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, where multiple jurisdictions and agencies work together. Although there may be a number of components involved in critical incidents, the focus for this challenge is on the creation of new tools and technologies to identify, acquire, track and distribute available resources (defined as equipment, supplies and 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
Log in to view your submissions
Challenge
Problem Statement
Currently, DND and first responder command personnel rely on a number of techniques and tools to track and/or replenish their resources, from spreadsheets to more sophisticated software applications. Responders need the ability to integrate data from all stakeholders to identify which resources are available for a response and anticipated timelines for delivery. The Department of National Defense (DND) is seeking a solution that could create future state systems and tools based upon an evaluation of current available technologies (e.g. Radio-Frequency Identification (RFID), Global Positioning System (GPS), cell services) to identify, acquire, track and distribute available resources in support of an incident response. Systems should also be readily adaptable to be used as inventory management for supplies where replenishing may be needed (e.g. paramedic ambulance resources).
Desired outcomes and Considerations
Essential (Mandatory) Outcomes
Proposed solutions must:
- Have the ability to digitally request resources from the field and track disposition of request, resource status and location is also desirable.
- Have the ability to digitally inventory resources utilized by front line vehicles and track disposition of request, resource status and location
- Create an integrated repository of all resources available for incident-specific response
- Create a graphic display of critical or selected resources on an incident map
- Displays critical or selected resources as standardized icons
- Integrate Geographic Information System (GIS) coordinates and incident-specific maps which displays data in layers
Additional Outcomes
Proposed solutions should:
- Provides resource details (e.g., agency of origin, manufacturer and model) on request
- Allow user queries of data
- Have the ability to filter data and customize filter criteria
- Allow users to place resource requests and check status of existing requests from the field
- Provide acknowledgement and status of resource requests in real time
- Have the ability to ingest data sources in real time maintaining open format for outputs
- Have the ability to access last-known dataset when off-line
- Address relevant privacy and ethical concerns.
- Have the ability to integrate data from all stakeholders to identify which resources are available for a response and anticipated timelines for delivery
- Have the ability to integrate resource data from participating First Responder agencies (police, fire and paramedic) for a holistic picture of resources available on scene for incident-specific response.
- Have the ability to track inventory from the main storage/receiving locations through to utilization in the field for front-line responders
- Have the ability to quickly check the status of resource requests from the scene, without having to communicate over radio channels
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.
Recent analysis conducted for the US Department of Homeland Security — Project Responder 5- revealed that responders believed one key component to coordinating response action is, "the ability to know, in real time, the availability, location and status of all resources". 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.
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 three meetings will required the successful bidder(s) to travel to the location below:
Kick-off meeting
Ottawa, Ontario
Progress Review meeting
Teleconference/videoconference
Project Completion 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.