Notice

Competition document: Map the Gap: autonomous gap survey crossing

Updated 23 March 2020

1. Introduction

This Phase 1 Defence and Security Accelerator (DASA) competition, run on behalf of the Defence Science and Technology Laboratory (Dstl), aims to develop and demonstrate a number of system demonstrators able to tackle some of the key issues of gap crossing survey.

Successful submissions will demonstrate a clear plan to a Technology Readiness Level (TRL) 5 demonstrator (Technology basic validation in a relevant environment) as part of Phase 1, with an outline plan of how the technology would be taken forward to a Phase 2, TRL 6 (technology model or prototype demonstration in a relevant environment) demonstration, and eventually developed into an in-service capability.

Proposals will be judged against their ability to provide the identified measurements (with priority weighting), but we will also consider the wider proposal for fielding and deploying the final system.

The total funding for Phase 1 of the project is expected to be £1.2m, with a further £2.5m anticipated for Phase 2 activities. We plan to fund approximately 3-4 bids as part of Phase 1.

2. Competition scope

2.1 Background

When advancing into enemy territory the military needs to be able to cross obstacles such as rivers (and other ‘wet gaps’ such as streams and bogs). Currently, the only way of identifying suitable crossing points is to send Royal Engineer reconnaissance troops to survey both banks of the river. The current methods are laborious and utilise manually operated basic survey equipment to take height readings to generate a gap profile and obtain key characteristics, such as ground bearing capacity, to inform crossing requirements. These characteristics have been summarised in Figure 1 below.

Minimum gap crossing characteristics and measurements

Figure 1: Minimum gap crossing characteristics and measurements

The current method exposes soldiers to danger at the forward edge of the battlefield, and also risks compromising the potential crossing point by revealing our interest in that location with unique engineering equipment. Decreasing the time taken to survey a potential crossing point can increase the tempo of the deployable military formation and allow a greater number of sites to be surveyed, therefore increasing surprise and deception.

In order to fully remove reconnaissance engineers from harm’s way, any system brought into service will have to encompass a larger role than just the reconnaissance of the gap itself. Future systems will need to consider other factors such as routes into and out of potential crossing sites and potential rendezvous areas for troops waiting to cross. Proposed future systems will use levels of autonomy and automation to carry out these tasks rather than use scarce personnel to manually pilot a remote system. Proposals therefore need to consider how any solution will need to be commanded and controlled. The fielded capability may not be as a single system: it may require different sensors to be deployed on various platforms across the battlefield, which means a premium will be placed on proposals where sub-systems could be integrated on alternative platforms in the future. Future systems will also need to consider integration with in-service communication systems, such as the MAKEFAST combat engineering software application on the BOWMAN communication system. Although a mature solution will need to address these other elements, this competition focusses on the specific area of wet gap reconnaissance conducted organically by the deployable military formation. However, any plans for development of other areas should be included in the competition proposal for consideration.

2.2 Scope

This competition is seeking technologies to demonstrate an unmanned, and most likely automated or autonomous, system to gather the data required for the crossing of wet gap obstacles. There currently exists sensors that can take the measurements needed, as well as a variety of potential delivery platforms, but as yet there is no integrated system to gather all of the required data. The challenge is to provide measurements for the key survey criteria, across both sides of a wet gap. This can be delivered in any form allowing remote deployment and measurement, but should be cognisant of how a final system would be employed within a military context. We are open-minded to and encourage novel approaches to solving this challenge beyond proposals that combine existing sensors and delivery platforms, but proposed solutions must demonstrate at TRL 5.

Phase 1 will focus on demonstrating the ability to provide measurements on the far bank, prioritising certain criteria which are outlined in the 4 competition challenges. This phase will culminate in system demonstrations at TRL 5 to the British Army and other defence stakeholders. This will take place over a two week period at a representative wet-gap site within the UK; suppliers will be expected to demonstrate their system a number of times during this period. As part of this process suppliers will be required to provide risk assessments and sufficient documentation to confirm the safety of their system to project staff.

Two workshops will be run as part of the project phase to allow successful suppliers to meet and interact with end users to understand where development is best directed and steer system design. Workshops will be held at a defence site within the UK. Successful bidders will also be assigned a Technical Partner (TP) as their point of contact throughout the project. TPs and project staff will attend supplier testing where possible to assist and advise concept development.

3. Competition Challenges

This competition aims to produce a system capable of taking measurements to inform the potential crossing of a wet gap obstacle. The key criteria have been split across four Challenges which are outlined below. Any proposal submitted must address a minimum of either Challenge 1 or Challenge 2. During assessment of bids, proposals which address more of the challenges are likely to be favoured. However, solutions which only address Challenge 1 or Challenge 2 will still be considered on the merits of the proposed novel technology solution.

Challenge 1

Measure the ground bearing capacity of the far bank of a wet gap obstacle, by taking an average of five readings with a tolerance of ±50kPa. We are particularly interested in novel methods for gathering this data.

Challenge 2

Produce a bank height profile of the far bank contact zone (shown in Figure 1), encompassing up to 2m below the minimum waterline and 8m inland of the bank edge. The profile should be produced with a minimum horizontal resolution of 10cm and vertical tolerance of ±1cm.

Challenge 3

Measure the gap width (between banks, with a tolerance of ±5cm) and the vertical difference in bank heights with a tolerance of ±2cm. Systems will need to cope with banks that could be up to 300m apart. (Future systems may be required to measure further.)

Challenge 4

Measure the local flow rate of a river and produce a full riverbed profile. For the purposes of this challenge, we are interested in water depths of up to 3m, and river widths up to 300m. (A future capability may meet greater requirements.)

3.1 Clarification of what we want

Successful submissions will demonstrate a clear plan to deliver a TRL 5 demonstrator as part of Phase 1, with an outline plan of how the technology could be taken forward to a potential Phase 2, TRL 6 (technology model or prototype demonstration in a relevant environment) demonstration, and eventually developed into an in-service capability.

Proposals will primarily be assessed against their ability to meet the challenges above, but we will also consider the proposed solution for fielding and deploying the final system where it is included. We want novel system solutions to benefit users working in UK Defence and Security. Your proposal should include evidence of:

  • innovation or a creative approach;
  • clear demonstration of how the proposed work applies to the defence and security context.

While it is initially envisioned that these measurements are produced using a remote vehicle, any technology capable of taking these measurements will be considered. However, any proposal should be capable of remotely reading the measurements and should not have to wait for any vehicle to return to collate the readings. While it is initially expected that the vehicle will be fit for multiple tasks, cheaper sacrificial systems (or systems with sacrificial elements) will be considered.

Tolerance values below are the minimum required, any greater accuracy will be considered when systems are compared.

3.2 Clarification of what we don’t want

For this competition we are not interested in proposals that:

  • constitute consultancy, paper-based studies or literature reviews which just summarise the existing literature without any view of future innovation
  • are an identical resubmission of a previous bid to DASA or MOD without modification
  • offer demonstrations of off-the-shelf products requiring no experimental development (unless applied in a novel way to the challenge)
  • offer no real long-term prospect of integration into defence and security capabilities

4. Exploitation

This competition is being carried out as part of a wider MOD programme and with cognisance of cross-Government initiatives. We are also investigating collaboration with several organisations, including the United States Department of Defence (US DoD), and this may provide the opportunity to carry out international trials and demonstrations in the future.

It is important that over the lifetime of DASA competitions, ideas are matured and accelerated towards appropriate end-users to enhance capability. How long this takes will be dependent on the nature and starting point of the innovation. Early identification and appropriate engagement with potential end-users during the competition and subsequent phases are essential in order to develop and implement an exploitation plan. This will be facilitated through the end-user workshops referenced above.

All proposals to DASA should articulate the expected development in technology maturity of the potential solution over the lifetime of the contract and how this relates to improved operational capability against the current known (or presumed) baseline. Deliverables should be designed to evidence these aspects with the aim of making it as easy as possible for possible collaborators/ stakeholders to identify the innovative elements of your proposal in order to consider routes for exploitation. DASA Innovation Partners are available to support you with defence and security context.

Longer term studies may not be able to articulate exploitation in great detail, but it should always be clear that there is some credible advantage to be gained from the technology development.

5. How to apply

Proposals for funding to meet these challenges must be submitted by 26 March 2020 at midday via the DASA submission service for which you will be required to register.

The total funding for Phase 1 is expected to be up to £1.2m (ex VAT), with a further £2.5m anticipated for Phase 2 activities. We plan to fund approximately 3-4 bids as part of Phase 1. If successful, contracts will be awarded for a maximum duration of 10 months for Phase 1.

Further guidance on submitting a proposal is available on the DASA website.

5.1 What your proposal must include

The proposal should focus on the Phase 1 requirements but must also include a brief (uncosted) outline of the next stages of work required for exploitation such as the wider areas outlined in the competition scope. When submitting a proposal, you must complete all sections of the online form, including an appropriate level of technical information to allow assessment of the bid and a completed finances section. Completed proposals must comply with the financial rules set for this competition. It is also helpful to include a list of other current or recent government funding you may have received in this area if appropriate, making it clear how this proposal differs from this work.

A project plan with clear milestones and deliverables must be provided. Deliverables must be well defined and designed to provide evidence of progress against the project plan and the end-point for this phase; they must include a final report. You should also plan for attendance at a kick-off meeting at the start of Phase 1, a mid-project event and an end of project event at the end of Phase 1, demonstration over a two week period at a representative wet-gap site within the UK, as well as regular reviews with the appointed Technical Partner and Project Manager; all meetings/demonstrations will be in the UK. Your proposal must demonstrate how you will complete all activities/services and provide all deliverables within the competition timescales. Proposals with any deliverables (including final report) outside the competition timeline will be rejected as non-compliant.

A resourcing plan must also be provided that identifies, where possible, the nationalities of those proposed Research Workers that you intend working on this phase. In the event of proposals being recommended for funding, the DASA reserves the right to undertake due diligence checks including the clearance of proposed Research Workers. Please note that this process will take as long as necessary and could take up to 6 weeks in some cases for non-UK nationals.

You must identify any ethical / legal / regulatory factors within your proposal and how the associated risks will be managed, including break points in the project if approvals are not received. Ministry of Defence Research Ethics Committee (MODREC) approvals can take up to 5 months therefore you should plan your work programme accordingly. Further details are available in the DASA guidance. If you are unsure if your proposal will need to apply for MODREC approval, then please contact DASA for further guidance.

Requirements for access to Government Furnished Assets (GFA), for example, information, equipment, materials and facilities, beyond that referenced above for the demonstration and workshops, should be included in your proposal. DASA cannot guarantee that GFA will be available..

Failure to provide any of the above listed will automatically render your proposal non-compliant.

5.2 Public facing information

When submitting your proposal, you will be required to include a proposal title and a short abstract. If your proposal is funded, the title and abstract you provide will be used by DASA, and other government departments as appropriate, to describe the project and its intended outcomes and benefits. It will be used for inclusion at DASA events in relation to this competition and included in documentation such as brochures for the event. Your proposal title will also be published in the DASA transparency data on GOV.UK, along with your company name, the amount of funding, and the start and end dates of your contract.

5.3 How your proposal will be assessed

At Stage 1, all proposals will be checked for compliance with the competition document and may be rejected before full assessment if they do not comply. Only those proposals which demonstrate their compliance against the competition scope and DASA mandatory criteria will be taken forward to full assessment. Failure to achieve full compliance against Stage 1 will render your proposal non-compliant and will not be considered any further.

Mandatory Criteria
The proposal outlines how it meets the scope of the competition Within scope (Pass) / Out of scope (Fail)
The proposal fully explains in all three sections of the DASA submission service how it meets the DASA criteria Pass / Fail
The proposal clearly details a financial plan, a project plan and a resourcing plan to complete the work proposed in Phase 1 Pass / Fail
The proposal identifies the need (or not) for MODREC approval Pass / Fail
The proposal identifies any GFA required for Phase 1 Pass / Fail
The proposal demonstrates how all research and development activities/services (including delivery of the final report) will be completed by 31st March 2021 Pass / Fail
The bidder provides unqualified acceptance of the terms and conditions of the Contract Pass / Fail

Proposals that pass the mandatory pass/fail criteria will then be assessed against the standard DASA assessment criteria (Desirability, Feasibility and Viability) by subject matter experts from the MOD (including Dstl), other government departments and front-line military commands, and third party assessors. You will not have the opportunity to comment on assessors comments.

DASA reserves the right to disclose on a confidential basis any information it receives from bidders during the procurement process (including information identified by the bidder as Commercially Sensitive Information in accordance with the provisions of this competition) to any third party engaged by DASA for the specific purpose of evaluating or assisting DASA in the evaluation of the bidder’s proposal. In providing such information the bidder consents to such disclosure. Appropriate confidentiality agreements will be put in place. In particular, members of the United States Department of Defence may be used as third party assessors for this competition.

Further guidance on how your proposal is assessed is available on the DASA website. After assessment, proposals will be discussed internally at a Decision Conference where, based on the assessments, budget and wider strategic considerations, a decision will be made on the proposals that are recommended for funding.

Proposals that are unsuccessful will receive brief feedback after the Decision Conference.

5.4 Things you should know about DASA contracts

Please read the DASA terms and conditions which contain important information for suppliers. For this competition the Innovation Standardised Contracting (ISC) Contract will be used, links to the contract here: Terms and Schedules. We will require unqualified acceptance of the terms and conditions. For the avoidance of any doubt, for this Themed Competition we are NOT using the DASA Short Form Contract (SFC).

Funded projects will be allocated a Project Manager (to run the project) and a Technical Partner (as a technical point of contact). In addition, the DASA team will work with you to support delivery and exploitation. We will use deliverables from DASA contracts in accordance with our rights detailed in the contract terms and conditions. In particular, Full Rights Versions of Deliverables delivered under any resultant contract will be shared in confidence with the US DoD under the Master Information Exchange MOU.

For Phase 1, £1.2M is currently available to fund proposals. There may be occasions where additional funding from other funding lines may subsequently become available to allow us to revisit those proposals deemed suitable for funding but where limitations on funding at the time prevented DASA from awarding a subsequent Contract. In such situations, DASA reserves the right to keep such proposals in reserve. In the event that additional funding subsequently becomes available, DASA may ask whether you would still be prepared to undertake the work outlined in your proposal under the same terms.

6. Phase 1 Dates

Launch 4th February 2020
Open Dial-in presentation 13th February 2020
Pre-bookable 1-1 telecom sessions 13th February 2020
Competition closes 26th March 2020 at midday
Contracting Aim to start contracts early June 2020 and will end in March 2021

6.1 Supporting events

13th February 2020 – A dial-in session providing a second opportunity (as well as the launch event) to learn about problem space and a chance to ask questions in an open forum. If you would like to participate, please register on the Map the Gap Dial-in Eventbrite page. This will be followed by a series of 20 minute one-to-one teleconference sessions, giving you the opportunity to ask specific questions. If you would like to participate, please register on the Map the Gap 1-to-1s Eventbrite page.

7. Help

Competition queries including on process, application, technical, commercial and intellectual property aspects should be sent to accelerator@dstl.gov.uk, quoting the competition title. If you wish to be added to the campaign on ECS please email a request into the accelerator inbox, this will ensure you receive future updates on this competition.

While all reasonable efforts will be made to answer queries, DASA reserves the right to impose management controls if volumes of queries restrict fair access of information to all potential suppliers.

8. Annex A: Technical Clarification Questions

Common questions raised during the Map the Gap Phase 1 Dial in and 1-to-1 sessions are answered here:

When are the trials themselves likely to be conducted?

While we don’t yet have exact dates, we intend to conduct the trial in February or March 2021. The dates will be dependent on a number of factors and will be communicated once known: this will not be until after contracts have been placed.

Should the results of our proposed recce report be presented in the format of AFW4012A?

There is no specific requirement for the format of the measurement results; rudimentary presentation is acceptable during Phase 1. Presenting in AFW4012A would be acceptable if suitable for the data you collect, however higher quality data is very welcome and can be presented in any suitable format.

What is the range of deployment?

Phase 1 demonstrations will be conducted at a range of tens of metres from the control station. Maximum range can be included in the proposal to show wider benefit for future.

Can we process the data after the demonstration and send it to you?

No, the data must be collected remotely without the system needing to return for lengthy post-processing or data collection. This doesn’t need to be the final data product, but we do expect to see initial readings while the system is deployed. A short delay after taking the reading (a few minutes) would be acceptable if required for the system to process, present and display.

Will we need to measure across a 300 m wide river in the trial?

For Phase 1 demonstration a 300 m wide gap/river will not be used, however the proposed solution should not have any technological barriers to achieving this.

Do I need to develop my platform for different ingress/egress routes and specific step heights?

The Phase 1 demonstration location will be selected to best showcase your technology as described in your submission document for Phase 1. You could include in your Phase 1 proposal a description of how you may develop your platform for different ingress/egress scenarios for Phase 2.

Where are the 5 Ground Bearing Capacity (GBC) readings taken?

Challenge 1 is designed to demonstrate taking multiple GBC readings on the far bank, the location of these readings is not critical to this demonstration. The likely requirement for inservice equipment would be measurements be taken at the 4 corners and centre of a box of width 4 m (along river) and length 6 m (perpendicular to the river). This is a rough guide only as readings would be taken wherever the bridge is likely to rest. However, for the Phase 1 demonstration we envisage the measurements taken over a smaller area, approximately 2 x 2 m dependant on testing location.

Can we get information on the current cone penetrometer used?

The in-service cone penetrometer is old and purely mechanical. An off-the-shelf cone penetrometer from the civilian market could act as a good baseline if required.

What is the maximum Ground Bearing Capacity (GBC) our solution should be expected to measure?

For trial purposes we would request an accurate GBC reading up to 35 tonnes/m2.

Can we leave cones/sensors in place after measurements?

Yes, but reusability and signature are considerations. For the Phase 1 demonstration the system must take 5 GBC measurements on the far bank. Any solution should be able to measure a number of crossing sites in each mission, measuring both banks at each site. This would provide the commander with multiple possible crossing site options (this could be included in future development if required).

Would it be acceptable to separate this measurement system from the delivery system?

No, we cannot allow a demonstration without a delivery system. This is partly to ensure that any measurement method is robust enough to travel across the gap, and is capable of remote deployment and measurement. You may consider renting a platform to integrate with your measurement system specifically for the demonstration.

What level of integration do you expect to see and can we demonstrate capabilities separately?

Integration can be fairly rudimentary, but the system must take readings remotely. We expect to see you attempt either Challenge 1 or 2 in the demonstration. Additional challenges can be lab tested, shown independently, or consolidated into a single system for the Phase 1 demonstration, but we would only suggest these be tackled if this does not detract from the delivery of Challenge 1 or 2. A path to implementing these additional technologies in Phase 2 can be included in your bid if required.

Challenge 4 refers to local flow rates in the crossing. Do flow rates need to be taken at defined intervals or simply in the deepest channel where the highest water velocities might be expected?

A single flow rate where the highest water velocities are expected is considered sufficient at this stage, but we are open to more detailed proposals where possible.

Is there a weight limit to UAV solution?

We haven’t set any platform size/weight envelope at this phase, although have asked suppliers to consider that a future system will need to be easily transportable, etc. Suppliers should also be aware of CAA requirements, and necessary pilot qualifications and licenses for the different weight categories.

Are there covertness/signature constraints?

No, there are no specific constraints for Phase 1. However, if your concept has a significant operating signature it would be considered a negative aspect of the design. If you have described a path to reduce the signature in future development, this mitigation would be taken into consideration.

In Phase 1 can we assume GPS is available?

Yes. The end system will likely need to operate in a GPS denied environment, but this technology may be provided by other programmes at later stages of development. This aspect may be considered in your proposals, however operating in a denied environment is not the focus of this call.

Should we look to integrate our system with ENFIRE or MAKEFAST?

Integration into wider systems is not a requirement at this stage. Any final system is likely to be integrated into future iterations of MAKEFAST, which is the in-service engineer information system. Open system architecture is therefore encouraged for the early phase