than mobile phone
web browsers or dedicated mobile applications.

(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.

(viii) Users must be able to access the entire solution functionality


from any computer (laptops, PCs, workstations,.. ) with IP
connectivity over the corporate network, assuming the user has
the system rights to do so and MS Internet Explorer or Mozilla
Firefox or equivalent java supported web browsers installed and
running.

(c) Local control of RFTU. A laptop can be connected locally to the


RFTU when needed, via its RJ45 connector. Without any specific
software on this laptop except a WEB browser, a user can locally
configure, control the RFTU and use it such as a portable OTDR, if
required. This access will be protected by User ID and Password.
(d) OTDR Modules. In order to ease the system maintenance, OTDR
modules shall be the same modules as those used on standard
portable OTDR equipment. It's also strongly recommended that the
bidder integrates the monitoring system with the OTDR modules. As
the .RFTU can be used on different networks: backbone, access,
FTTx, single-mode, etc., the RFTU must have the possibility to
integrate different types of OTOR module: short range, long range,
very long range and more. The bidder will clearly provide the number of
OTDR modules with their main characteristics (Wavelength, Dynamic
range etc.) which can be integrated in the RFTU. At least 256,000
resolution points shall be offered.

(e) OTDR specifications. The OTDR modules have to be able to cope


with Raman Effect in live/active fibre monitoring.

(i) Wavelength: 1625 nm for Active fibre monitoring.

(ii) Dynamic range: 42 dB.

(iii) Pulse width: 5ns to 20 us

(iv) Event dead zone: 1Mts or better

(v) Attenuation dead zone: 5 Mts or better

(vi) Display resolution

o Attenuation: 0.001dB
o Reflectance/ORL: O.01dB.
o Cursor resolution: 4 cm.
o Reflectance accuracy: 2dB.

(f) OTDR Measurement functions. At least the following measurement


functions should be available splice, slope, reflectance and distance
measurement, optical return loss, automatic measurement with
detection threshold. RTU system must have the ability to analyze and
report that the fault is degradation of the attenuation along a section.
Fault detection threshold shall apply to section loss for this case. On
client station the measurement with markers, manual measurement
with cursors, localization of events or faults with splice thresholds,
Fresnel, end of fibre, automatic ghost detection. It shall be possible to
display the measurement results in a tabular form.

(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.

6. Reports. We are interested in a dashboard style reporting tool that would


be providing on per user basis an updated and global view of the key
performance indicator of both the test system and the fibre network hooked to
the test equipment.
(a) This reporting function must be a KPI instrument and SLA tracking tool.
It should be WEB based, offer variety of report types such as bar, line,
pie, or grid (table). It must be able to let a manager identify large MTTR
root cause. The type of reports available on the dashboard tools should
include Availability (%), MTTR Trend, TTR distribution.

(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.

7. OSS and other System Integration. The system should be able to


interface with an OSS system at a later date by using SNMP or XML or
WSDL whichever latest. The OSS shall poll all necessary information from the
system whenever necessary (RFTUs, FIPS, OFC Network Inventory Tool,
Alarms). In addition, the system should provide data import capabilities from
Excel and other database systems to allow the population of as built data into
the system. The system should provide capabilities for data export in usual
formats (e.g. xml, csv, txt, pdf, Vision, Mapinfo,etc.) to enable the use of the
exported data in other applications.
SPECIFICATIONS OF FIBRE INTRUSION PREVENTION SYSTEM (FIPS)

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.

3. The typical parameters required for the system should as follows:-

SNo Parameter Value


(a) Insertion loss 1.8dB Typical and 2.5dB (Max)
(b) Monitoring resolution 0.02dB
(c) Input for Intrusion Isolation/ < 25 ms
Shutdown time
(d) Data Signal Monitoring + 5dBm (Max) and -45 dBm
(Min)
(e) Data channel Cable type Single Mode
(f) Network Management SNMPv3

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.

5. The manufacturer should submit an undertaking that the equipment would be


free of all manufacturing defects for atleast 10 years from the date of
commissioning. Any additional tools/software/licenses/equipment required for
operating and handling the equipment to its full potential should be provided
as part of the system. If these are required at a later date then the same
would have to be provided free of cost by the bidder.

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)]

1. Scope. This specification details the requirements of single mode optical


fibre cables that is intended for use in Indian Navy, which will then form the
physical layer of a highly resilient intelligent DWDM based transmission
network using multi degree colourless and directionless ROADMs to achieve
sub sec mesh protection over access network DWDM optics.

2. Introduction. The requirements of the cable within this specification are


based on operational needs in conjunction with their applications for access
network part of the Naval Communication Network. The single mode optical
fibre cable shall be of corrugated steel tape armoured type and the
transmission part of the cable shall meet ITU-T recommendation G652D for
fibre. The sensory layer of the cable shall meet ITU-T G652D standard. All
the fibres used in the cable shall meet Specification no. TEC GR NO.
TEC/GR/TX/ORM-01/04/SEP-09, Type-3.

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.

3.3 The maximum diameter of optical fibre cable shall be 20 mm 5 % of the


nominal diameter.

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.

4.2 Ribbon Dimensions. The maximum dimensions of fibre ribbon shall be


as follows and the cross section geometry of the fibre ribbon shall be as
shown in the following figure:-

Number Of Ribbon Width Ribbon Extreme Planarity


Fibres (W) height Fibres (P)
(H) (B)
12 3220 mm 360 mm 2882 mm 50 mm

Cross section of Fibre Ribbon

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.

4.4 Ribbon Mechanical Properties.

(a) Ribbon Macro-bend. Change in attenuation when wrapped : <


0.05 dB, on 60 mm diameter mandrel for 100 turns at 1310 & 1550 nm.

(b) Ribbon Compression Resistance. Change in attenuation when


subjected : < 0.05 dB, to a compressive load of 500 N at 1310 nm & at
1550 nm)

(c) Ribbon Torsion Resistance. Change in attenuation : < 0.05 dB,


(At 1310 & 1550 nm)
4.5 Optical Fibre Cable Construction Specifications. The manufacturer shall
submit the cable design (Refer Figure 2) with parameters. The manufacturer
shall submit designed calculation and the same shall be studied and checked.

(a) Secondary Protection. The primary coated fibres in the sensory


layer (outer core) shall be protected by loose packaging within a tube,
which shall be filled with thixo-tropic jelly.

(b) The parameters are as follows:-


(i) No. of fibres in a ribbon - 12

(ii) No. of ribbons in central tube - 4

(iii) No. of tube in the outer core


(sensory layer) - 8 and each tube
contain one fiber

(iv) Number of fillers - 8 and Loose tube &


fillers to be alternatively
placed

(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.

(d) Strength Member.

(i) Solid strength members (metallic or non-metallic) diametrically


opposite to each other shall only be used embedded within the
sheath if required to meet requirements of tensile strength etc.,

(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:-

(i) Primary Cable Core. Primary coated fibres in ribbon structure


shall be protected inside a central tube forming the inner core of
the cable. Inner core shall be protected with core wrapping &
moisture barrier and non-metallic moisture barrier sheath may
be applied over inner core as per point 5 (h) :Inner Sheath to
form Primary cable core.

(ii) Secondary Cable Core. Primary coated fibres in 8 loose


tubes with 8 fillers (sensory layer) to be stranded over Primary
cable core to form the outer secondary cable core with 1 F in
each tube (sensory layer). The buffer tubes shall be different
colour (As per Annexure A) maintain the fibres mechanical &
optical integrity. It shall also protect them from tensile, thermal
and vibration loads. The buffer tubes shall be gel filled to block
the ingress of water.
(f) Core Wrapping & Moisture Barrier Protection. The main cable
core containing fibres (including ribbon) shall be wrapped by non-
greasy material functioning as water blocking agent when coming into
contact with water. The dry block material shall be designed to absorb
water upon contact and swell to block further ingress of water. It shall
be non-nutritive to fungus and free from dirt and foreign matter. The
core wrapping shall not adhere to the secondary fiber coating and shall
not leave any kink marks over the loose tubes.

(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.

(h) Inner Sheath. A non-metallic moisture barrier sheath may be


applied over and above the cable core with 2 nos. of Non-metallic solid
strength members shall be embedded in the sheath (As per Annexure
A). The core shall be covered with tough weather resistant High
Density Polyethylene (HDPE) sheath, black in colour (UV Stabilized).
The colour shall conform to Munsell Colour Standards. Thickness of
the sheath shall be as per Annexure A. The sheath shall be uniform,
circular, smooth, free from pin holes, joints, mended pieces and other
defects.

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.

(j) Outer Sheath. A non-metallic moisture barrier sheath thickness shall


be as per Annexure A and applied over the electrolytic chrome coated
both side co polymer laminated corrugated steel tape armour, which
shall consist of tough weather resistant made High Density
Polyethylene (HDPE) sheath, black in colour (UV Stabilized).
Thickness of the sheath shall be uniform and minimum 2 diametrically
opposite metallic strength members embedded within the sheath and
diameter of steel wire is As per Annexure A. The sheath shall be
circular, smooth, free from pin holes, joints, mended pieces and other
defects.
(k) Cable Diameter and Weight. The manufacturer shall define the
cable diameter. The finished cable diameter shall be within 5 % of the
nominal cable diameter. manufacturer shall define the cable weight.

(l) RIP Cord.

(i) Minimum two suitable rip cords diametrically opposite to each


other shall be provided in the cable, which shall be used to open
the HDPE sheath (both inner and outer sheath) and armour of
the cable. It shall be capable of consistently slitting the sheath
without breaking for a length of 1 meter at the installation
temperature. The rip cords shall be non-wicking type and shall
not work as a water carrier.
(ii) The rip cord used in the cable shall be readily distinguishable
from any other components (e.g. Aramid Yarn etc.) utilized in
the cable construction.

GENERAL REQUIREMENTS

5. Engineering requirements.

5.1 Cable Marking.

(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.

(c) The type of legend marking on O.F. cable shall be as follows :

(i) Company Legend


(ii) Legend containing telephone mark & international acceptable
Laser symbol
(iii) Type of Cable, Fibres
(iv) Number of Fibres
(v) Year of manufacture
(vi) Sequential length marking
(vii) Users identification
(viii) Cable ID
5.2 Cable Ends

(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.

5.3 The Nominal Drum Length.

(a) Length of OF Cable in each drum shall be 2 Km 5 % and shall be


supplied as per the order. The variation in length of optical fibre cable,
as specified above (in each drum), shall be acceptable. 10% of order
quantity can be supplied in length of > 1 Kms.

(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

(v) Length of each fibre as measured by OTDR

(vi) The Cable factor - ratio of fibre / cable length

(vii) Attenuation per Km. of each fibre at 1550 nm

(viii) User's / Consignee's Name

(ix) Manufacturer's Name, Month, Year and Batch No.

(x) Group refractive index of fibres

(xi) Purchase Order No

(xii) Cable ID
5.4 Colour coding and Ribbon identification in O.F. Cables.

(a) The colorant applied to individual fibres shall be readily identifiable


throughout the life time of the cable and shall match and conform to the
MUNSELL color standards (For EIA standard EIA-359-A) or IEC
Publication 304 (4).

(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.

Colour Coding scheme of the Optical Fibres & Loose tube


No. of Fibres Fibre Identification Loose Tube Identification

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

No. of Fibres in a No. of No. of ribbons Marking on


cable tubes per tube 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

(a) Complete technical literature in English with detailed cable construction


diagram of various subcomponents with dimensions and test data and
other details of the cable shall be provided.

(b) All aspects of installation, operation, maintenance shall also be


covered in the handbook. The pictorial diagrams of the accessories
(with model no. and manufacturer name) supplied along with the cable
as package shall be also be submitted.

5.8 Safety Requirement. The material used in the manufacturing of the


single mode optical fiber cables shall be nontoxic and dermatologically safe in
its life time and shall not be hazardous to health. The manufacturer shall
submit MSDS (Material Safety Data Sheet) for all the material used in
manufacturing of optical fiber cable to substantiate the statement.

5.9 Product Qualification Requirements. The product shall be complied as per


below Qualification Programs.

(a) Initial Product Qualification (IPQ). The product manufactured on


representative production equipment should be tested for conformance
to the requirement. Once testing has shown that the product meets the
requirement, it is generally assumed that it will continue to meet the
requirement as long as the fiber design, material composition, or
manufacturing process that affect functionality of the product are not
changed.

(b) Manufacturing Quality Program (MQP). A manufacturers internal


quality program that assures the product being produced continues to
be of the same high quality that was initially tested and is shown to
meet Initial Product Acceptance criteria.

5.10 Qualification Program:

SNo Test IPQ MQP


1 Cable marking X
2 Identification marking X
3 Cable length and length markings X X
4 Fiber and unit identification X
5 Packing X
6 Shipping X
7 Cable reel X
8 Filling compound material X
9 Water-blocking material X
10 Filling material flow X
11 Cable material compatibility X
12 Cable outer diameter and jacket thickness X X
13 Cable jacket yield strength and ultimate elongation X X
14 Impact resistance X X
15 Compressive strength X X
16 Tensile strength of cable X X
17 Cable twist X X
18 Cable cyclic flexing X X
19 Cable termination X
20 Temperature cycling X X
21 21 Cable aging X
22 Water penetration X
23 Lightning damage susceptibility

5.11 Corrugated Steel Tape


The Electrolically Chrome coated mild steel tape is used for armouring of the
Optical fibre Cables to be used in the direct burial type of application. The
tape shall be both side copolymer coated. The copolymer should be such as
to bond the inner and outer sheath made up of high density polyethylene.
SNo Parameter Unit Test Method Requirement
1 Steel Tape Thickness mm 0.15 mm + 0.01mm as
per the order
2 Width of Steel Tape mm As per the order + 0.1
mm
3 Thickness of Copolymer mm 0.05 mm + 0.01
4 Colour of Copolymer Natural/Transparent
blue/green
2
5 Tensile strength at break Kg/mm ASTM E 8 15
6 Elongation at break % ASTM E 8 20
7 Coating to steel adhesion Kg/cm ASTM B736 1
strength
8 Coating to PE jacket Kg/cm 5
9 Hydrogen Generation Must not evolve
hydrogen
2
10 Load at Elongation at 0.5% Kg/mm 2.0
strain
APPENDIX N (REFERS TO SECTION VI SNO A/11 & A/12)
ELECTRONIC ROUTE MARKERS AND LOCATORS

1. ELECTRONIC ROUTE MARKER

1.1 General Description. The passive Electronic Route markers are to be


placed at every 500 metres all along the route. The location of the marker will
be specified by the purchaser. The frequency to be used in the electronic
marker will have to be unique for the project, and the manufacturer will have
to sign a Non-Disclosure Agreement for not disclosing the frequency
used for this project.

1.2 Specifications.

(a) Frequency Range & Colour - Will be unique and mutually


decided between purchaser
and bidder

(a) Depth Range - 5 Feet

(b) Usage - Every 500m in addition to


Joints, road crossing and
bridge location

(e) Operating Temperature Range - -200 C to 500 C

2. ELECTRONIC ROUTE LOCATORS

2.1 Electronic Route Locator should meet the following functional application
requirements:-

(a) It should be able to locate markers in the vicinity at 4 User defined


frequency from 50 Hz 1000 Hz.

(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.

2. Specifications for warning tape to be deployed during OFC route construction


are as given below:-

2.1 Physical Attributes of Warning Tape

(a) Thickness : 200m min.

(b) Width : 200mm min.

(c) Weight : 50g per m.

(d) Std Length : 200+/- 2m.

2.2 Other specifications of the warning tape

(a) Material Composition : LDPE.

(b) Density : 0.913 to 0.923 g/cc as per IS


2508 at 27 deg C.

(c) Colour : Orange as per IS 9938.

(d) Expected Life : 25 years after laying.

2.3 Printing on Warning Tape

(a) Print Text : CAUTION NAVAL OFC BELOW.

(b) Letter Size : 40x25x5mm.

(c) Marking Colour : Black.

(d) Marking Gap : 100mm.

(e) Manufacturer Details : ID, Batch No, Month/Year.

(f) Manufacturer Details Gap : 10m.


TECHNICAL SPECS FOR HANDHELD VARIABLE ATTENUATOR

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.

1.6 The unit should operate using rechargeable batteries

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

2.1 Fiber Type (m) : 9/125 micrometer

2.2 Wavelength increment : 1nm

2.3 Wavelength range (nm) : 1250 to 1625

2.4 Calibrated wavelengths (nm) : 1310/1550

2.5 Maximum Attenuation (Db) : 65dB

2.6 Resolution (dB) : 0.01

2.7 Insertion Loss(dB) : 1.5

2.8 Linearity (dB) : 0.1

2.9 Repeatability 2 (dB) : 0.1

2.10 Optical return loss (dB) : >50


TECHNICAL SPECS FOR LASER SOURCE

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

2.1 Central wavelength (nm) : 1310 20


1550 20

2.2 Spectral width (nm) : 5 for SM and 50/135 for MM

2.3 Output power (dBm) : 1/1 for SM and 20/20 (62.5/125 m) for MM

2.4 Power stability (dB) : 0.10

2.5 Tone generation (Hz) : 270, 1 k, 2 k


TECHNICAL SPECS FOR OPTICAL POWER METER

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

2.1 Power Range (dBm) : 26 to -50

2.2 Wavelength (nm) : 830 to 1625

2.3 Tone Detection : 270 Hz, 1 kHz and 2 kHz


TECHNICAL SPECS FOR GPS DATA COLLECTOR

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.

14. Weight with battery : 300g +/- 10%

15. Operating Temperature : -20oC to +60oC

16. The GPS Data collector should be pre-loaded with GIS client software being
supplied as part of this project.
BILL OF MATERIALS

SNo Item Description Unit Total


Qty
Material supply
2. 96F Ribbon Fibre Optic Cable Km 1250
3. 48F Intrusion Proof Fiber Optic Cable [48F Km 1500
Ribbon G.652D + 8F G.652D Sensory Fibers]
4. 48F Armoured Fibre Optic Cable Km 150
5. Permanently lubricated HDPE Km 2900
duct(40mm/33mm) along with associated
accessories
6. Fiber Distribution Management System (FDMS) Nos 400
consisting of Standard 42U Rack with Splicing
Cum Patching Shelf
7. Electronic Route marker Locator Nos 100
8. Electronic Route Marker Nos 4250
9. Route Joint Indicator Nos 13750
10. Joint Closure for 96F, 48F+8F and 48F Nos 1450
11. Warning Tape Kms 2900
12. 6F Tactical Mobile Fibre Optic Cable in lengths Km 100
of 100m x 200 Nos, 200m x 150 Nos and 400m
x 125 Nos with spool
13. Jetty Enclosure Nos 150
14. OFC Operations/maintenance kits consisting of Sets 100
Standard OFC tool kit, OFC cleaning kit, ribbon
optical fibre splicing machine, Mini OTDR (for
field usage), Optical Power meter, Variable
attenuator, OTN Tester (STM 1 - STM 64,
10Mbps to 10G and Fiber Channel 1G - 10G),
Visual Fault Locator, Laser Source and GPS
data collector. (including for TMFOC)
15. Optical Network Inventory Tool consisting of 2900 Km
Hardware, Software incl GIS maps
16. Fibre Testing and Monitoring System consisting Nos 40
of hardware and software
17. Fibre Intrusion Prevention System consisting of Nos 35
hardware and software

Você também pode gostar