14.08.2013 Views

ARMY WIDE AREA NETWORK (AWAN) - Indian Army

ARMY WIDE AREA NETWORK (AWAN) - Indian Army

ARMY WIDE AREA NETWORK (AWAN) - Indian Army

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

REQUEST FOR INFORMATION: <strong>ARMY</strong> <strong>WIDE</strong> <strong>AREA</strong> <strong>NETWORK</strong> (<strong>AWAN</strong>) PHASE-II MAIN<br />

SYSTEM LESS ENCRYPTION SYSTEM<br />

Introduction<br />

1. <strong>Army</strong> Wide Area Network (<strong>AWAN</strong>) is a secure “Desktop to Desktop” messaging<br />

system of the <strong>Indian</strong> <strong>Army</strong>. The <strong>AWAN</strong> system rides the <strong>Indian</strong> <strong>Army</strong> backbone<br />

communication network. Existing <strong>AWAN</strong> system has limited reach and capability. The<br />

proposed system envisages a state of the art secure desktop to desktop messaging system<br />

with enhanced reach and capability.<br />

Aim<br />

3. To invite responses from the prospective firms who are interested in participating in the<br />

development and execution of the proposed system.<br />

Scope<br />

4. Indicative scope of the project (structured as user, operational and system<br />

requirements) is given at Appendix ‘A’.<br />

Objective<br />

5. Directorate General of Signals (Sigs-7), Integrated HQ of MoD (<strong>Army</strong>), will evaluate<br />

responses to RFI so as to shortlist eligible Firms to issue Request for Proposal (RFP) for<br />

Project <strong>AWAN</strong> Phase –II (Main System less Encryption). Firms should furnish all details sought<br />

in Appx B to enable the user to achieve following objectives:-<br />

(a) Assess the financial capability of the Firm to handle this project.<br />

(b) Examine Firm’s experience and track record in implementation of similar projects.<br />

(c) Assess ability of Firms to provide maintenance support on pan India basis.<br />

Eligibility Requirements of the Firm<br />

6. Eligibility criteria are given at Appendix ‘B’. Compliance to all criteria is required to be<br />

individually endorsed in the RFI responses. Documents validating compliance have been<br />

indicated in the eligibility criteria. Non availability of documents in responses will indicate non<br />

compliance. Submission of responses will also indicate compliance to the following aspects:-<br />

(a) The Firm should be a System Integrator, who can implement project on turnkey<br />

basis.<br />

(b) Only <strong>Indian</strong> Residents with <strong>Indian</strong> origin will be deployed for implementation of<br />

the Project in field.<br />

(c) IPR of the customized software provided will be the property of MoD.<br />

(d) On-site Inspection by Foreign Agencies will not be allowed. Products<br />

mandating the same will not form a part of the solution offered.


(e) Guarantee that all software patches/upgrades, spares and consumables will be<br />

provided for a period of ten years including three years warranty irrespective of<br />

availability of OEM support.<br />

(f) Firms shortlisted for issue of RFP will be required to sign “Non- Disclosure<br />

Agreement” with “Government of India before issue of tender papers as well as before<br />

award of contract.<br />

(g) The firm should posses the following certifications. Copy of certificates to be<br />

attached to the RFI response.<br />

Evaluation Process<br />

(i) ISO 9001:2000 or equivalent certification for Quality management<br />

standards.<br />

(ii) ISO 27000:2005 or equivalent certification for Information Security<br />

Management System in case custom software is being developed by the Firm.<br />

(iii) ISO 20000/BS 15000 or equivalent by HW OEM partner for Information<br />

Technology Service Management.<br />

7. Short listing of Firms will be carried out based on vendor responses to the compliance of<br />

eligibility criterion. Compliance is required to be submitted in the exact format given at<br />

Appendix ‘B’. Firm submitting compliance in any other format or non-submission of any<br />

documents or incomplete information shall automatically disqualify and will not be considered<br />

for the selection process. Firms may be asked to give a presentation on capability, capacity<br />

and experience to undertake the said project to the committee, if required.<br />

Miscellaneous Issues<br />

8. Right to suspend the RFI process or part of the process to accept or reject any or all<br />

applications at any stage of the process and/ or to modify the process or any part thereof at<br />

any time without assigning any reason is reserved with the user without any obligation or<br />

liability whatsoever.<br />

Procedure for Response<br />

9. Firms are requested to forward their response to the proposal of <strong>AWAN</strong> II as per<br />

requirement listed in the preceding paragraphs along with introductory brief of their companies<br />

as per proforma given at Appendix ‘C’.<br />

10. The response to this RFI may be forwarded through registered post/courier by 1200 h on<br />

19 Feb 2011 to the under mentioned address :-.<br />

Director<br />

Directorate General of Signals (Sigs-7)<br />

General Staff Branch<br />

Integrated HQ of MoD (<strong>Army</strong>)<br />

Room No 649, ‘A’ Wing, Sena Bhawan<br />

Rajaji Marg, New Delhi -110105<br />

Telephone : 011-23019746<br />

Fax No : 011-23018933


USER REQUIREMENTS<br />

Appendix ‘A’<br />

(Refers to Para 4 of RFI for<br />

<strong>AWAN</strong>-II)<br />

1. Project <strong>Army</strong> Wide Area Network (<strong>AWAN</strong>) Phase II is proposed for implementation of a<br />

desktop to desktop secure workflow and messaging solution for users of the <strong>Indian</strong> <strong>Army</strong>. It<br />

requires a single system which should provide basic services like formal and informal<br />

messaging, portal, FTP etc. The solution will also have its own directory services, security<br />

architecture based on asymmetric key algorithm, certification and registration services. This<br />

system will be implemented on IP/MPLS based framework. The proposed solution should be<br />

platform/OS independent. The technology used for the solution should be open standards with<br />

minimum operational complexity.<br />

2. The network architecture for the Project <strong>AWAN</strong>-II will be hierarchical to cater for the<br />

need of assured application delivery, scalability and high availability. The existing media of the<br />

<strong>Indian</strong> <strong>Army</strong> will be made use of for this project. It will have self organizing network architecture<br />

which will provide high resilience and fast convergence with minimal network failover time.<br />

Management traffic should be restricted to minimum during change in network topology, to<br />

avoid unnecessary flooding of the network and bandwidth wastage. A disaster recovery should<br />

be built into the system at various levels to ensure continuous availability of services and will<br />

be transparent to the users. All the network devices should be manageable through a central<br />

NMS. The system should also be able to work with Combat Net Radio and in poor media<br />

conditions i.e. as low as 600 bps.<br />

3. The implementation of the proposed solution is envisaged as given below:-<br />

(a) Hardware. The system will be implemented in a hierarchical architecture. It will<br />

be based on the concept of communication node called Message Processing Server<br />

(MPS). These MPSs will be installed at approximately (300-500) locations on Pan India<br />

basis and this number may further increase as and when MPSs from various static<br />

locations are split, uprooted and deployed in an operational area. Most of these MPSs<br />

will be static. However, certain MPSs are required to be mounted on vehicles, to be<br />

provided by user. These transportable nodes will cater for those users who move out<br />

temporarily for short duration. Each communication node will comprise of major<br />

equipments like routers, switches, servers, firewall, IPS etc. The configuration and<br />

scale of equipments at each node may vary depending upon the user requirement.<br />

<strong>AWAN</strong>-II will also have support for integration with other IP/MPLS or ATM based<br />

network. The system will also be integrated with the inline encryption device provided by<br />

the user to be used between clients and servers.<br />

(b) Software. Besides the standard operating system/firmware required for the<br />

servers/network equipments following application software will form part of the project:-


(i) Application Software for Basic Services. Application software to<br />

support various services like formal and informal messaging, web portal, FTP,<br />

directory services based on LDAP, Network management etc. are required. The<br />

solution of <strong>AWAN</strong>-II will also be integrated with other existing applications like<br />

Single Sign On, Patch Management, Antivirus and Firewall. The application<br />

software will be structured to suit the work flow of the user i.e. setting up of<br />

priority, security classification, drafter/approver concept etc. and should comply<br />

with Military messaging standards being used internationally. It should provide<br />

assured delivery of all services.<br />

(ii) Application Software for Security Architecture. A purely customized<br />

application software for implementation of asymmetric key algorithm is required.<br />

The source code of implementation of PKI and encryption algorithms would<br />

require to be submitted to System Analysis Group (SAG), DRDO for evaluation.<br />

This should be able to provide security services like Confidentiality, Integrity,<br />

Availability, Authentication, Non Repudiation and Survivability. These services<br />

should be available using password as well as token based. The software will<br />

also have support for certification and registration services.<br />

4. Miscellaneous requirements are given below:-<br />

(a) Training. A detailed and comprehensive training is required to be imparted to<br />

the users on operation and trouble shooting of the system.<br />

(b) Maintenance. The proposed system is intended to be in use for 10 years.<br />

It will be under warranty for three year followed by seven years of AMC. The terms and<br />

conditions of AMC will be decided mutually at the time of signing of contract.


SER<br />

NO<br />

I. INTRODUCTION<br />

CRITERIA<br />

COMPLIANCE<br />

STATUS<br />

(YES/NO)<br />

ELIGIBILITY CRITERIA<br />

DOCUMENTARY EVIDENCE IN SUPPORT OF<br />

COMPLIANCE STATUS<br />

Appendix ‘B’<br />

(Refers to Para 6 of RFI for <strong>AWAN</strong>-II)<br />

DOCUMENTS<br />

SUBMITTED<br />

(YES/NO)<br />

REFERENCE<br />

FROM THE<br />

DOCUMENTS<br />

SUBMITTED BY<br />

FIRM<br />

1. SI. Responses to the RFI for this project will be submitted by a System Integrator henceforth called as “SI” in this document. The SI will be responsible for<br />

delivery and professional services for the <strong>Army</strong> Wide Area Network. The SI cannot participate in more than one bid. The user department shall deal only with the<br />

SI.<br />

2 OEM for IP/MPLS Network. The IP/MPLS equipment proposed to be provided should be carrier class, tested, certified and from reputed OEMs.<br />

3. OEM for Software Applications The software applications comprise of limited workflow, portal, directory services, network management, FTP, Certification and<br />

Registration services, mail and messaging. The SI shall specify the arrangement with software application vendor and/or with software customization vendor.<br />

Software applications have to be from reputed OEMs.


SER<br />

NO<br />

II. GENERAL CRITERIA<br />

(a) SI<br />

CRITERIA<br />

1. Is the Firm an <strong>Indian</strong> registered company under<br />

Company Act 1956 having <strong>Indian</strong> Management<br />

and control with Resident <strong>Indian</strong> Nationals? (Firm<br />

should be in existence in India for at least three<br />

years)<br />

2. Will the SI be able to quote for 100% of the<br />

quantities?<br />

COMPLIANCE<br />

STATUS<br />

(YES/NO)<br />

DOCUMENTARY EVIDENCE IN SUPPORT OF<br />

COMPLIANCE STATUS<br />

(a) Certificate of incorporation from Registrar of<br />

companies having clearance from RBI wherever<br />

applicable (Applicability to be specified by the SI).<br />

(b) Articles and Memorandum of Association.<br />

(c) Latest valid TIN, PAN and Excise & Sales Tax<br />

Registration number.<br />

(d) Details of the firm along with List of Directors<br />

on the Board of the Company with their<br />

address(es), contact telephone numbers, PIN etc.<br />

(e) Documentary evidence for registration with<br />

proof for Management and Control of Company<br />

with Resident <strong>Indian</strong> Nationals in the form of Form<br />

32 pursuant to sections 303(2), 264(2) or<br />

266(1)(a) and 266(1)(b)(iii) of Company Act 1956.<br />

The Management and Control with Resident<br />

<strong>Indian</strong> Nationals implies majority of Board of<br />

Directors of the Company should comprise<br />

individuals who are:-<br />

(i) <strong>Indian</strong> citizens as per the <strong>Indian</strong> Citizenship<br />

Act 1955.<br />

(ii) Resident <strong>Indian</strong> Nationals as per <strong>Indian</strong><br />

Income Tax Act 1961, Section 6.<br />

Certificate from the Firm<br />

DOCUMENTS<br />

SUBMITTED<br />

(YES/NO)<br />

REFERENCE<br />

FROM THE<br />

DOCUMENTS<br />

SUBMITTED BY<br />

FIRM


SER<br />

NO<br />

CRITERIA<br />

3. Will there be an agreement between SIs and<br />

IP/MPLS and software application OEMs to<br />

ensure traceability and accountability with respect<br />

to entire scope of this project from hardware,<br />

software and services perspective on project life<br />

cycle basis.<br />

4. What are the details of backend arrangement for<br />

third party solution providers?<br />

5. The Firm should not be blacklisted or involved in<br />

corrupt and fraudulent practices with any<br />

central/state government ministries / affiliates or<br />

PSUs for telecom related projects in India during<br />

last three years.<br />

COMPLIANCE<br />

STATUS<br />

(YES/NO)<br />

DOCUMENTARY EVIDENCE IN SUPPORT OF<br />

COMPLIANCE STATUS<br />

Agreement between SI and various OEMs<br />

Copies of relevant backend agreements<br />

Company Secretary certified documents to this<br />

effect.<br />

Note: In case the bidder is a subsidiary of a parent company the clauses mentioned above are applicable only to the subsidiary.<br />

(b) IP-MPLS/ Software OEMs<br />

1. Is the Firm an <strong>Indian</strong> registered company under<br />

Company Act 1956? (Firm should be in existence<br />

in India for at least three years)?<br />

2. The Firm should not be blacklisted or involved in<br />

corrupt and fraudulent practices with any<br />

central/state government ministries / affiliates or<br />

PSUs for telecom related projects in India during<br />

last three years.<br />

(a) Certificate of incorporation from Registrar of<br />

companies having clearance from RBI wherever<br />

applicable (Applicability to be specified by the<br />

OEMs).<br />

(b) Articles and Memorandum of Association.<br />

(c) Latest valid TIN, PAN and Excise & Sales Tax<br />

Registration number.<br />

(d) Details of the firm along with List of Directors on<br />

the Board of the Company with their address(es),<br />

contact telephone numbers, PIN etc.<br />

(e) Documentary evidence for registration with proof<br />

for Management and Control of Company<br />

Company Secretary certified documents to this<br />

effect.<br />

DOCUMENTS<br />

SUBMITTED<br />

(YES/NO)<br />

REFERENCE<br />

FROM THE<br />

DOCUMENTS<br />

SUBMITTED BY<br />

FIRM


SER<br />

NO<br />

III. FINANCIAL CRITERIA<br />

(a) SI<br />

CRITERIA<br />

1. Is the Firm profit-making for each of the last three<br />

years and have Cumulative turnover (last three<br />

fiscal years) of at least Rs 1500 Cr?<br />

2. Is the firm capable of undertaking a Pan India<br />

project of national importance?<br />

(b) IP-MPLS/ Software OEMs<br />

1. Is the Firm profit-making for each of the last three<br />

years?<br />

IV. TECHNICAL CRITERIA<br />

(a) SI<br />

1. The SI must have strong System Integration and<br />

Project Management (SIPM) portfolio for delivery<br />

of required services<br />

2. Is the Firm an ISO 9001:2000 or equivalent<br />

certified for Quality management standards?<br />

3. Does the Firm have ISO 27000:2005 or equivalent<br />

certification for Information Security Management<br />

System in case custom software is being<br />

developed by the Firm?<br />

4. Does the Firm have certification for ISO 20000/BS<br />

15000 or equivalent for Information Technology<br />

Service Management?<br />

COMPLIANCE<br />

STATUS<br />

(YES/NO)<br />

DOCUMENTARY EVIDENCE IN SUPPORT OF<br />

COMPLIANCE STATUS<br />

Documentary proofs including audited and<br />

certified financial reports (including Balance sheet,<br />

P & L statement) are required to be submitted for<br />

each of the financial years reporting turnover and<br />

net profit.<br />

Bankers Solvency Certificate for at least Rs 150<br />

Cr.<br />

Documentary proofs including audited and<br />

certified financial reports (including Balance sheet,<br />

P & L statement) are required to be submitted for<br />

each of the financial years reporting turnover and<br />

net profit.<br />

Performance certificate from customers having a<br />

similar Pan <strong>Indian</strong> Network.<br />

Current and valid certificate<br />

Current and valid certificate<br />

Current and valid certificate<br />

DOCUMENTS<br />

SUBMITTED<br />

(YES/NO)<br />

REFERENCE<br />

FROM THE<br />

DOCUMENTS<br />

SUBMITTED BY<br />

FIRM


SER<br />

NO<br />

CRITERIA<br />

5. The bidder shall provide list of names of main<br />

technology partners, platforms and<br />

hardware/software solutions proposed in the bid.<br />

Can the Firm provide the proposed<br />

implementation plan for the messaging<br />

application?<br />

6. Will the Firm provide an undertaking to share with<br />

the user, the source codes of all exclusively<br />

developed software / customizations done for the<br />

project? This will, however, not include source<br />

codes of standard COTS applications used by<br />

the Firm. IPR of customized software would<br />

belong to MoD.<br />

7. Does the Firm guarantee to provide all software<br />

patches/upgrades for a period of ten years.<br />

8. Does the Firm confirm that there are no<br />

infringements of any Patent rights and the transfer<br />

of IPRs for the customized part of the software as<br />

per the laws of the country?<br />

9. Would you be able to provide source code for<br />

implementation of Asymmetric key and Encryption<br />

algorithms?<br />

COMPLIANCE<br />

STATUS<br />

(YES/NO)<br />

DOCUMENTARY EVIDENCE IN SUPPORT OF<br />

COMPLIANCE STATUS<br />

(a) The proposed implementation plan to be<br />

provided. The plan must cover following aspects:-<br />

(i) Whether an existing messaging application<br />

will be customized to meet user’s requirements<br />

or it will be developed ab initio.<br />

(ii) If proposed to be customized then the<br />

COTS messaging applications likely to be<br />

used must be listed.<br />

(b) List of names of main technology partners,<br />

platforms<br />

proposed.<br />

and hardware/software solutions<br />

Commitment letter from Firm<br />

Commitment letter from Firm<br />

Commitment letter from Firm<br />

Commitment letter from Firm<br />

DOCUMENTS<br />

SUBMITTED<br />

(YES/NO)<br />

REFERENCE<br />

FROM THE<br />

DOCUMENTS<br />

SUBMITTED BY<br />

FIRM


SER<br />

NO<br />

CRITERIA<br />

10. The bidder should be able to support in situ<br />

repairs at users’ premises and have support<br />

centres in India.<br />

(b) IP-MPLS/ Software OEMs<br />

1. The quoted models are currently being offered<br />

and should have been deployed in a live network.<br />

2. Offered network equipments/Operating System<br />

should be EAL certified on date of submission.<br />

3. Is the Firm an ISO 9001:2000 or equivalent<br />

certified for Quality management standards?<br />

4. Does the Firm have ISO 27000:2005 or equivalent<br />

certification for Information Security Management<br />

System in case custom software is being<br />

developed by the Firm?<br />

5. Does the Firm have certification for ISO 20000/BS<br />

15000 or equivalent for Information Technology<br />

Service Management?<br />

6. Will the customized application software be<br />

developed by a Firm having adequate Capability<br />

Maturity Model (CMM) certification?<br />

COMPLIANCE<br />

STATUS<br />

(YES/NO)<br />

DOCUMENTARY EVIDENCE IN SUPPORT OF<br />

COMPLIANCE STATUS<br />

Details of support centes to be furnished<br />

Certificate from the existing customer<br />

Commitment letter from the firm<br />

Current and valid certificate<br />

Current and valid certificate<br />

Current and valid certificate<br />

Current and valid certificate of the Firm or<br />

agreement with certified firm along with certificate<br />

DOCUMENTS<br />

SUBMITTED<br />

(YES/NO)<br />

REFERENCE<br />

FROM THE<br />

DOCUMENTS<br />

SUBMITTED BY<br />

FIRM


SER<br />

NO<br />

CRITERIA<br />

V. CAPABILITY AND EXPERIENCE CRITERIA<br />

(a) SI<br />

1. Has the Firm successfully completed at least one<br />

or more projects of such a large scale (including<br />

supply, installation and integration of IT<br />

equipments like Routers, High-end Servers,<br />

Network Area storage, Switches etc.) as a System<br />

Integrator in last five years?<br />

2. The proposed system is to be integrated with<br />

the existing networks of the <strong>Indian</strong> <strong>Army</strong>. The<br />

proposed system should be open-standard<br />

and fully integrable with the existing networks.<br />

Does the Firm have experience in integration to<br />

existing networks?<br />

3. Is the Firm capable of providing maintenance<br />

support for minimum of ten years? It will include<br />

facilities and spares backup for on-site<br />

maintenance support to include resident<br />

engineer.<br />

(b) IP-MPLS/ Software OEMs<br />

1. The IP-MPLS OEM equipment offered should be<br />

deployed in MPLS network in India with large No.<br />

of nodes.<br />

2. The OEM of main technology block for this project<br />

must have supplied equipment<br />

(Routers/switches/security systems) for such a<br />

large scale network in the last ten years.<br />

3. The OEMs should be able to support the system<br />

for seven years after the warranty period.<br />

COMPLIANCE<br />

STATUS<br />

(YES/NO)<br />

DOCUMENTARY EVIDENCE IN SUPPORT OF<br />

COMPLIANCE STATUS<br />

Details of such projects along with performance<br />

certificate from the customer in this regard to<br />

include maintenance aspects.<br />

Firm shall produce performance certificate from<br />

the customer in this regard. The performance<br />

certificate/report should also provide broad details<br />

of Network topology & equipment details.<br />

Existing establishment in India for on-site<br />

maintenance, technical support, repair and<br />

training along with address and contact numbers.<br />

Details of such networks with No of nodes and<br />

Client reference certificate from existing<br />

customers.<br />

Undertaking to be provided by the OEM.<br />

A letter from OEM signed by authorized signatory<br />

(who is legally competent to sign the agreement<br />

on behalf of the OEM) to be enclosed.<br />

DOCUMENTS<br />

SUBMITTED<br />

(YES/NO)<br />

REFERENCE<br />

FROM THE<br />

DOCUMENTS<br />

SUBMITTED BY<br />

FIRM<br />

Note: Criteria mentioned above are broad criteria for selection of vendors. Responses to the RFI will form basis for short listing vendors for participating in<br />

the project. Conditional/partial compliance may not be sole criteria for rejection.


1. Name of the Vendor/Company/Firm.<br />

INFORMATION PROFORMA<br />

(INDIAN VENDORS)<br />

Appendix ‘C’<br />

(Refers to Para 9 of RFI for<br />

<strong>AWAN</strong>-II)<br />

______________________________________________________________________<br />

_____________________________________________________________<br />

(Company profile, in brief, to be attached)<br />

2. Type (Tick the relevant category).<br />

Original Equipment Manufacturer (OEM) Yes/No<br />

Authorised Vendor of foreign Firm Yes/No (attach details, if yes)<br />

Others (give specific details) __________________________________________<br />

__________________________________________________________________<br />

3. Contact Details.<br />

Postal Address:<br />

______________________________________________________________________<br />

_________________________________________________________________<br />

City : ______________________ State : ______________________________<br />

Pin Code : ___________________ Tele : ____________________________<br />

Fax : _______________________URL/Web Site: ______________________<br />

4. Local Branch/Liaison Office in Delhi (if any).<br />

Name & Address: ___________________________________________________<br />

__________________________________________________________________<br />

Pin code : ______________ Tel : ______________ Fax : __________________<br />

5. Financial Details.<br />

(a) Category of Industry (Large/medium/small Scale) :____________________<br />

(b) Annual turnover: _______________________ (in INR)<br />

(c) Number of employees in firm: _________________________________<br />

(d) Details of manufacturing infrastructure : _____________________________


__________________________________________________________________<br />

(e) Earlier contracts with <strong>Indian</strong> Ministry of Defence/Government agencies :<br />

Contract Number Equipment Quantity Cost<br />

6. Certification by Quality Assurance Organisation.<br />

Name of Agency Certification Applicable from<br />

(date & Year)<br />

7. Details of Registration.<br />

Agency<br />

DGS&D<br />

DGQA/DGAQA<br />

OFB<br />

DRDO<br />

Any other Government<br />

Agency<br />

Valid till<br />

(date & year)<br />

Registration No Validity (Date) Equipment<br />

8. Membership of FICCI/ASSOCHAM/CII or other Industrial Associations.<br />

Name of Organistion Membership Number<br />

9. Equipment/Product Profile (to be submitted for each product separately)<br />

(a) Name of Product : ____________________________________________<br />

(Should be given category wise for e.g. all products under night vision devices to be<br />

mentioned together)<br />

(b) Description (attach technical literature): _____________________________<br />

__________________________________________________________________<br />

(c) Whether OEM or Integrator : __________________________________<br />

(d) Name and address of Foreign collaborator (if any):_____________________<br />

(e) Industrial License Number: ____________________________________


(f) Indigenous component of the product (in percentage): __________________<br />

(g) Status (in service /design & development stage): ______________________<br />

__________________________________________________________________<br />

(h) Production capacity per annum: ___________________________________<br />

(j) Countries/agencies where equipment supplied earlier (give details of quantity<br />

supplied): __________________________________________________<br />

__________________________________________________________.<br />

10. Any other relevant information: ____________________________________<br />

______________________________________________________________________

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!