Extended range remotely piloted aircraft system (rural, remote and borders)

The Royal Canadian Mounted Police (RCMP) is seeking the development of an "extended range remotely piloted aircraft" that can travel at effective airspeeds and be deployed over large distances to provide an initial view of a given location for responding RCMP members, applicable to both border protection and remote policing response. This will provide real-time situational awareness.

Challenge sponsor:
Royal Canadian Mounted Police (RCMP)

Funding mechanism:
Contract

Opening date:
September 19, 2024

Closing date:
November 7, 2024, 14:00 Eastern Time

Here are a few things you need to know before you get started on your application to this challenge:

  1. This challenge is only open to receive proposals for Phase 1 (Proof of Feasibility) of our Challenge Stream. Proposed solutions that fall within technology readiness levels (TRL) 1-4 can be submitted to this challenge
  2. We recently made changes to the Challenge Stream, we have outlined the new parameters here
  3. Read through the official solicitation documents
  4. To read the tender notice for this specific challenge, refer to Tender Notice | CanadaBuys

Challenge
 

Problem statement

RCMP operational members often serve rural communities and their jurisdictions cover very large territories. Having Remotely Piloted Aircraft System (RPAS) technology that can travel at high speed over long distances would help increase police and public safety by arriving first on scene, retrieving as much information as possible and relaying it to emergency service personnel on their way.

This technology would be particularly useful in search and rescue operations, and responding to emergency calls or natural disasters, where time is of the essence. RPAS can fly direct to location, alleviating any traffic or ground roadblocks, thus enhancing response time.

Desired outcomes and considerations

Essential (mandatory) outcomes

The proposed solution must:

  1. Have a maximum take-off weight less than 150 kg
  2. Be able to operate in sustained winds up to 80 km/h and gusts to 100 km/h
  3. Be able to operate in temperatures ranging from -30° C to +45° C
  4. Be able to fly in light rain, snow, and icy conditions
  5. Have an airspeed capability of 100 km/h.
  6. Have an advanced automatic navigation and flight control system to operate effectively without constant manual intervention
  7. Be capable of flying a minimum of 400 km within a single flight.
  8. Be capable of at least five hours of continuous flight at any loiter speed
  9. Be able to carry various payloads, including high-resolution cameras, thermal imaging equipment, and possibly other lightweight sensors.
  10. Be able to meet all core IT security requirements for the RCMP, including:
    1. Implementing data encryption at rest and in-transit following ITSP.40.111
    2. Implementing encryption in RPAS control communications following ITSP.40.111
    3. Storing and processing data within the geographic boundaries of Canada
    4. Using a cloud service provider for backend services that has been assessed as part of the Government of Canada Cloud Framework Agreements
  11. Be able to take off and land vertically (VTOL)

Additional outcomes

The proposed solution should:

  1. Ideally, have a maximum takeoff weight of 25kg.
  2. Automatically maintain a consistent altitude relative to the ground over mountainous terrain
  3. Be able to operate at an ideal altitude of 400 feet Above Ground Level (AGL), but be capable of operating up to 700 feet AGL
  4. Be able to detect motion automatically and send an alert (i.e. detect, assess, track, and identify car-sized vehicles and persons from a distance of at least 1000 meters).
  5. Be equipped with secure and reliable real-time data transmission capabilities to stream live video feeds and other sensor data to ground control stations for immediate analysis and response, even in remote and rural areas
  6. Be able to capture high-resolution video/images, with date and location information
  7. Be compatible with the Tactical Awareness Kit
  8. Be able to meet the following additional core IT security requirements for the RCMP:
    1. Sourcing software and hardware components with awareness of the Supply Chain Integrity process ITSAP.10.070
    2. Supporting patch management through RCMP automated and controlled firmware and software updates.

Background and context

The RCMP uses commercial off-the shelf RPAS for a variety of different applications. For example, an officer on shift can deploy an RPAS at a call for service if the officer feels the RPAS can enhance situational awareness or provide investigative value. Yet, while RPAS is effective in municipal settings, there is a need to further develop RPAS to be used in rural and remote settings with BVLOS capability and extended range capability.

Here are various examples where an RPAS solution would help support police work in remote areas:

  • An armed robbery occurs at a remote location with suspects fleeing the scene on foot or in a vehicle; RPAS can assist in locating the suspects.
  • During a break and enter in progress, RPAS can attend the scene to record the act in progress and provide updates to responding officers of identified risks to public and officers. In addition to providing real time updates of location of suspects if they depart the scene prior to the ground response arrival.
  • Ground pursuit of vehicles increases the risk to the safety of the public; air observations of the vehicle until it comes to a stop in a safe location for intercept by ground units greatly reduces the risk to the public.

The RCMP would like to explore a RPAS solution that would act as air support to the event to allow a timely response.

For the challenge at hand, the RCMP is seeking the Bidder to adapt or develop an extended range RPAS solution, capable of supporting policing operations in rural and remote Canadian environments. The RCMP is challenging industry to design an RPAS solution that is reasonably affordable and capable of enhancing police and public safety for all communities served by the RCMP.

Maximum contract value and travel

Multiple contracts could result from this Challenge.

Phase 1

  • The maximum funding available for any Phase 1 contract resulting from this Challenge is : $300,000.00 CAD excluding applicable taxes, shipping, travel and living expenses, as required.
  • The maximum duration for any Phase 1 contract resulting from this Challenge is up to 6 months (excluding submission of the final report).
  • Estimated number of Phase 1 contracts: 2

Phase 2

Note: Only eligible businesses that have successfully completed Phase 1 will be invited to submit a proposal for Phase 2.

  • The maximum funding available for any Phase 2 contract resulting from this Challenge is : $1,000,000.00 CAD excluding applicable taxes, shipping, travel and living expenses, as required.
  • The maximum duration for any Phase 2 contract resulting from this Challenge is up to 12 months (excluding submission of the final report).
  • Estimated number of Phase 2 contracts: 1

This disclosure is made in good faith and does not commit Canada to award any contract for the total approximate funding. Final decisions on the number of Phase 1 and Phase 2 awards will be made by Canada on the basis of factors such as evaluation results, departmental priorities and availability of funds. Canada reserves the right to make partial awards and to negotiate project scope changes.

Note: Selected companies are eligible to receive one contract per phase per challenge.

Travel

The Bidder may be required to travel to a pre-determined remote testing site in Alberta (depending on their location).

Kick-off meeting

All communication will take place by telephone or video conference.

Progress review meeting(s)

Any progress review meetings will be conducted by telephone or video conference.

Final review meeting

All communication will take place by telephone or video conference.

Eligibility
 

Solution proposals can only be submitted by a small business that meets all of the following criteria:

  • for profit
  • incorporated in Canada (federally or provincially)
  • 499 or fewer full-time equivalent (FTE) employeesFootnote **
  • research and development activities that take place in Canada
  • 50% or more of its annual wages, salaries and fees are currently paid to employees and contractors who spend the majority of their time working in CanadaFootnote **
  • 50% or more of its FTE employees have Canada as their ordinary place of workFootnote **
  • 50% or more of its senior executives (Vice President and above) have Canada as their principal residenceFootnote **

Evaluation criteria

Phase 1

The Applicant (offeror) must complete the Challenge Stream Submission Form with a degree of information sufficient to enable Canada's assessment of the proposal against the criteria and the Evaluation Schema. The information must demonstrate how the proposal meets the criterion. The Applicant (offeror) may not add information to their submission at a later time.

Part 1: Phase 1 - Mandatory Criteria

Proposals must meet all Mandatory Criteria identified by achieving a "Pass" in order to proceed to Part 2. Proposals that do not meet all Mandatory Criteria will be deemed non-responsive and given no further consideration.

Mandatory Criteria

(Applicant's proposal must address)

Question 1 a: Scope

Describe the proposed innovation and demonstrate how it responds to the challenge. Include in your description the scientific and technological basis upon which the solution is proposed and clearly demonstrate how the solution meets all of the Essential Outcomes in the Desired Outcomes section in the Challenge Notice.

Question 1 a: Evaluation Schema (Mandatory – Pass/Fail)
Pass

The proposed innovation is within the scope for the challenge, and clearly addresses all Essential Outcomes identified in the Challenge.

Fail

The proposed solution is articulated as out of scope for the challenge.

or

The proposal does not clearly demonstrate how the proposed solution addresses all Essential Outcomes identified in the challenge.

or

The proposed solution is poorly described and does not permit concrete analysis.

or

There is little to no scientific and/or technological evidence that the proposed solution is likely to meet all Essential Outcomes.

Question 2: Current Technology Readiness Level (TRL)
  1. Indicate the current TRL of the proposed solution. (Drop Down Menu of the Challenge Stream Submission Form)
  2. Describe the research and development activities that have taken place to bring the proposed solution to the stated TRL.

This section should include:

  • A description of the method of research
  • The solution objectives and an analysis of the results proving the feasibility of the solution
  • Data proving the solution's feasibility
  • Evidence to demonstrate the highest level of validation conducted (e.g. activities such as paper studies, analytic studies, components that are not yet integrated or representative, integration of "ad hoc" hardware in the laboratory, laboratory testing, simulated environment, field testing, debugging, etc.)
  • The type of environment(s) in which this was done and by whom, including title
Question 2: Evaluation Schema (Mandatory – Pass/Fail)
Pass:

The Applicant (offeror) has demonstrated that the proposed solution is currently between TRL 1 to 4 (inclusive), and provided justification by explaining the research and development (R&D) that has taken place to bring the solution to the stated TRL.

Fail:

The Applicant (offeror) has not provided sufficient evidence to demonstrate that the current TRL is between 1 to 4 (inclusive) including:

  1. There is insufficient/no evidence provided for TRL judgment.
  2. The solution involves the development of basic or fundamental research.
  3. The solution is demonstrated at TRL 5 or higher.
  4. Insufficient/unclear/no justification explaining the R&D that took place to bring the solution to the stated TRL.
  5. The explanation simply paraphrases the description of a given TRL level.
Question 3a: Innovation

Demonstrate how the proposed solution meets one or more of the ISC definitions of innovation below:

  1. An inventionFootnote *, new technology or new process that is not currently available in the marketplace.
  2. Significant modifications to the application of existing technologies/components/processes that are applied in a setting or condition for which current applications are not possible or feasible.
  3. An improvement in functionality, cost or performance over an existing technology/process that is considered state-of-the-art or the current industry best practice.
Question 3a: Evaluation Schema (Mandatory – Pass/Fail)
Pass:

The proposed solution meets one or more of the ISC definitions of innovation.

Fail:
  • The proposed solution does not meet any of the ISC definitions of innovation
    or
  • The proposed solution is an incremental improvement, "good engineering", or a technology that would go ahead in the normal course of product development (i.e. the next version or release).
Question 3b: Advance on State of the Art

Describe in detail the competitive advantages and level of advancement over existing technologies. Where appropriate, name existing technologies as well as potential substitutes or competitors.

To demonstrate this, the proposal must include the following information:

  • Improvements (minor or major) over existing technologies or substitutes. Use direct comparison.
  • How the proposed innovation will create competitive advantages in existing market niches or market spaces.
Question 3b: Evaluation Schema (Mandatory Criteria – Pass/Fail + Points)
0 points/Fail:
  • The Applicant (offeror) has not demonstrated that the proposed solution advances the state-of-the-art over existing technologies, including available competing solutions; or
  • The proposed solution improves minimally upon the current state of the art, though not sufficiently enough to create competitive advantages in existing market niches; or
  • The stated advancements are described in general terms but are not substantiated with specific, measurable evidence.
5 points/Pass:
  • The Applicant (offeror) has demonstrated that the proposed solution offers one or two minor improvements to existing technologies, including available competing solutions that have potential to create competitive advantages in existing market niches.
12 points/Pass:
  • The Applicant (offeror) has demonstrated that the proposed solution offers three or more minor improvements to existing technologies, including available competing solutions, that together are likely to create competitive advantages in existing market niches; or
  • The Applicant (offeror) has demonstrated that the proposed solution offers one significant improvement to existing technologies that is likely to create competitive advantages in existing market niches.
20 points/Pass:
  • The Applicant (offeror) has demonstrated that the proposed solution offers two or more significant improvements to existing technologies, including available competing solutions that are likely to create competitive advantages in existing market niches and could define new market spaces; or
  • The Applicant (offeror) has demonstrated that the proposed solution can be considered a new benchmark of state of the art that is clearly ahead of competitors and that is likely to define new market spaces.

Part 2: Phase 1 - Point-Rated Criteria

Proposals must meet the overall minimum pass mark of 65 of 130 possible total points (50%) to be deemed responsive. Proposals that do not achieve the minimum pass mark will be declared non-responsive and given no further consideration.

Point-Rated Criteria

(Applicant's proposal to address)

Question 1b: Scope

Demonstrate the scientific and technological basis of how the proposed solution addresses the Additional Outcomes (if identified) in the Desired Outcomes section in the Challenge Notice. If no Additional Outcomes are identified in the Challenge Notice, text entered in this section will not be considered.

If no Additional Outcomes are identified in the Challenge Notice, Applicants (offerors) will receive 10 points.

Question 1b: Evaluation Schema (Point-Rated)
  1. Insufficient or no information provided to demonstrate that the solution will address any of the Additional Outcomes. 0 points
  2. Information provided demonstrates that the solution will address some (<50%) of the Additional Outcomes. 3 points
  3. Information provided demonstrates that the solution will address most (50% or more) of the Additional Outcomes. 6 points
  4. Information provided demonstrates that the solution will address all (100%) of the Additional Outcomes. 10 points
Question 4: Phase 1 Science and Technology (S&T) Risks

Identify potential scientific and/or technological risks to the development of the proof of feasibility and describe how they will be mitigated in Phase 1.

Question 4: Evaluation Schema (Point-Rated)
  1. Information is insufficient or no information provided to demonstrate that the Applicant (offeror) has identified potential risks and described associated mitigation strategies or information provided contains significant gaps in risks and/or associated mitigation strategies. 0 points
  2. Information provided demonstrates that the Applicant (offeror) has identified potential risks and described associated mitigation strategies but there are minor gaps in risks and/or associated mitigation strategies. 5 points
  3. Information provided demonstrates that the Applicant (offeror) has identified the potential risks and described associated mitigation strategies. 10 points
Question 5: Phase 1 Project Risks

Identify potential project risks to the development of the proof of feasibility and describe how they will be mitigated in Phase 1.

Applicants (offerors) should address the following risks:

  • Human Resources
  • Financial
  • Project Management
  • Intellectual Property
  • Supply chain issues

Note: S&T risks should not be included in this section. Question 4 addresses S&T risks.

Question 5: Evaluation Schema (Point-Rated)
  1. Information is insufficient or no information provided to demonstrate that the Applicant (offeror) has identified potential risks and described associated mitigation strategies or information provided contains significant gaps in risks and/or associated mitigation strategies. 0 points
  2. Information provided demonstrates that the Applicant (offeror) has identified potential risks and described associated mitigation strategies but there are minor gaps in risks and/or associated mitigation strategies. 5 points
  3. Information provided demonstrates that the Applicant (offeror) has identified the potential risks and described associated mitigation strategies. 10 points
Question 6: Phase 1 Project Plan

Demonstrate a Proof of feasibility Phase 1 project plan by completing the table in the Proposal Submission Form.

  • Indicate if any milestones and activities will be completed concurrently
  • Indicate the estimated exit TRL at the completion of Phase 1. (Drop Down Menu of the Challenge Stream Submission Form)
Question 6: Evaluation Schema (Point-Rated)
  1. Insufficient or no information provided to demonstrate a feasible project plan for Phase 1 and/or the project plan exceeds the maximum duration indicated in the Challenge Notice. 0 points
  2. Information is feasible for the Phase 1 project plan but not clearly demonstrated and/or includes gaps. 10 points
  3. Information provided demonstrates a feasible project plan for Phase 1. 20 points
Question 7: Phase 1 Implementation Team

Demonstrate how the project implementation team has the required management and technological skill sets and experience to deliver the project plan for Phase 1 by completing the table. A member of the implementation team can have more than one role.

Question 7: Evaluation Schema (Point-Rated)
  1. Insufficient or no information provided to demonstrate that the project team has the required management and technological skill sets and experience to deliver the Phase 1 project plan. 0 points
  2. Information provided demonstrates that there are minor gaps in required management and/or technological skill sets and/or experience to deliver the Phase 1 project plan.10 points
  3. Information provided demonstrates that the project team has the required management and technological skill sets and experience to deliver the Phase 1 project plan. 20 points
Question 8: Inclusivity

A key objective of the Innovative Solutions Canada program is to increase the participation of under-represented groups in the research and development of the proposed solution.

Applicants (offerors) should describe the policies, strategies, and/or procedures (e.g. recruitment strategy, internships, co-op placements, or other initiatives) that they currently have in place or would put in place to support the R&D effort in Phase 1 including an overview of the group(s); and which specific under-represented groups (women, youth, persons with disabilities, Indigenous people, visible minorities, 2SLGBTQI+ community, etc.).

Note: Do not provide any personal information of individuals employed by your company or that of your subcontractors in the response.

Question 8: Evaluation Schema (Point-Rated)
  1. No description and/or concrete examples of actions provided that are in place or would be taken to encourage greater participation of under-represented groups. 0 points
  2. A description and concrete examples of actions to encourage greater participation of under-represented groups provided. 10 points
  3. If the Applicant (offeror) is registered on the Indigenous Business Directory, Modern Treaty or Comprehensive Land Claim Agreement (CLCA) business list/directory, please provide this information as part of this criterion. A registered Indigenous Businesses will receive the maximum score for Question 8: Inclusivity. 20 points
Question 9: Phase 1 Financial Controls, Tracking and Oversight

Describe the financial controls, tracking and oversight that will be used to manage the funds throughout Phase 1. Applicants (offerors) should indicate if an individual or firm will be managing the funds and provide their credentials and/or relevant experience.

A good financial control in R&D refers to effective management and oversight of financial resources allocated to R&D activities, with the goal of maximising the return on investment and ensuring funds are used efficiently and effectively.

For example, this section could include (but not limited to):

  • Establishing clear budgets and financial plan
  • Regular monitoring
  • Developing systems for tracking and recording costs (salaries, equipment and supplies, overhead expenses, etc.)
  • Providing accurate and timely financial reports (including actual and projected costs) to stakeholders such as management, funders or researchers
  • Ensuring compliance with relevant financial regulations, policies and procedures
Question 9: Evaluation Schema (Point-Rated)
  1. Insufficient or no information provided to demonstrate the Applicant's ability to manage funds in Phase 1. 0 points
  2. Information provided is vague and/or contains gaps. The Applicant (offeror) has some financial controls, tracking and/or oversight in place to manage the funds in Phase 1. 5 points
  3. Information provided demonstrates that the Applicant (offeror) has financial controls, tracking and oversight to manage funds in Phase 1. 10 points
Question 10: Phase 2 Overview

Demonstrate an overview for the prototype development plan if selected to participate in Phase 2.

Responses should include:

  • key tasks
  • estimated cost for materials
  • human resources
  • project risks and mitigation strategies

Note: A more detailed project plan may be requested if selected for consideration to participate in Phase 2.

Question 10: Evaluation Schema (Point-Rated)
  1. Insufficient or no information provided to demonstrate that the Applicant (offeror) has contemplated an overview for the Phase 2 prototype development. 0 points
  2. Information provided demonstrates an overview for Phase 2 prototype development, however it is vague and/or contains gaps. 5 points
  3. Information provided demonstrates that the Applicant (offeror) has a defined overview for the Phase 2 prototype development. 10 points

Questions and answers

All incoming questions regarding this specific challenge should be addressed to TPSGC.SIC-ISC.PWGSC@tpsgc-pwgsc.gc.ca.

All enquiries must be submitted in writing no later than ten calendar days before the Challenge Notice closing date. Enquiries received after that time may not be answered.

A glossary is also available.