33
1 1 RETURN BIDS TO: RETOURNER LES SOUMISSIONS À: Travaux publics et Services gouvernementaux Canada Place Bonaventure, 800 rue de la Gauchetière Ouest Voir aux présentes - See herein Montréal Québec H5A 1L6 FAX pour soumissions: (514) 496-3822 Title - Sujet Development of space tech. Solicitation No. - N° de l'invitation 9F063-190728/A Client Reference No. - N° de référence du client 9F063-190728 File No. - N° de dossier MTB-9-42329 (575) CCC No./N° CCC - FMS No./N° VME Time Zone Heure Avancée de l'Est HAE LETTER OF INTEREST LETTRE D'INTÉRÊT F.O.B. - F.A.B. Plant-Usine: Destination: Other-Autre: Address Enquiries to: - Adresser toutes questions à: Jurca, Anca Telephone No. - N° de téléphone FAX No. - N° de FAX (514) 415-4231 ( ) (514) 496-3822 Destination - of Goods, Services, and Construction: Destination - des biens, services et construction: AGENCE SPATIALE CANADIENNE 6767 ROUTE DE L AEROPORT Gestion du développement technologi Sciences et technologies spatiales ST HUBERT Québec J3Y8Y9 Canada Fuseau horaire Solicitation Closes - L'invitation prend fin at - à 02:00 PM 2020-04-17 on - le Issuing Office - Bureau de distribution Travaux publics et Services gouvernementaux Canada Place Bonaventure, portail Sud-Oue 800, rue de La Gauchetière Ouest 7e étage, suite 7300 Montréal Québec H5A 1L6 Comments - Commentaires Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur GETS Ref. No. - N° de réf. de SEAG PW-$MTB-575-15698 Buyer Id - Id de l'acheteur mtb575 Date 2020-03-24 Delivery Required - Livraison exigée Delivery Offered - Livraison proposée Vendor/Firm Name and Address Signature Date Name and title of person authorized to sign on behalf of Vendor/Firm (type or print) Nom et titre de la personne autorisée à signer au nom du fournisseur/ de l'entrepreneur (taper ou écrire en caractères d'imprimerie) Instructions: Voir aux présentes Instructions: See Herein Voir doc. Raison sociale et adresse du fournisseur/de l'entrepreneur Telephone No. - N°de téléphone Facsimile No. - N° de télécopieur Page 1 of - de 1

N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

1 1

RETURN BIDS TO:RETOURNER LES SOUMISSIONS À:Travaux publics et Services gouvernementaux CanadaPlace Bonaventure,800 rue de la Gauchetière OuestVoir aux présentes - See hereinMontréalQuébecH5A 1L6FAX pour soumissions: (514) 496-3822

Title - SujetDevelopment of space tech.Solicitation No. - N° de l'invitation9F063-190728/AClient Reference No. - N° de référence du client9F063-190728File No. - N° de dossierMTB-9-42329 (575)

CCC No./N° CCC - FMS No./N° VME

Time Zone

Heure Avancée de l'EstHAE

LETTER OF INTERESTLETTRE D'INTÉRÊT

F.O.B. - F.A.B.Plant-Usine: Destination: Other-Autre:

Address Enquiries to: - Adresser toutes questions à:Jurca, AncaTelephone No. - N° de téléphone FAX No. - N° de FAX(514) 415-4231 ( ) (514) 496-3822Destination - of Goods, Services, and Construction:Destination - des biens, services et construction:AGENCE SPATIALE CANADIENNE6767 ROUTE DE L AEROPORTGestion du développement technologiSciences et technologies spatialesST HUBERTQuébecJ3Y8Y9Canada

Fuseau horaireSolicitation Closes - L'invitation prend finat - à 02:00 PM

2020-04-17on - le

Issuing Office - Bureau de distributionTravaux publics et Services gouvernementaux CanadaPlace Bonaventure, portail Sud-Oue800, rue de La Gauchetière Ouest7e étage, suite 7300MontréalQuébecH5A 1L6

Comments - Commentaires

Vendor/Firm Name and AddressRaison sociale et adresse dufournisseur/de l'entrepreneur

GETS Ref. No. - N° de réf. de SEAGPW-$MTB-575-15698

Buyer Id - Id de l'acheteurmtb575

Date 2020-03-24

Delivery Required - Livraison exigée Delivery Offered - Livraison proposée

Vendor/Firm Name and Address

Signature Date

Name and title of person authorized to sign on behalf of Vendor/Firm(type or print)Nom et titre de la personne autorisée à signer au nom du fournisseur/de l'entrepreneur (taper ou écrire en caractères d'imprimerie)

Instructions: Voir aux présentes

Instructions: See Herein

Voir doc.

Raison sociale et adresse du fournisseur/de l'entrepreneur

Telephone No. - N°de téléphoneFacsimile No. - N° de télécopieur

Page 1 of - de 1

Page 2: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 1 de – of 32

Letter of Interest (LOI)

TITLE: DEVELOPMENT OF ENABLING SPACE TECHNOLOGIES

1. Purpose and Nature of the Letter of Interest (LOI)

Public Services and Procurement Canada (PSPC), on behalf of the Canadian Space Agency (CSA), is informing the Canadian space sector with respect to the Government of Canada’s intention to proceed with one or more potential Requests for Proposal (RFPs) as part of the CSA's space technologies development program (STDP) for the development of enabling technologies related to potential opportunities for Canadian participation in national or international space missions of interest to Canada.

The objectives of this LOI are the following:

To inform the space sector of the posting date scheduled for the potential RFP(s); To inform the space sector of the preliminary list of space technologies being considered

by the CSA as part of the potential RFP(s); To enable the space sector to comment and suggest adjustments to the scope of the work

proposed; To enable the CSA to collect the information and factors to be considered in the description

of the scope of the work of the potential RFP(s);

This LOI is neither a call for tender nor a Request for Proposal (RFP). No agreement or contract will be entered into based on this LOI. The issuance of this LOI is not to be considered in any way a commitment by the Government of Canada, nor as authority to potential respondents to undertake any work that could be charged to Canada. This LOI is not to be considered as a commitment to issue a subsequent solicitation or award contract(s) for the work described herein.

Although the information collected may be provided as commercial-in-confidence (and, if identified as such, will be treated accordingly by Canada), Canada may use the information to assist in drafting performance specifications (which are subject to change) and for budgetary purposes.

Respondents are encouraged to identify, in the information they share with Canada, any information that they feel is proprietary, third party or personal. Please note that Canada may be obligated by law (e.g. in response to a request under the Access of Information and Privacy Act) to disclose proprietary or commercially-sensitive information concerning a respondent (for more information: http://laws-lois.justice.gc.ca/eng/acts/a-1/).

Respondents are asked to identify if their response, or any part of their response, is subject to the Controlled Goods Regulations.

Page 3: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 2 de – of 32

Participation in this LOI is encouraged, but is not mandatory. There will be no short-listing of potential suppliers for the purposes of undertaking any future work as a result of this LOI. Similarly, participation in this LOI is not a condition or prerequisite for the participation in any potential subsequent solicitation.

Respondents will not be reimbursed for any cost incurred by participating in this LOI.

2. Context

The Canadian Space Agency (CSA) located in Saint-Hubert (Quebec), has identified 7 technologies that it has classified as priorities in connection with possible opportunities for Canadian participation in national or international space missions of interest to Canada. For each priority technology, work on the development and improvement of these technologies that can reach a technology readiness level (TRL) up to 6 is being considered in order to reduce technical uncertainties and contribute to the decision-making process for potential participation in space missions that are of interest for Canada.

3. Potential Work Scope and Constraints:

As part of its technology development planning, the CSA has established technology development priorities and now plans to solicit the Canadian space sector in the advancement of these priority technologies.

It is important to note that these priorities and descriptions may be subject to change prior to the official publication of the RFP(s), if necessary. According to the availability of funds, the resulting list of technologies that will be part of the RFP(s), if applicable, may be a subset of the Preliminary List of Priority Technologies presented in Appendix A.

In line with one of the priorities of the Government, this solicitation will encourage the industry sector to collaborate with academia by favoring participation of students in the proposed R&D projects in order to develop their science, technology, engineering and math (STEM) related skills. To this effect, potential bidders may be interested in contacting Mitacs (www.mitacs.ca), a national not-for-profit organization, to investigate if and how such resources can be leveraged in collaboration with universities on research projects. This information is provided to help potential bidders start identifying potential partnerships and financial leverage prior to the official solicitation.

Respondents are asked to provide their comments on the information contained in this LOI and its Appendix A. Responses will not be submitted to a formal assessment. However, they could be used in the preparation of the potential RFP(s). No additional exchange on the subjects raised should be expected, though clarification may be requested by CSA as needed.

Page 4: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 3 de – of 32

Respondents must take care to:

Provide the contact details of a resource person; Identify the technology to which the response refers, if applicable; Provide responses for each technology separately.

4. Trade Agreements, and Government Policies:

Trade Agreements, and Government Policies that could impact the potential RFP(s):

Trade agreements do not apply; The Canadian Content Policy applies; The Controlled Goods Program may apply; The Federal Contractors Program for Employment Equity (FCPEE) applies; The Comprehensive Land Claims Agreements (CLCA) do not apply.

5. Schedule

Publication of the potential RFP(s) For guidance, publication of the RFP(s) on the Government's electronic tendering service

is planned for May, 2020. It is worth noting that several factors may influence this date, and even lead to cancellation of such a publication.

Space sector consultation In order to process the information submitted and for it to be considered in the drafting of

the potential RFP(s), responses are expected by the closing date.

6. Important Notes to Respondents:

Interested Respondents may submit their responses to the PSPC Contracting Authority, identified below, by email.

Anca Jurca Chief, Procurement Public Works and Government Services Canada Place Bonaventure, South-West Portal 800, de La Gauchetière Street West, 7th Floor, suite 7300 Montréal, Québec H5A 1L6

Telephone: 514-415-4231 Facsimile: 514-496-3822 E-mail address: [email protected]

Page 5: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 4 de – of 32

Changes to this LOI may occur and will be advertised on the Government Electronic Tendering System. Canada asks Respondents to visit Buyandsell.gc.ca regularly to check for changes, if any.

7. Closing date for the LOI

Responses to this LOI should arrive at the PSPC Contracting Authority identified above no later than April 17, 2020.

The LOI closing date is the deadline to ensure that the comments received can be processed. Comments will be accepted until the RFP(s) are published (where relevant); however, due to the posting date planned for the RFP(s), it is possible that the late comments may not be fully considered.

Page 6: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 5 de – of 32

APPENDIX A – Preliminary List of Priority Technologies

ID Title TRL* Estimated Timeline

Estimated Budget

1 Wide-Field Astronomical Imaging in UV/Optical – Critical Technologies

2 3-4 22 months 1.5 M$

2 Enabling Technologies for the Search of New Worlds

3 4-6 22 months 1.0 M$

3 Mass and Volume Reduction for Planetary Exploration Instrument

3-4 5-6 22 months 1.0 M$

4 SAR High Speed On-Board Processing 4 6 12-18 months

1.75 M$

5 Novel SAR Technologies for Low Cost Wide Area Monitoring

2 3-6 12 months 650 k$

6 Cloud-computing for Synthetic Aperture Radar (SAR) processing

3 5 18 months 600 k$

7 Block Chaining in service of EO big data 1 3 24 months 500 k$

* TRL: Technology Readiness Level

Page 7: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 6 de – of 32

1) Wide-Field Astronomical Imaging in UV/Optical – Critical Technologies

TRL: 2 3-4 Estimated Timeline: 22 months Estimated Budget: $1.5M

1.1 Background and Targeted Mission

Understanding the origin and evolution of the universe, galaxies, stars, planets and life itself is a fundamental objective of astronomy. Following community led scientific prioritization in astronomical research in Canada (CSEW 2016, LRP 2010, MTR 2015), the concept for a wide field of view optical / UV space telescope was proposed, mainly for the investigation of dark energy. The concept referred to as CASTOR (Cosmological Advanced Survey Telescope for Optical and UV Research) was proposed as a Canadian led space telescope mission. A concept study was completed in 2012 for a 1-m class wide field space telescope with a large focal plane array. A Science Maturation Study (SMS) completed in 2019 elaborated on the science objectives in cosmology and other fields of astrophysics and derived the mission and payload requirements.

As proposed, CASTOR is a 1-meter class space telescope concept on a small satellite platform that would make a unique contribution to astrophysics by providing wide field, high-resolution imaging in the UV and optical spectral region, surpassing any ground-based optical telescope in image sharpness. To achieve these goals the payload presents challenging demands on optical telescope design and structure, detector systems, coatings and in its wavefront and pointing requirements.

Preliminary and baseline designs and options on the payload from the 2019 study final report are summarized in Table 1, below. The current technology development targets specific higher risk technology needs for the CASTOR mission payload, as described below.

Table 1 – Baseline payload requirements may be subject to revisions as a result of further trade

Telescope TMA 1-meter unobscured aperture (off-axis)

Focal plane

FOV 0.47 deg, three focal planes (for each band) using dichroic beamsplitters

Bands 150-300 nm; 300-400 nm; 400-550 nm

FPA Possible 4k by 2k CCD or CMOS mosaics, adapted for each band

Imaging FWHM 0.15 arcsec (G band)

Platform Baseline small satellite bus

Mass Payload approximately 570 Kg

Launch Baseline ISRO PLSV launcher (spacecraft accommodation)

Orbit LEO at 800 km, sun synchronous

Operations 5 years

Page 8: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 7 de – of 32

The technology development addresses three priority technologies to assess feasibility and reduce risks. The technology areas include:

1. Telescope: opto-mechanical design, structure, material

2. Focal plane: detector types, mosaic, coating, filters

3. Fine steering mirror: within main optical path (tip-tilt and focus)

The requirements are detailed separately in the Scope of work section below. All elements must be addressed in the potential proposal(s). More detailed requirements will be posted in the potential RFPs.

1.2 Scope of work

1.2.1 CASTOR telescope opto-mechanical design advancement TRL from 2 to 3 or 4

1.2.1.1 Background

The telescope is required to produce diffraction-limited imaging across a wide field of view. The trade-off conducted in the SMS considered an off-axis three-mirror anastigmat (TMA). However, the elements are non-spherical and create manufacturing challenges. Alignment and stability require careful analysis of the mounting structures.

1.2.1.2 Scope

One potential launcher considered for the CASTOR mission is ISRO’s PSLV vehicle. The primary goal of this element is to update existing CASTOR telescope design (Table 1) to meet, in part, the known PSLV volume constraints. This will include:

a) Updating the optical and mechanical design from the baseline TMA proposed in the SMS.

b) Mechanical and thermal modeling and analyses of the metred-rod (CFRP) structural design with light-weighted Zerodur optics as per CASTOR preliminary design.

c) Analyzing stray light and mitigation. d) Demonstrating the design’s compliance with mission scientific requirements. e) Presenting a technology roadmap.

Page 9: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 8 de – of 32

1.2.2 CASTOR: large mosaic focal plane advancement TRL from 2 to 4

1.2.2.1 Background

The driving scientific requirements for the observatory are primarily for conducting a deep sky survey with imagery in three bands simultaneously. The wavebands governing the design of the filters and detector coatings are directly based on the scientific requirements.

The aim is to use the same type of detector for the entire FPA to simplify procurement, qualification, and readout electronics design and ultimately cost. Detector coatings will vary but with little system design impact. Detectors are therefore selected to be sensitive over the entire wavebands. Silicon based photovoltaic array detectors are known to be highly sensitive over the full spectral range. Suitably mature detector choices include monolithic Back Illuminated CMOS (BICMOS), silicon PIN hybridized to CMOS ROIC and possibly back illuminated CCD (BICCD).

1.2.2.2 Scope

The leading technical risk identified in the CASTOR mission is the development of a very large focal plane array (FPA) consisting of 45 large-format high-performance detectors with sufficient sensitivity to reach 26th magnitude in the NUV band within 600 seconds integration. The scope of this technology element is to address that risk by design, development and testing of the FPA including:

a) Selection and procurement of CMOS image sensors. b) Careful optimization of their spectral response for the targeted wavelength bands. c) Mosaic mounting addressing cooling. d) Required readout electronics and calibration requirements. e) Demonstration of the performance of prototype FPA in the laboratory environment to

reach TRL-4.

1.2.2.3 Work to be performed

The R&D efforts will be aimed to address the major issues associated with developing of a massive FPA package and individual image sensors including thermal design, mechanical flatness and stability, electrical I/O and readout electronics development. The main tasks are the following:

a) Flow down of top level mission requirements should be completed to lower level assemblies, components, and the verification process. These trade studies at the FPA level should be completed with the selection of the image sensor to be advanced for CASTOR mission including electrical interfaces at the selected CMOS, the mechanical assembly processes, the thermal stability and uniformity at the operating temperature, CMOS image sensor characterization, and the integration and verification sequence at the FPA system level development.

b) The thermal-mechanical design of mosaic FPA should be developed and validated to be appropriate for CASTOR.

Page 10: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 9 de – of 32

c) The opto-mechanical design of mosaic FPA should be validated to be appropriate for CASTOR. Flatness and tolerance requirements should be validated.

d) The readout electronics design should be developed and validated to be appropriate for CASTOR.

e) Develop a scientifically relevant and technically achievable procurement specification for optical, mechanical, electro-optical and electronic components.

f) Procure a suitably representative and operating detector array(s) including UV enhancement and filtering solutions and readout ASIC(s). Delivery of both items must be no later than 12 months post award the contract. Options with this procurement concern the readout electronics and the possibility of buying more than one device.

g) Manufacture FPA breadboard. h) Perform laboratory characterization of CMOS image sensors, ASIC and FPA

breadboard. The characterization must be carried out in conjunction with the red-leak solution and representative detector(s) and provide measurements of the most relevant properties such as quantum efficiency, gain, read noise, dark current, linearity, and operability over a wide range of operational variations such as temperature, readout mode and post-processing electronic architecture.

i) Carry out the data reduction and analysis of the characterization results to demonstrate the feasibility of achieving performance requirements of CASTOR.

j) Summarize the results in the final report identifying the parameters which selected detector technology currently meets and will meet with further optimization of FPA packaging, cooling and proximity electronics and data processing.

1.2.3 Fine steering mirror development TRL from 2 to 4

1.2.3.1 Background

The Fine Steering Mirror (FSM) will continuously be used throughout the mission lifetime to compensate for the platform uncorrected pointing errors and maintain the desired image FWHM (Table 1). The focus mechanism is baselined to be used during the mission commissioning to optimize the on-orbit performances, and occasionally afterwards for optimization during the mission life-time.

1.2.3.2 Scope

The preliminary requirements for the FSM are provided in Table 2.

Page 11: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 10 de – of 32

Table 2 – FSM requirements

Parameter Value Remarks Wavefront error 5 nm rms From system WFE budget

Mechanical tip/tilt range Threshold > 120

Threshold value corresponds to a 5 arcsec tilt on the sky. The bus will control the pointing error within 3

Mechanical tip/tilt precision Corresponds to 0.015 arcsec on the sky 1/10th of a PSF FWHM

Tip/tilt dynamic response > 20 Hz (f3db)

Focus correction range > +/- 2.5 mm Corresponds to +/-0.5 mm focus error in intermediate focal plane

Focus correction precision From focus error budget

Operating temperature Near ambient

Mean time before failure Mission life 5 yrs+

An evaluation of available technologies must be conducted to meet the CASTOR requirements.

a) Consider appropriate mirror material. b) Include focus mechanism. c) Estimate mass, volume and power.

1.2.3.3 Work to be performed

a) Design that meets wavefront errors requirements and fine guidance (jitter, drift). b) Stable focus over temperature range. c) Survive launch. d) Bread-boarding to verify performance

1.3 References

1. CASCA LRP 2010: https://www.casca.ca/lrp2010/ 2. CASCA MTR 2015: https://casca.ca/?page_id=75 3. CSEW 2016: ftp://ftp.asc-

csa.gc.ca/users/ExP/pub/Publications/Science%20Priority%20Reports/4. CASCA LRP 2020 White Paper W018: “CASTOR: A Flagship Canadian Space

Telescope” 2019 https://casca.ca/?page_id=11499lrp2020/

Page 12: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 11 de – of 32

2) Enabling Technologies for the Search of New Worlds

TRL: 3 4-6 Estimated Timeline: 22 months Estimated Budget: $1.0M

2.1 Background and Targeted Mission(s)

The observation and study of exoplanets are among the most active areas of discovery of modern astronomy with several dedicated projects and space missions such as past Corot and the very productive Kepler missions and the currently operating TESS mission systematically surveying the Milky Way to identify new planetary systems. The James Webb Space Telescope (JWST), primarily conceived for extragalactic astronomy, will dedicate a significant fraction of its time to characterize the atmospheres of exoplanets thanks to its powerful spectroscopic capabilities and has the potential of identifying bio-signatures. The WFIRST mission will fly a coronagraph that will be a technology demonstrator for future exoplanets missions to be dedicated to direct imaging of exoplanets. ESA is also planning on several missions for exoplanet research such as CHEOPS (in operation), ARIEL and PLATO.

The CSA recently completed studies for future opportunities in space astronomy. Two studies identified opportunities for a Canadian-led small mission that would be dedicated to specific science of exoplanet transits and possibly other time-domain astronomy. CSA has also supported (through FAST grants) projects using the balloon program for testing optical or UV imaging and for adaptive optics for wavefront corrections towards enabling exoplanet imaging. Such early concepts require further development including testing of prototypes or breadboard to assess feasibility, reduce technical risks and increase their TRL.

This technology development opportunity targets priority payload or optical technologies that would enable Canada to make a significant contribution to exoplanet science, aligned with CSA and community priorities in this field. The technology areas include, but are not exclusive to, the concepts proposed as results of recent CSA supported studies or activities.

Following the success of the Canadian MOST, NEOSSat and BRITE missions, the intent is to create options for an opportunity for the development of a future potential exoplanet mission within a scope similar class micro-satellite platform and affordability. Alternatively, an instrument or components can be proposed for a larger class mission as a possible contribution to a foreign mission, representing an equivalent level of CSA investment to a micro-satellite.

Page 13: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 12 de – of 32

2.2 Scope of work

The opportunities are not limited to one specific technology. One or several technologies can be proposed, but it must demonstrate a realistic path forward leading to an exoplanet science mission aligned with the Canadian space astronomy priorities. The CSA investment for the proposed mission (Canadian led or as a foreign contribution) must remain in the range of a microsatellite budget ($20-30M).

This work can include a combination of bread-boarding and prototyping of the science payload or elements or instruments. Credit will be given for a development that may offer an opportunity to reach TRL 6, including a readiness to demonstrate the resulting technology on a sub-orbital flight (high altitude balloon). The demonstration can be proposed as future plan beyond the scope of this work.

2.3 References

1. CASCA LRP 2010: https://www.casca.ca/lrp2010/ 2. CASCA MTR 2015: https://casca.ca/?page_id=75 3. CSEW 2016: ftp://ftp.asc-

csa.gc.ca/users/ExP/pub/Publications/Science%20Priority%20Reports/4. CASCA LRP 2020 White Papers:

W054: “Continuing Canadian Leadership in Small-satellite Astronomy” 2019 W059: “Exoplanet Imaging: a technological and scientific road-map for finding life signatures on other worlds” 2019 W065 “Exoplanet instrumentation in the 2020s: Canada’s pathway towards searching for life on potentially Earth-like exoplanets” 2019 https://casca.ca/?page_id=11499lrp2020/

Page 14: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 13 de – of 32

3) Mass and Volume Reduction for Planetary Exploration Instrument

TRL: 3-4 5-6 Estimated Timeline: 22 months Estimated Budget: $1.0M

Planetary science addresses compelling questions such as “Are we alone in the Universe?”; “How atmospheres form, behave and interact with planetary surfaces”; “How do solar system bodies form and evolve?”; and, “What is the fundamental connection between the sun and the planets?”.

The CSA is in the process of formulating a vision for planetary science aligned with Canadian planetary science community priorities1, the 2019 Canadian Space Strategy, and the activities of our international partners.

Canadian participation in planetary exploration missions relies on international partnerships. Recent contributions of Canadian instruments (MET, APXS, OLA) were facilitated via competitive processes where the foreign partner selected the payloads or missions that would ultimately fly. Because Canada is usually not able to independently choose what instruments are selected for flight projects, its preparedness to contribute to international missions relies upon advancing a breadth of credible options that are of sufficient maturity to be selectable when the opportunities present themselves.

The goal of this work is to advance technology readiness and reduce cost for a new Canadian planetary instrument technology to add to possible options for future planetary mission opportunities.

The objective of this work is specifically to advance readiness of a mature, low-cost concepttargeting a near-term mission opportunity. For the purpose of any potential RFPs, “near-term” is defined as launch before 2027, and, “low-cost” means a CSA mission-lifecycle investment up to $30M. It is envisioned that future RFPs and CSA Preparatory Study opportunities will be made available for the advancement of new ideas and lower TRL planetary instrument concepts, targeting later launch dates.

The technology areas for this work are planetary instruments that address Canadian planetary science community priorities1, and include, but are not exclusive to, the Planetary Concepts listed in Table , developed as results of recent CSA-supported concept studies and science maturation studies. Eligible technology areas do not include planetary instrument concepts targeting the Moon, which are eligible for investments under the CSA Lunar Exploration Accelerator Program (LEAP), but may include near term demonstration missions on human exploration platforms such as the International Space Station.

Page 15: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 14 de – of 32

Table 3 – CSA Planetary Science 2018-2020 Concept & Science Maturation Awards (excluding Lunar concepts, which are eligible for investment under the CSA LEAP

program)

CSA Investment Concept

Concept Studies 2018-20

IMPACT (Icy Moon Penetrator Astrobiology Canadian Technology)

SAMPLE (Small Atmospheric Mars Payload Landed Element)

ISXRD (Miniaturised In Situ X-Ray Diffractometer)

SWEPT-2 (SWeeping Energetic Particle Telescope)

Science Maturation Studies 2018-20

LIRS (Laser-Induced Raman Spectroscopy)

SWIRL (Surface Water Investigation with Raman Lidar on Mars)

The technology development focus for this work is mass and volume reduction. Concepts must have demonstrated feasibility through initial breadboard tests, and self-evaluate at Technology Readiness Level (TRL) and Scientific Readiness Level (SRL) must be 3 or above at the start of the project. Eligible technology development under this work includes hardware and software prototyping, test, characterisation, and demonstration. Use of the CSA sample library for blind tests of instrument performance is encouraged where relevant to the instrument technology.

Credit will be given for concepts with a plan to achieve TRL 6 through environmental testing or other demo. The TRL 6 demonstration can be proposed as a future plan beyond the scope of this work.

Reference:

1. Canadian Space Exploration – Science and Space Health Priorities for the next Decade and Beyond report (2017). ftp://ftp.asc-csa.gc.ca/users/ExP/pub/Publications/Science%20Priority%20Reports/

Page 16: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 15 de – of 32

4) SAR High Speed On-Board Processing

TRL: 4 6 Estimated Timeline: 12-18 months Estimated Budget: $1.75 M

4.1 List of Acronyms

CSA Canadian Space Agency DDR Detailed Design Review EDU Engineering Development Unit ESA European Space Agency GSE Ground Support Equipment KoM Kick-off meeting NASA National Aeronautics and Space Administration PDR Preliminary Design Review TIM Technical Interchange Meetings TRR Test Readiness Review WAM Work Authorization Meeting

4.2 Applicable documents

No applicable documents required for the bidder to develop any possible proposal.

4.3 Reference documents

This section lists documents that provide additional information to the bidder, but are not required to develop any possible proposal.

RD No.

Document Number

Document Title Rev. No.

Date

RD-1 Earth Observation Service Continuity: Harmonized User Needs Document ftp://ftp.asc-csa.gc.ca/users/TRP/pub/TRRA/STDP/

D

4.4 Background

The need for on-board processing (OBP) of data for space-based missions continues to grow due to the increasing quantity of data being acquired by satellites along with operational requirements calling for rapid response to collected data. Processing data on-board a satellite can provide additional advantages which include improved payload performance, reduced consumption, and decreased data latency. The advantages of OBP are especially pertinent to

Page 17: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 16 de – of 32

Synthetic Aperture Radar (SAR) satellite missions as they typically acquire radar images at high data rates and require significant processing before the information can be extracted.

Accordingly, two types of future SAR missions have been identified that could benefit from OBP, and will be the focus of this study:

i) Earth Observation Missions: OBP could be used to extract information in near-real-time (NRT) and react quickly and automatically to this information. E.g., Image data could be acquired over a flooded area using a large swath and coarse resolution, processed on-board, and analyzed to identify critical areas in NRT and subsequently task high-resolution images.

ii) Interplanetary Mission: OBP could reduce the volume of data by a factor of 10 or more and could allow the spacecraft to make autonomous decisions. E.g., A SAR or optical satellite in orbit around Mars could image the surface, process the data, analyze the results, and then transfer only pertinent data to Earth.

There have already been several studies performed on high-speed OBP that were demonstrated using either limited-performance space-ready hardware, or high-speed commercial development boards.

Examples of recent activities related to high speed processing in space are:

A Novel Self-Cueing TCPED Cycle for High Resolution Wide Swath SAR Imaging (https://www.asc-csa.gc.ca/eng/funding-programs/programs/stdp/contributions-ao-5.asp) On-Board Processing with Graphics Processing Units (GPUs) and Artificial Intelligence (AI) Accelerators (https://open.canada.ca/en/search/grants/reference/csa-asc%7C003-2019-2020-Q1-04263)

The aim of this work is to develop prototype processor hardware capable of demonstrating OBP in a relevant environment (TRL 6). Although this study will focus on SAR-related OBP applications, it will be important to demonstrate that the proposed hardware can also support a wide range of high-speed processing algorithms, which potentially include Artificial Intelligence algorithms, that allow for rapid reaction to acquired images.

If the technology is proven successful, it is envisioned that this work will produce a technology that is ready to be incorporated in Phase B of a future mission.

4.5 Targeted Missions

This technology will be pertinent to the Earth Observation SAR Continuity (EOSC) study.

Page 18: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 17 de – of 32

4.6 Scope of Work

The Target TRL of the OBP engineering model is level 6. The overall scope consists in:

i) Designing, developing and delivering a hardware engineering model capable of performing OBP of SAR data;

ii) Developing a SAR algorithm suitable for OBP whose output can be used for an automated response to features of interest within the data;

iii) Analyzing the performance of the SAR algorithm on the prototype; iv) Testing prototype unit to validate its design in a representative environment.

The specific tasks to be performed by the contractor include, but are not limited to, the items in the following list.

For Preliminary Design Review, the Contractor must:

create specifications for the hardware prototype capable of performing OBP of SAR data and automatically reacting to processed data rapidly;

perform all required design trade-offs and establish an optimized hardware baseline design solution;

perform a trade-off of SAR algorithms suitable for OBP and identify one or more optimal algorithm(s);

create specifications for the SAR algorithm; determine specifications for structural, thermal, and radiative testing that are

representative of the environment experienced by an Earth-orbiting and a Mars-orbiting satellite;

For the Detailed Design Review (DDR), the Contractor must:

design a programmable hardware prototype based on the specifications; develop a SAR algorithm; conduct analysis of the prototype’s processing speed, power consumption, and thermal

performance;

For the Test Readiness Review, the Contractor must:

build the programmable hardware prototype; implement the SAR algorithm on the prototype; procure SAR data (real or simulated); develop the test procedure for the high speed processor; ensure all test equipment and software (either custom design, loaned or purchased) is

ready for the test campaign.

Page 19: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 18 de – of 32

For the Final Review, the Contractor must:

validate the processing performance of the prototype against baselines obtained from ground processors;

perform structural, thermal, and radiation tests to validate the design of the prototype in a representative environment;

create a preliminary ICD of the electrical and mechanical interfaces of the prototype; create a firmware or software support package and a comprehensive user guide to

enable the implementation of the advanced algorithm by external teams; demonstrate the flexibility of the OBP hardware, tools and library support, as well as the

quality of the documentation, by having a separate team develop another data analysis algorithm using the OBP hardware. The separate team can either be a separate team within the same organization whose members did not participate in the original development or a team from a subcontractor. The proposed algorithm is left to the discretion of the Contractor but needs to be of a similar complexity to the SAR processing algorithm.

Although the emphasis has been put on the SAR processing, it is of high interest that the proposed hardware solution offers enough flexibility to support other types of high-speed processing. To facilitate the development by external teams, a comprehensive development kit must be provided. The Contractor must maximize the support for readily available commercial development tools and library/IP Cores.

4.7 Functional characteristics and performance requirements

The performance requirements (mandatory and goal) in this section (Table 4) have been derived to encompass the needs, the range of resolutions, and the swath sizes stated in RD-1. These requirements also take into consideration the processor requirements for a potential ice mapper mission to MARS using a SAR. The proposed activities should clearly show how the proposed technology could be enhanced in future iterations of the design. E.g., the use of a larger device within the same family, the use of multiple processing units in parallel to increase throughput, etc.

Notes in the context of this current LOI only:

- It is recognized that a wide range of performance exists between the Mandatory and Goal requirements. In order to fine-tune these requirements to a tighter range of performance parameters, feedback and/or recommendations based on industry capabilities, allocated funding and timeframe are sought and welcomed.

- Although a list of performance requirements is provided below, this list is meant to provide high-level performance expectations. It is not meant to be a complete technical specification for the design and development. Detailed specifications are to be

Page 20: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 19 de – of 32

established at the PDR. However, feedback on missing requirements to properly scope the activities by the Contractor are sought and welcomed.

Table 4 – Default mandatory and goal requirements for the unit

Tag Nature of the Requirement

Name Value

HSP-1A Mandatory SAR bandwidth 15 MHz

HSP-1B Goal SAR bandwidth 300 MHz

HSP-2 Mandatory Receive window duty cycle

90 % of the Pulse Repetition Interval

HSP-3 Mandatory Range Oversampling Up to 20%

HSP-4A Mandatory Maximum PRF (Pulse Repetiton Frequency)

2000 Hz

HSP-4B Goal Maximum PRF (Pulse Repetiton Frequency)

8000 Hz

HSP-5A Mandatory Number of Polarization 2 (dual or compact polarization)

HSP-5B Goal Number of Polarization 4 (quad polarization)

HSP-6A Mandatory Number of channels 1

HSP-6B Goal Number of channels 8 (azimuth channels)

HSP-7A Mandatory Number of looks in azimuth

10 looks in azimuth/1 look in range

HSP-7B Goal Number of looks in azimuth

Support variable number of looks (up to 10)

HSP-8A Mandatory Longest integration time per look

1 s

HSP-8B Goal Longest integration time 10 s (For L-band) Shorter integration time may be considered for higher frequencies)

HSP-9A Mandatory Processing speed 1/3 of real time processing speed.

HSP-9B Goal Processing speed Real time

Page 21: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 20 de – of 32

HSP-10 Goal Latency Within 1 s after the last data required to complete the image frame is received.

HSP-11 Mandatory Hardware Resource margin for data analysis

50% of the resource left including: memory, memory bandwidth, procesor utilization\logic ressources, thermal margins

HSP-12 Mandatory Output format Multi-Look Complex image (using an appropriate representation such as covariance matrix and/or Stokes parameters)

HSP-13 Mandatory Frequency Band L to Ku bands

HSP-14 Mandatory Structural, thermal, and radiative testing that are representative of the environment experienced by an Earth-orbiting and a Lunar/Mars-orbiting satellite;

Contractor to demonstrate proposed values encompass most typical mission for these orbits.

HSP-15A Mandatory Design Life 3 years

HSP-15B Goal Design Life 7 years

HSP-16 Mandatory Software/Firmware support development kit

Provided with the developed hardware

HSP-17 Mandatory Compatibility with existing software/firmware library and IP core

At least one major software or IP core library must be supported.

HSP-18 Goal Power Consumption Less than 50W

HSP-19 Goal Mass Less than 10 kg

HSP-20 Mandatory Data Input and output interface

SpaceWire (Other standardhigh speed interface are acceptable). Data throughput sufficient to support near real time data transfer of the input and output data.

Page 22: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 21 de – of 32

HSP-21 Mandatory Command and telemetry interface

SpaceWire (Other standardinterface are acceptable).

HSP-22 Mandatory Configurability Standard mechanism to allow transfer of software\firmware

HSP-23 Mandatory Peak Side Lobe Ratio degradation due to the processing algorithm

no more than 2 dB.

HSP-24 Mandatory Impulse response broadening due to the processing algorithm

Less than 5%.

The worst case combination of goal requirements may lead to scenarios that are difficult or impossible to meet. In such cases, the Contractor must provide valid assumptions as to the exact range of conditions that can be supported and the targeted applications expressed in RD-1 that are affected.

The Contractor must use parts that can be procured to a standard equivalent to EEE-INST-002 level 2. The actual parts used in the prototype do not need to be procured to that quality level but must be sufficiently representative as to enable valid TVAC and mechanical tests. Deviation from this rule must be justified based on part unavailability to achieve the required performance or significant cost reduction with a low increase to the overall risk of failure.

In order to avoid over constraining the design, only major requirements have been provided. If missing requirements are identified, the Contractor must clearly state the assumptions made and provide the rationale used.

4.8 Targeted TRL

The targeted TRL for this technology development is TRL 6.

4.9 Specific Deliverables

The deliverables defined in Table 5 complement Generic (programmatic/management) Contract Deliverables and Meetings to be specified in any potential RFP.

Page 23: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 22 de – of 32

Table 5 – Specific Deliverables

ID Due Date Deliverable Type

D1 M2 Requirements/Specifications Document (Hardware Prototype, SAR Algorithm, and Environmental)

Technical Document/Report

D2 M2 Algorithm Trade-off and Selection

Technical Document/Report

D3 M2 Preliminary Design Document and Trade-off (Hardware Prototype and SAR Algorithm)

Technical Document/Report

D4 M3 Procurement Plan Technical Document/Report

D5 M3 Detailed Design Document (Hardware Prototype and SAR Algorithm)

Technical Document/Report

D6 M4 Test Plan Technical Document/Report

D7 M2, M3, M5 Prototype Performance Analysis and Environmental Test Results Development kits and Manual

Technical data and analysis

D8 Each review & milestones

Compliance Matrix Technical Document/Report

4.10 Schedule & Milestones

The desired duration of this technology development would be 12 months. A suggested schedule appears in Table 6. An alternative schedule can be proposed while maintaining a maximum duration of 18 months that also maintains a Work Authorization Meeting at the Detailed Design phase and maintains one meeting at approximately every 3 months. If time between meetings exceeds 3 months, a Teleconference will be held to provide an update of the work progression.

Page 24: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 23 de – of 32

Table 6 – Schedule & Milestones

Milestones Description Completion Venue

M1 Kick-off meeting (KoM) 2 weeks after contract award

(ACA)

CSA

M2 Preliminary Design Review (PDR) 3 Months ACA Telecon

M3 Detailed Design Review (DDR)

Work Authorization Meeting

7 months ACA CSA

M4 Test Readiness Review (TRR) 15 months ACA Contractor

M5 Final review meeting (FR) 18 months ACA CSA

Page 25: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 24 de – of 32

5) Novel SAR Technologies for Low Cost Wide Area Monitoring

TRL: 2 3-6 Estimated Timeline: 12 months Estimated Budget: $650k

5.1 List of Acronyms

CSA Canadian Space Agency KoM Kick-off meeting NASA National Aeronautics and Space Administration PDR Preliminary Design Review TIM Technical Interchange Meetings TRR Test Readiness Review WAM Work Authorization Meeting

5.2 Applicable documents

No applicable documents required for the bidder to develop any potential proposal.

5.3 Reference documents

This section lists documents that provide additional information to the bidder, but are not required to develop the any potential proposal.

RD No.

Document Number

Document Title Rev. No.

Date

RD-1 Earth Observation Service Continuity: Harmonized User Needs Document ftp://ftp.asc-csa.gc.ca/users/TRP/pub/TRRA/STDP/

D

5.4 Background

Canada relies on SAR data to derive information such as the state of the ice, detection and monitoring of oil spill and monitoring of the approaches of Canada for illegal ships. The vast area of Canadian Land is also monitored by SAR instrument in many different fields such as agriculture and infrastructure monitoring. The data also provides a critical information to monitor and respond to natural disaster.

The vast area to monitor combined with the need to provide the information quickly and frequently for several of the key applications, leads to relatively large systems such as the RADARSAT Constellation Mission and the Sentinel Mission.

Page 26: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 25 de – of 32

The RADARSAT Constellation Mission has requirements to cover a large area (all Canadian water up to 1200 nautical miles from the coast) at least once per day in average. This leads to a scenario where both a high spatial coverage and high temporal coverage are required while maintaining a sufficient image quality to extract the required information. In order to satisfy these complex needs, investment in the order of 1 billion dollars for the RCM was required. Department of National Defence further invested in the order of hundred of millions of dollars for the exploitation of the data.

Several trends in SAR technologies can be identified that could potentially improve the ability to satisfy the user needs. A few of these trends are describe here but they are not aimed at restricting the options available to the Contractor and are provided to highlight the range of space and ground based technologies that can be considered under this activity.

- The first trend is the use of much more compact SAR sensors (Iceye, Capella) that can provide satellite with more limited capability but at a much lower cost. The use of compact SAR sensors and the associated high performance COTS electronics may be beneficial for the problem of wide area monitoring by itself. It may also reveal insight into how we could build a larger SAR satellite at a lower cost.

- A second trend observed in SAR is the development of High Resolution Wide Swath system that promises a superior performance from more powerful satellites. This alternatives is interesting from the point of view of providing an improved spatial coverage but the higher cost per satellite involves reducing the number of satellites for a given cost thus reducing the temporal coverage.

- Finally, the last trend identified consist in increasing the emphasis towards the information versus the actual data. In this context, what would be the impact of cloud computing and the access of multiple data sources from various entity on the overall SAR data needs? How could external data such as weather information, could be used in an artificial intelligence system to predict the area of highest interest and adapt the acquisition mode to provide improved information while reducing the duty cycle of the space system?

Recently, the PSPC on behalf of CSA, has issued a request for proposal (RFP) (https://buyandsell.gc.ca/procurement-data/tender-notice/PW-MTB-550-15642) on Earth Observation Service Continuity (EOSC) to study the overall potential solution options to address the government of Canada needs identified in the Harmonized User Needs document (HUN). The proposed work must not duplicate the work performed in the EOSC RFP. The proposed work should not target the overall solution but focus on developing specific technologies to address one or some of the needs identified in the HUN that represent a strong technical challenge or a significant cost driver and that could be eventually integrated in the overall EOSC solution.

5.5 Targeted Missions

This technology will be pertinent to the Earth Observation SAR Continuity (EOSC) study.

Page 27: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 26 de – of 32

5.6 Scope of Work

The work performed under this Statement of Work must provide clear benefits in term of improving either the ability to meet one or several of the needs expressed in the HUN or reduce the cost to meet these needs compared to state of the art solution currently available.

The work will be divided into two phases:

- Development Technical Requirements and identification of the benefits. - Implementation of the identified preliminary concept

Note for LOI: It is planned to award two contracts for phase #1 and one contract for Phase #2.

Phase #1: Requirements definition and identification of the benefits

The following tasks are planned during this phase of the work:

- The Contractor must perform a state of the art review with respect to their proposed technology to establish a clear baseline to compare the proposed technologies with currently available solutions.

- The Contractor must perform analysis\simulation\early concept demonstration of their proposed technology in order to demonstrate its feasibility.

- The Contractor must produce detailed Technical Requirements for the development to be performed.

- The Contractor must provide a Verification Method for each of the detailed technical requirements.

- The Contractor should clearly demonstrate how the proposed Technical Requirements would either (1) improve the system performance relative to one or several user needs, or (2) enable achieving similar performance at reduced cost.

- The Contractor must clearly identify the starting TRL and the planned TRL at the end of the phase #2. The technical requirements and verification methods should clearly demonstrate the planned TRL will be achieved.

An Interim review meeting will be planned. The goal of this meeting will be to enable exchange between the Contractors and CSA on the interpretation of the User Needs.

The Contractor must document the outcome of each tasks in a Preliminary Design Document including a complete description of the technology to be developed. The Contractor must hold a Preliminary Design Review to present the results of this phase of the work.

Page 28: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 27 de – of 32

Selection criteria for Phase #2

A ranking of all Phase #1 contracts will be performed based on criteria such as :

- Improvement in TRL - Identified improvement in cost to meet one or several user needs and\or improvement in

compliance to one or several User Needs

The highest rank project after Phase #1, will be authorized through a contract amendment to proceed to phase #2.

Phase #2: Technology development activities

The Contractor must performed all required activities to achieved the Technical Requirements developed in phase #1. The Contractor must implement the Verification Methods identified in phase #1 to clearly demonstrate that the Technical Requirements have been achieved.

The Contractor must hold a Detailed Design Review once all the design activities related to the technology to be completed are completed. The Contractor must document the design in a Detailed Design Document.

The Contractor must hold a Final Review Meeting once the all Verification Activities are completed. The Contractor must document the verification of the Technical Requirements in a Final Report.

5.7 Functional characteristics and performance requirements

Detailed functional characteristics and performance requirements must be provided by the Contractor as part of the phase #1 activity.

5.8 Targeted TRL

The targeted TRL for this technology development is TRL 3 to 6 depending on bidder proposal.

5.9 Specific Deliverables

The deliverables defined in Table 7 complement Generic (programmatic/management) Contract Deliverables and Meetings to be specified in the any potential RFP.

Page 29: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 28 de – of 32

Table 7 – Specific Deliverables

ID Due Date Deliverable Type

D1 M3 Preliminary Design Document Document

D2 M4 Detailed Design Document Document

D3 M5 Final Report Document

D4 M5 Hardware\Software Hardware\Software

D5 M5 All relevant computer models, as appropriate

Data

D6 M5 All relevant analysis and measurement data, as appropriate

Data

5.10 Schedule & Milestones

The anticipated duration of this technology development is 12 months. A suggested schedule appears in Table 8. An alternative schedule can be proposed with a maximum duration of 18 months that maintains a Work Authorization Meeting at the Detailed Design phase and maintain one meeting at approximately every 3 months. If time between meetings exceeds 3 months, a Teleconference will be held to provide an update of the work progression.

Table 8 – Schedule & Milestones

Milestones Description Completion Venue

M1 Kick-off meeting (KoM) KOM Contractor

M2 Interim Meeting KOM + 1.5 months teleconf

M3 Preliminary Design Review (PDR)

KOM + 3 months CSA

M4 Detailed Design Review (DDR) Work Authorization Meeting

KOM + 7 months CSA

M5 Final review meeting (FR) KOM + 10 months CSA

Page 30: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 29 de – of 32

Page 31: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 30 de – of 32

6) Cloud-computing for Synthetic Aperture Radar (SAR) data processing

TRL: 3 5 Estimated Timeline: 18 months Estimated Budget: $600k

This Technology Development proposes to improve Earth Observation processing services through the advancement of Cloud computing solutions to process SAR science data. The recent publication of Treasury Board (TB) strategy for cloud computing (2018) as well as the TB Direction on the Secure Use of Commercial Cloud Services: Security Policy Implementation Notice (Nov 2017) has provided clear direction on the implementation of this solution within the GoC. Although EO is an established key area for innovation, the access to the information obtained from satellites follows traditional and expensive paths to cover on-demand services for different potential customers: conventional data centres and conventional distribution of services. This presents several drawbacks e.g. the cost of acquiring recent images of the Earth is very high; this is a limitation to develop new solutions; clients cannot access the information they need directly nor quickly, because this has to be processed and ad-hoc distributed; the service is not flexible, so does not adapt to sudden changes in demand. The proposed SAR Cloud computing processing project would emphasize future Internet technologies in order to improve Earth Observation (EO) services and highly reduce the costs associated with on-premises deployment.

This project will deliver a series of demonstrations of an online platform to discover, access, process, manipulate, and exploit Earth Observation data (such as from Radarsat Constellation Mission (RCM)). These will demonstrate a modern paradigm for connecting RCM data to its consumers, for the purpose of discovering a business model. This activity will demonstrate how users can apply their exploitation algorithms within the online platform, and therefore reduce the amount of data transfer needed. By using cloud technologies the work will demonstrate how to disseminate RCM data with low latency to geographically diverse users with unpredictable load.

The scope of this work will include:

A Definition activity to plan the “right cloud strategy” for the CSA EO processing environment. This would include a vision of the deployment model (for example, public cloud) as well as delivery model (for example, software-as-a-service (SaaS), Infrastructure as a Service (IaaS), etc), an approach to managing security risks in cloud adoption that safeguards Canadians’ data and privacy and other considerations and technologies that would ensure successful, efficient, cost-effective implementation. The definition activity will also define requirements and metrics to measure the performance of the strategy;

A Design activity to identify an ideal architecture that would promote reliability, security, performance efficiency, effective operations excellence and cost optimization. The design will include setting-up a testbed to conduct processing of RCM imagery using the proposed design. The design will agree with the TB "Direction on the Secure Use of

Page 32: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 31 de – of 32

Commercial Cloud Services: Security Policy Implementation Notice" (Nov 2017). It would also demonstrate through simulation how to bring Apps to Data, that is to say that CSA will bring an APP example from an end user and use the SaaS; and,

A Test activity using RCM data to quantify and document performance of the design environment and adjust the approach.

Page 33: N° VME MTB-9-42329 (575) Solicitation Closes - L ...sqreports.s3.ca-central-1.amazonaws.com/2020/ABES.PROD.PW_MT… · Public Services and Procurement Canada (PSPC), on behalf of

Page 32 de – of 32

7) Block Chaining in service of EO big data

TRL: 1 3 Estimated Timeline: 24 months Estimated Budget: $500k

This project proposes to explore new technologies to enhance security and protect valuable Earth Observation (EO) Synthetic Aperture Radar (SAR) data. Distribution of SAR data must be controlled and sensitive data must be protected from unauthorized access. Earth Observation in Canada is subject to multiple regulations such as those that flow from the Remote Systems Sensing Space Act (RSSSA) which, in particular, shape the protection afforded to raw SAR data and the remote sensing products generated from that raw data. Preventing unauthorized access requires the following:

Securing the integrity of orders; Ensuring only authorized Order Clients can submit Orders; Ensuring that only data authorized for the user (i.e. as assessed by GoC defined access

controls) can be ordered; Ensuring customer information is secure; Securing the storage and distribution of raw Science Data and processed Products,

once the data has been received from the spacecraft and processed.

This project aims to unlock the value in private data, while addressing privacy and data escape concerns. It will explore alternative ways of storing and distributing data immutable and secure such as those used in distributed ledger technology and blockchain. The blockchain technology offers a secure and reliable architecture for conveying information and transactions (e.g. the exchange of data and assets), which can be recorded digitally. As the distributed ledger is decentralized, each stakeholder maintains a copy, which prevents a single point of failure or data loss. This also means blockchains are highly resistant to altering or tampering. Such accurate and tamper-proof records secure data integrity and can be accessed to make regulatory compliance easier. Ultimately, blockchain can increase the efficiency and transparency of supply chains and positively impact data distribution. In addition to this, technologies such as Artificial Intelligence and advanced analytics are studied to provide added security in the authorization of users and the release and tracking of products.

This project will build a proof-of-concept and accompany study that suggests how Canada can ensure the secure delivery of Synthetic Aperture Radar (SAR) data from Canadian facilities to its trusted partners, while protecting against the sharing of this data beyond its intended use. It will demonstrate the end-to-end concept in order to validate whether the security aims are met. This project will help to determine where updates will need to be made along the supply chain in order to meet security goals, and will suggest a roadmap to implementation. This will extend the Canada’s investment in security beyond the Canadian Space Agency and the Department of National Defence to partners.