
The Canadian Food Inspection Agency (CFIA) is seeking the development of a chemical compound that would attract a wide variety of wood boring insects attacking standing hardwood tree species.
Sponsoring Department: Canadian Food Inspection Agency
Funding Mechanism: Contract
Opening date: December 6, 2018
Closing date: January 29, 2019, 14:00 Eastern Standard Time
Log in to view your submissions
Challenge
Problem Statement
Each year, the CFIA conducts a number of surveys to detect plant pests, including wood boring insects. Most of those surveys target a specific pest and are delivered to maintain claims of "pest-free" status of an area and/or to delimit populations of quarantine pests with limited distributions in Canada. Other surveys aim to detect new populations of non-indigenous plant pests. One such survey, called the Invasive Alien Species Forest Trapping Survey, uses traps baited with semiochemicals (host tree kairomones and aggregation pheromones) to detect any new non-indigenous wood boring insects that could have been introduced into Canada and become established in an area.
One chemical that has been used since the inception of this survey in the late 1990s is alpha-pinene, a terpenoid commonly found in coniferous trees (gymnosperms) that is highly attractive to wood boring insects alone or in combination with ethanol. This gives us a great tool to detect new wood boring insects attacking coniferous trees. However, there currently is not a known equivalent of alpha-pinene in standing hardwood trees (angiosperms); ethanol is currently used in the survey, but ethanol is produced by stressed angiosperms and gymnosperms. Therefore, we do not have a general hardwood attractant to effectively detect wood boring insects attacking standing hardwood trees.
The CFIA is looking for a chemical compound that would attract a wide variety of wood boring insects attacking hardwood tree species.
Desired outcomes and Considerations
Essential (Mandatory) Outcomes
Proposed solutions must:
- identify a chemical compound(s) attractive to wood boring insects attacking key standing hardwood species (e.g., maple, poplar and oak).
- The chemical must be attractive to at least one species in each of the following taxa:
- Coleoptera: Curculionidae: Scolytinae
- Coleoptera: Buprestidae
- Coleoptera: Cerambycidae
- Hymenoptera: Siricidae
- The chemical must not be too expensive to synthesize (i.e., cost prohibitive for operational implementation).
- A suitable release device must also be developed to allow the chemical(s) to be released at the proper rates for effective trap capture. (The chemical and release device form a lure)
- The chemical must be attractive to at least one species in each of the following taxa:
- not use ethanol, as we already know that this chemical can attract plant pests attacking stressed trees. If a mix of chemicals is used, it must be ethanol-free.
Additional Outcomes
N/A
Background and Context
International solid wood packaging material (e.g., pallets, skids, boxes, crates, etc.), seasonal foliage and wooden handicrafts are significant pathways for introducing non-indigenous wood boring insects into Canada. These wooden products can contain longhorned, bark and jewel beetles which can damage our trees, forests and horticulture industries. The CFIA places traps baited with semiochemicals (e.g., host tree kairomones or aggregation pheromones) to detect new invasive wood borers. If there are one or more chemicals commonly produced by hardwood trees that are universally attractive, as alpha-pinene is to coniferous pests, such a chemical would greatly enhance our ability to rapidly detect a newly established invasive pest.
Globally, there isn't a hardwood kairomone that is attractive to a wide range of wood boring insects (bark beetles, weevils, jewel beetles/metallic wood borers, longhorned beetles, woodwasps, etc). Discovering such a chemical would dramatically impact and become beneficial to many stakeholders, as their ability to detect and monitor hardwood pest populations would increase significantly.
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 $100,000.00 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 $400,000.00 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 will require the successful bidder(s) to travel to the location identified below:
Kick-off meeting
Burnaby or Vancouver, British Columbia
Final Review Meeting
Burnaby or Vancouver, British Columbia
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.