The closing date for this challenge was extended to February 7, 2019.

The Department of National Defense (DND) is seeking a solution that will provide innovative, advanced real-time decision support solutions for civilian municipal, provincial, and federal (Royal Canadian Mounted Police and DND) first responder command personnel (police, fire and paramedic) during critical incidents such as: active shooters, rural-urban wildfires, infrastructure collapse, natural disasters and large public order events where multiple jurisdictions and agencies work together. While there are many components and sub-occupational groups involved in critical incidents, the emphasis for this challenge is on developing promising tools related to the cognitive-behavioral aspects of the command function. The solutions should improve the probability of making good decisions during high risk events, while reducing the cognitive load of incident command personnel.
Sponsoring Department: Department of National Defence (DND) Defence Research and Development Canada Centre for Security Science
Funding Mechanism: Contract
Opening date: December 6, 2018
Closing date: February 7, 2019, 14:00 Eastern Standard Time
Please refer to the tender notice for this challenge on Buy and Sell
Challenge
Problem Statement
During critical incidents and events, first responder leadership makes time sensitive decisions which draw upon: disparate organizational information technology supports; myriad data, information and intelligence from human and digital sources; and an array of sensors from the environment. The tempo, volume and variety of decision inputs can overwhelm responder leadership when deciding to: use non-lethal / lethal force, detain citizens, reduce/enhance the mobility of people/goods/services in the community, and deploy scarce resources to mitigate the harmful effects of known and unknown threats and hazards to the community.
In many instances joint command structures need to be mobilized in keeping with doctrine such as the Incident Command System (ICS) and other local command, control and coordination (C3) structures. The problem space described draws upon insights from Canadian responders as captured in the Canadian Next Generation First Responder Preliminary Capability Assessment conducted on behalf of Defence Research and Development Canada. Similar responder capability gap work conducted by contributing members of the International Forum to Advance First Responder Innovation (an organization of international government leaders focused on enhancing and expanding the development of affordable, innovative technology for first responders worldwide — have also cast light on the need to improve the capability maturity level of unified command and control decision supports. The Department of National Defense (DND), through Defence Research and Development Centre for Security Science, is seeking a solution that will help first responders to ad support the cognitive-behavioral aspects of real-time incident command. The primary client groups are the sub-set of responders designated as incidents commanders and other key leadership positions in the civilian first responder space where the cognitive load during critical events is substantial.
Desired Outcomes and Considerations
The anticipated solutions should go beyond current offerings such as computer-aided-dispatch (CAD) integration applications, predictive analytics and tools that may not adequately support the cognitive-behavioral aspects of real-time incident command. Decision support tools and architectures should be innovative, and where appropriate, draw upon approaches and solutions such as: military concepts related to battlefield management, the 'virtual battlefield space' and other solutions developed for non-responders (eg: medicine, aviation, industry, and athletics). The solutions should improve the probability of making good decisions during high risk events, while reducing the cognitive load of incident command personnel. Solutions developed should support at least one of the critical incident use cases depicted in theProblem Statement Summary. It is suggested that applicant/bidder for improved real time C3 decision supports recognize relevant training and development considerations while framing proposals
Essential (Mandatory) Outcomes
Proposed solutions must:
- Position responder leadership to leverage some aspect of advanced natural language processing in a real time environment to interpret voice and/or text information and support decision-making;
- Position responder leadership to leverage the capture and interpretation of one or more 'internet of things (IoT) sensors; and/or data and information from front line (non-command) responders and agency databases, and/or data and information from 'smart cities' and/or the community at large.
- Distill knowledge from previous similar events and approved doctrine into contextually relevant insight for first responder incident command while minimizing cognitive load on key decision makers.
- Improve the probability of making good decisions during high risk events, while reducing the cognitive load of incident command personnel.
Additional Outcomes
Proposed solutions should:
- Position responder leadership to leverage emerging; location based broadband enabled communications services.
- Leverage capabilities such as: artificial intelligence, machine learning, advanced analytics, augmented reality, and live, virtual and constructive synthetic environments.
Background and Context
The intended users of the solution are primarily civilian first responders — police officers, fire fighters, paramedics and other 'operators' - who are normally clients of the Canadian Safety and Security Program (CSSP) administered by Defence Research and Development Canada (DRDC), in partnership with Public Safety Canada. The CSSP aims to strengthen Canada's ability to anticipate, prevent/mitigate, prepare for, respond to, and recover from acts of terrorism, crime, natural disasters, and serious accidents through the convergence of Science and Technology (S&T) with policy, operations and intelligence.
The CSSP invests in, among other things, developing capabilities that help responders to conduct operations safely and effectively. Related CSSP project investments are intended to foster improvements to detection and decontamination technologies, forensic techniques, personal protective equipment, explosives countermeasures, and associated standards and processes. The Centre for Security Science undertakes to identify remaining S&T capability gaps where the CSSP and other federal investments may be positioned to help.
Despite advances in information and communications technology (ICT) supports and associated improvements in doctrine such as the National Incident Management System- developed by the US Federal Emergency Management Agency — first responder leadership report gaps in abilities to function effectively in unified command, control and coordination environments.
Recent analysis conducted for the US Department of Homeland Security — Project Responder 5 (PR5)- revealed that while responders believed while command, control and communications capabilities are improving, "breakdowns in establishing unified command often occur during large-scale incidents and can significantly hinder effective response operations". This capability is one of the highest prioritized capability needs by the responders that participated in PR5. Canadian counterparts have articulated similar capability gaps during Canadian Safety and Security Program engagement activities with key leaders.
After action reports, public inquiries, legal proceedings, and other post-event processes often reveal opportunities for improving decision-making during subsequent events. Accordingly, individual and organizational challenges associated with skills perishability for incident commanders in the first responder services is of paramount importance. For instance, in some jurisdictions the number of structural fires has been reduced such that the new cohort of firefighters may be hard pressed to acquire the depth of experience of the previous cadre of responders. Similarly, police incident commanders in Canada responding to critical events such as armed barricaded persons take a 'critical incident command course' at the Canadian Police College. Training and development limitations at the national and local levels as well as the low frequency of critical events make it difficult for command personnel to stay as current as they would like to be.
Maximum value and travel
Maximum Contract Value:
Multiple contracts could result from this Challenge.
The maximum funding available for any Phase 1 Contract resulting from this Challenge is $200,000.00 CAD (plus tax) including shipping, travel and living expenses, as applicable, for up to 6 months.
The maximum funding available for any Phase 2 Contract resulting from this Challenge is $1,000,000.00 CAD (plus tax) including shipping, travel and living expenses, as applicable, for up to 2 years. Only eligible businesses that have completed Phase 1 could be considered for Phase 2.
This disclosure is made in good faith and does not commit Canada to contract for the total approximate funding.
Travel:
For Phase 1, it is anticipated that two meetings may require the successful bidder(s) to travel to the location identified below:
Kick-off Meeting: Ottawa, Ontario
Final Review Meeting: Ottawa, Ontario.
Eligibility
Solution proposals can only be submitted by a small business that meets all of the following criteria:
- for profit
- incorporated in Canada (federally or provincially)
- 499 or fewer full-time equivalent (FTE) employeesFootnote *
- research and development activities that take place in Canada
- 50% or more of its annual wages, salaries and fees are currently paid to employees and contractors who spend the majority of their time working in CanadaFootnote *
- 50% or more of its FTE employees have Canada as their ordinary place of workFootnote *
- 50% or more of its senior executives (Vice President and above) have Canada as their principal residenceFootnote *
Application guide
Evaluation Criteria
The official source of the Evaluation Criteria for this challenge is the Government Electronic Tendering System (Buy and Sell) (https://buyandsell.gc.ca/procurement-data/tender-notice/PW-18-00846769)
In the event of a discrepancy between the information below and the information published on Buy and Sell, Buy and Sell will take precedence.
Part 1: Mandatory and Minimum Pass Mark Criteria
Proposals must meet all mandatory criteria (Questions 1a and 2) and achieve the minimum pass mark for Question 3 in order to be deemed responsive and proceed to Part 2.
Question | Evaluation Schema |
---|---|
1 a. Scope Describe your proposed solution and how it responds to the challenge. Include in your description the scientific and technological basis upon which your solution is proposed and clearly identify how your solution meets all of the EssentialOutcomes (if identified) in the Desired Outcomes and Considerations section in the Challenge Notice. | Mandatory - Pass/Fail Pass Fail |
2. Current Technology Readiness Level (TRL)
| Mandatory - Pass/Fail Pass: The Applicant/Bidder has demonstrated that the proposed solution is currently between TRLs 1 and 4 (inclusive), and provided justification by explaining the research and development (R&D) that has taken place to bring the solution to the stated TRL. Fail: The Applicant/Bidder has not provided sufficient evidence to demonstrate that the current TRL is between 1 to 4 (inclusive) including:
|
3. Innovation Describe the novelty of your solution and how it advances the state-of-the-art over existing technologies, including competing solutions. | Point Rated with Minimum Pass Mark The minimum pass mark for this criteria is 4 points. 0 points/Fail: The Applicant/Bidder has not demonstrated that the proposed solution advances the state-of-the-art over existing technologies, including available competing solutions; OR The stated advancements are described in general terms but are not substantiated with specific, measurable evidence. 4 points:
6 points:
8 points:
|
Part 2: Point-Rated Criteria
Proposals that do not achieve the overall minimum score of at least 55 points out of a possible 110 points (50%) will be declared non-responsive and given no further consideration.
The overall minimum score is determined by adding the Applicant/Bidder's scores from the following questions together (1b, 3, 4-13).
Question | Evaluation Schema |
---|---|
1b. Scope Describe how your proposed solution addresses the Additional Outcomes (if identified) in the Desired Outcomes and Considerations section in the Challenge Notice. If no Additional Outcomes are identified in the Challenge Notice, Bidders/Applicants will receive 10 points |
|
4. Phase 1 Science and Technology Risks Identify potential scientific and/or technological risks to the successful development of the proof of concept and how they will be mitigated in Phase 1? |
|
5. Benefits to Canada Describe the benefits that could result from the successful development of your solution. Applicants/Bidders should consider the potential benefits using the following three categories:
|
|
6. Phase 1 Project Plan Demonstrate a feasible Phase 1 project plan by completing the table. Include:
Note: Phase 1 cannot exceed 6 months and TRL 4. |
|
7. Phase 1 Project Risks Identify potential project risks (eg. Human resources, financial, project management, etc) to the successful development of the proof of concept and how they will be mitigated? |
|
8. Phase 1 Implementation Team Demonstrate how your project implementation team has the required management and technological skill sets and experience to deliver the project plan for Phase 1 by completing the table. A member of the implementation team can have more than one role. Include the labour rates and level of effort for each member. A day is defined as 7.5 hours of work, exclusive of meal breaks. The labour rates and level of effort will be reviewed as part of the evaluation for Question 10. |
|
9. Inclusivity If your business were to receive funding from Innovative Solutions Canada, describe what actions (e.g., recruitment strategy, internships, co-op placements, etc.) might be taken in Phase 1 to support the participation of under-represented groups (e.g., women, youth, persons with disabilities, Indigenous people, visible minorities) in the research and development of the proposed solution. |
|
10. Phase 1 Financial Proposal Demonstrate a realistic financial proposal for the Phase 1 project plan by completing the table. |
|
11. Phase 1 Financial Controls, Tracking and Oversight Describe the financial controls, tracking and oversight that will be used to manage the public funds throughout Phase 1. |
|
12. Phase 2 Strategy Describe a realistic strategy for the prototype development if selected to participate in Phase 2. Responses should include:
|
|
13. Commercialization Approach Describe your overall commercialization approach for the proposed solution. Responses should include:
|
|
Questions and answers
Please refer to the tender notice for this challenge on Buy and Sell.
All incoming questions regarding this specific challenge should be addressed to SIC-ISC@pwgsc.gc.ca
You can also consult the Frequently asked questions about the Innovative Solutions Canada Program.
A glossary is also available.