Defence: Calls for proposals

We are seeking pre-commercial innovative prototypes that can be tested in real life settings and address a variety of priorities within the Government of Canada.

Funding mechanism:
Contract

Opening date:
March 31, 2022

Closing date:
April 26, 2022, 14:00 Eastern Time

 

Overview
 

The Testing Stream aims to procure, test and evaluate innovative late stage pre-commercial prototypes.

The purpose of these calls for proposals (CFPs) is to create pools of pre-qualified innovations that Canada may select from to address a broad range of the Government of Canada organizations' requirements.

Each call includes a Standard Component and Military Component:
Standard component $550,000
Military component $1,150,000

If you meet the eligibility criteria and have a prototype that can respond to one of the problems below, apply now!

Digital Enablers and Cybersecurity

Problem statement

The Canadian Armed Force's (CAF) cyber capabilities and expertise are critical to defending Canada against 21st century threats. CAF is committed to assuming a more assertive posture in the cyber domain by strengthening our defenses, and by conducting active cyber operations against potential adversaries in the context of government-authorized military missions. Furthermore, the engagement and application of digital technologies are critical to the success of future force capability. While personnel lives become increasingly IT enabled, militaries of the world continue to rely heavily on manual and analog trusted systems.

Advances in technology have made it possible to automatically track, record and analyze almost every aspect of daily life. Bringing the CAF enterprises into the digital age is instrumental in making use of increasingly useful technologies such as machine learning, and artificial intelligence.

The Government of Canada is requesting solutions to bolster cybersecurity operations and to develop solutions aimed at exploiting opportunities for integrating digital technologies and sciences into the fundamental operations of the Canadian enterprise.

Definitions and requirements

Machine Learning: Refers to the technologies and algorithms that enable systems to identify patterns, make decisions, and improve themselves through experience and data. ML is primarily used to process large quantities of data very quickly using algorithms.

Artificial Intelligence: Computers and robots that are capable of behaving in ways that both mimic and surpass human capabilities when performing tasks in simulated and real-world environments.

Digital technologies: The provision and the use of electronic technologies required to install and integrate STEM, and other technology systems. Digital technology also involves working principles, processes, and standards which apply to the technology industry.

Essential outcomes

  • Variety of wireless communication(s) for routine activity, updates, or future remote sensing and operation(s);
  • Technologies to help process, analyze and optimize the data pipeline including those that can assist with the real-time analysis of military relevant data;
  • Solutions that expand network command and control integrated situational awareness capabilities;
  • New and future generations of devices, systems machinery, sensors, and actuators;
  • Information Management (IM) tools which can ensure that collected data can be processed, exploited, filtered and disseminated to facilitate decision making process tactically, operationally and strategically;
  • Cyber security and situational awareness innovations including decision analysis and response solutions; and
  • Cyber threat identification and response innovations to aid in the development of military-specific information operations and offensive cyber operations capabilities able to target, exploit, influence and attack in support of military operations.

ISC will not accept any of the following:

  • Communications-only tools
  • Innovations that cannot function in a closed-network or secure environment without access to external cloud services
UAS and Drone-related infrastructure

Problem statement

The Canadian Armed Forces (CAF) are/is/has been/will be using drones for a variety of operations such as combat theatres, surveillance, reconnaissance, inspections of facilities and ships, remote response, and support for emergencies and natural disasters. A critical role for Canadian drones will be surveilling the Canadian Arctic and maritime regions. As the Northwest Passage becomes more navigable, water traffic is expected to increase, and the ability to monitor remote waterways and landmasses will be crucial in maintaining Canadian arctic sovereignty.

The Government of Canada is interested in testing and validating Uncrewed Aerial Systems (UAS) and Remotely Piloted Aerial Systems (RPAS) of various sizes and operational capabilities. The Government of Canada is also interested in UAS infrastructure that will allow for rapid deployment, civilian and military operations, and maintenance of drones and drone fleets.

Definitions

Long range: No less than 50km

Cargo: No less than 5kg

Operational-readiness indicator: Demonstrates a level of technological sophistication that would facilitate deployment into an active threat

UAS: Uncrewed Aerial Systems (complete drone systems with no onboard or remote pilots or safety pilots to operate the aircraft beyond visual line of sight)

RPAS: Remotely Piloted Aerial Systems

Essential outcomes include:

  • Complete RPAS and UAS systems for uses including, but not limited to, long-range cargo, search and rescue, and infrastructure inspection;
  • UAS and RPAS with a variety of fuel and battery types including, but not limited to, electric, gas, and hydrogen;
  • Remote operation centers and fire resistant drone operations centers;
  • Live drone based reality meshing Infrastructure models;
  • Artificial Intelligence (AI) analytics of drone Imagery for asset condition assessment;
  • Smart hangars and remote drone delivery depots;
  • Forward operating bases for conducting remote drone operations and drone maintenance;
  • Persistent surveillance with real time alerts;
  • Vehicle launched and recoverable UAS systems (Truck bed drone boxes, Ship launched systems, micro platforms);
  • Tethered drones and drones fixed to buildings for monitoring;
  • Small drone swarms and accompanying software for the operation of swarms;
  • Small rugged UAS systems and UAS that can operate in a GPS-denied environment; and
  • Airspace Management Systems.

ISC will not accept any of the following:

  • Individual Components – incomplete systems that cannot be integrated into existing operations; and
  • Incomplete systems that do not include a full technology stack. All requisite hardware and software must be appropriately integrated to qualify into the program;
  • Innovations which are strictly in the design phase of development with no history of successful operations; and
  • Solutions that cannot carry a load of over 5kg for any time during the duration of transport.
Enhanced Warfighting

Problem statement

It is within the mandate of the Canadian Armed Forces (CAF) to field combat-ready defence systems which can successfully accomplish a set of concurrent operations associated with a series of mandated missions in unpredictable and complex security environments.

As the Canadian Armed Forces moves into an exciting new era of bespoke designs built to serve the current and future security interests of Canada, the future capability additions and upgrades must be optimized to keep up with the technological demands of future operations.

The Government of Canada is interested in solutions which ensure that mobility options, weapons, sensors and command systems are using appropriate technologies to assist the CAF's people and missions. Mission sets for consideration include but are not limited to defence diplomacy, collaborating with other government departments and agencies in support of domestic defence and security, rapid provision of humanitarian assistance and disaster relief, peace support operations and combat operations.

Definitions and requirements

ASW: Anti-Submarine Warfare

UAS: Uncrewed Aerial Systems (complete drone systems with no onboard or remote pilots or safety pilots to operate the aircraft beyond visual line of sight)

RPAS: Remotely Piloted Aerial Systems

Essential outcomes

  • Artificial Intelligence in ASW;
  • Marine, Air, and Ground warfighting tools and support capabilities;
  • Realistic Simulations;
  • Autonomous Systems;
  • Batteries and portable energy systems;
  • UAS and RPAS appropriate for deployment in active combat theatres; and
  • Command and Control solutions.

ISC will not accept any of the following:

  • Incomplete systems that do not include a full technology stack. All requisite hardware and software must be appropriately integrated to qualify; and
  • Innovations which are strictly in the design phase of development with no history of successful operations.
Training and in-Service support

Problem statement

The world is evolving and expanding at an unprecedented rate, and so too are the threats to global peace, security and stability.. The Canadian Armed Forces (CAF) is a vital instrument for the Government of Canada to participate and lead in security and stability operations around the world. In order to posture itself as a leader in defence, the CAF must prepare its members intellectually and professionally, to meet the anticipated challenges within ambiguous, dynamic and complex security environments.

What practical experience has shown over and over is that warfighting skills alone can be an insufficient condition of success. Force Posture and Readiness direction ensures force elements (individual or collective units or capabilities) are trained in accordance with established readiness levels. Readiness levels are achieved through individual training (training individual CAF members), collective training (training teams to work together) and validation activities (assessments), equipment servicing and readiness management.

The Government of Canada is interested in exploring solutions that can help develop, bolster, or deliver training to CAF personnel. Canada is seeking solutions that can enhance the situational awareness and operational capabilities of personnel during the performance of their duties.

Definitions and requirements

Canadian Armed Forces (CAF): the CAF environments also known as the Royal Canadian Navy, the Canadian Army and the Royal Canadian Air Force direct their Schools and Training Centres at providing the needed skills to enable their sailors, soldiers, airmen and airwomen in performing their duties such as naval technician, infantry soldier or a pilot for example.

Essential outcomes

  • Augmented Reality (AR) and Virtual Reality (VR) based training solutions;
  • Solutions to build training courses and materials for various branches of the CAF;
  • Visualization tools to assist in job performance. This includes bridge and navigation visualization tools as well as solutions that expand situational awareness;
  • E-learning solutions and innovations that enhance remote training capabilities;
  • Computer simulation solutions; and
  • Equipment services and maintenance solutions.

ISC will not accept any of the following:

  • Solutions that are purely meant for enhanced communications or collaboration;
  • Solutions that store data outside of Canada;
  • Solutions that collect and store personnel data without proven military security clearance and document safeguarding capabilities; and
  • Software only solutions that require integration into existing DND infrastructureFootnote i
Enhanced Soldier systems

Problem statement

With the increasing pervasiveness of smart technologies, the internet of things, and new materials science across all domains, we are seeing a gradual evolution of core technologies into smart and next generation equivalents. This presents a huge disruption to the status quo for the profession of arms which must advance and accelerate its own reinvention in order to keep pace with a rapidly changing world.

The Government of Canada is seeking the next generation of fundamental technologies and military equipment that will empower soldiers and enhance their ability to operate on the battlefield.

Definitions and requirements

Military Equipment: Refers to weapons, arms, military supplies, and equipment that may be readily used for military purposes, including, but not limited to, radar systems or military-grade transport vehicles.

Essential outcomes

  • Protective equipment for personnel and vehicles;
  • Portable communications devices;
  • Enhanced weapons and weapons systems;
  • Night vision goggles;
  • Helmet development;
  • Tools that can operate in all types of environments and conditions, including in the Canadian Arctic;
  • Field communications tools;
  • Radar systems; and
  • Exo-suits and other soldier enhancement apparatus.

ISC will not accept any of the following:

  • Incomplete systems that do not include a full technology stack. All requisite hardware and software must be appropriately integrated to qualify;
  • Innovations which are strictly in the design phase of development with no history of successful operations; and
  • Software only solutions without the integration into associated system.
Smart Sustain and Fleet Optimization

Problem statement

In response to increasingly complex security environments, effective innovation is critical to ensure DND is successful in achieving a modern and prepared Armed Forces. Assessments of the long-term future of military operating environments help to determine the likely characteristics of future conflicts, warfare, and warfighting. Future operating environment analysis accounts for both adversary and allied considerations. These assessments help to maintain a measure against which Canada must pace military capability development.

In order to keep pace with our allies and outpace our potential adversaries, while ensuring that NORAD and North Atlantic Treaty Organization (NATO) commitments are met, it is imperative that the Canadian Armed Forces (CAF) force development and design processes are optimized for the most efficient and effective use of national resources. Modernization efforts must be undertaken concurrent to force generation and force employment on operations. There will be no pause, and efforts must be managed and prioritized, with the tempo of change being a key lever of control.

The Government of Canada wants to explore a wide variety of solutions aimed at optimizing the structure and processes across the CAF enterprise.

Definitions and requirements

NORAD: North American Aerospace Defense Command

Canadian Armed Forces (CAF): the CAF environments consist of the operational environments of the Royal Canadian Navy, the Canadian Army and the Royal Canadian Air Force.

Essential outcomes include:

  • Intelligent Vessel and Fleet Management solutions;
  • Innovations that increase modular capabilities;
  • Bridge Assistance Solutions;
  • Lifecycle assessment Tools; and
  • Zero Emission Vehicles (ZEVs) for marine, land, air or multiple operational theatres.

ISC will not accept any of the following:

  • Communication and collaboration tools;
  • Incomplete systems that do not include a full technology stack. All requisite hardware and software must be appropriately integrated to qualify; and
  • Innovations which are strictly in the design phase of development with no history of successful operations.

Eligibility and evaluation

Mandatory Criteria (MC)

MC1: Canadian Bidder

The Bidder must meet the definition of a Canadian Bidder. A Canadian Bidder is defined as a Canadian person or entity submitting a proposal on its own behalf and having a place of business in Canada where the person or entity conducts activities on a permanent basis that is clearly identified by name and accessible during normal working hours.

MC2: Canadian Content

80% of the financial proposal costs, the total proposal price to Canada stated in "Section –G Financial Proposal", must be Canadian goods or Canadian services. For the complete Canadian content definition please refer to the Canadian Content Definition A3050T (2020-07-01) at Part 1, General Information, Article 1.5 of the solicitation documents:

MC3: Ownership

The Bidder must be the owner of the Intellectual Property (IP) for the proposed innovation, or have a licence to the IP rights from a Canadian licensor for the proposed innovation and not be infringing on any IP rights.

MC4: Subject Area and Component

The Bidder's proposed innovation, as described and in its intended application, must be within the scope of one (1) of the relevant Military or Standard Component Subject Area(s) identified, as selected by the Bidder.

MC5: Pre-Commercial Status

The proposed innovation must not be openly available in the marketplace, and must not have been previously sold on a commercial basis as of the date of this bid submission. Refer to the definitions of "Pre-Commercial Innovation and Commercial Sales" at Appendix 2 of the solicitation documents:

MC6: Previously Pre-qualified Innovation

The proposed innovation or any other versions of the proposed innovation must not have been previously awarded a contract or grant in the Build in Canada Innovation Program (BCIP) or its predecessor, the Canadian Innovation Commercialization Program (CICP), nor under any Innovative Solutions Canada (ISC) Streams.

The proposed innovation or any other versions of the proposed innovation must not currently be active in a pool of pre-qualified innovations in any of the above. A proposed innovation that is currently active in a pool will be accepted only once the bid validity period for that proposal has expired or the Bidder has withdrawn their innovation from the relevant pool, prior to solicitation closing date.

A Bidder can participate more than once, as long as the proposed innovations are sufficiently different. If the proposed innovation resembles an innovation that is currently active in a pool and has not been withdrawn prior to solicitation closing, the following assessment will be used to determine sufficient difference to proceed.

Pass Sufficiently Different
  • A distinct product and/or service that has undergone a completely separate path of R&D or that diverged early in technology development.
  • Significant modifications to the application of the previous technology or components of the technology, applied in a setting or condition which was not possible or feasible for the pre-qualified or contracted innovation; OR
  • A significant improvement in functionality, cost or performance over the pre-qualified or contracted innovation.
Fail Not Sufficiently Different
  • Incremental improvements;
  • Technologies that follow a normal course of product development (i.e. the next version or release); OR
  • Stated differences are not quantified or are inadequately described.

MC7: Maximum Funding

The Bidder's Financial Proposal must not exceed $550,000 CAD in the Standard Component, or $1,150,000 CAD in the Military Component, not including applicable taxes, shipping costs, and travel and living expenses, where applicable. Refer to Section G – Financial Proposal.

MC8: Program Eligibility

The Bidder's proposal must be aligned with the mandate of the ISC Testing Stream where Canada procures, through a Contract, the Bidder's Innovation with the purpose of testing it in an operational environment.

The following criteria only apply to small or medium enterprises

MC9: Small Business

The Bidder must be a for-profit person or entity, with 499 or fewer full-time equivalent (FTE) employees. This calculation must take into account and include affiliated businesses, such as parent companies and subsidiaries that are either in or outside of Canada.

MC10: Bidder Presence in Canada

The Bidder must meet the following minimum requirements: 50% or more of the Bidder's FTE employees have Canada as their ordinary place of work; 50% or more of the Bidder's annual wages, salaries and fees must be paid to employees and contractors who spend the majority of their time working in Canada; and 50% or more of the Bidder's senior executives (Vice President and above) have Canada as their principal residence. These calculations must take into account and include affiliated businesses, such as parent companies and subsidiaries that are either in or outside of Canada.

Stage 1 Technical Evaluation – Screening Criteria (SC)

SC1: Innovation

The proposed innovation must meet one or more of the ISC definitions of innovation below:

  • An inventionFootnote 2, new technology or new process that is not currently available in the marketplace.
  • Significant modifications to the application of existing technologies/components/processes that are applied in a setting or condition for which current applications are not possible or feasible.
  • An improvement in functionality, cost or performance over an existing technology/process that is considered state-of-the-art or the current industry best practice.
Pass The proposed innovation meet one or more of the ISC definitions of innovation.
Fail
  • The proposed innovation does not meet any of the ISC definitions of innovation; or
  • The proposed innovation is an incremental improvement, "good engineering", or a technology that would go ahead in the normal course of product development (i.e. the next version or release).

SC2: Operational Readiness Validation

The Bidder must demonstrate that at the time of proposal submission, the proposed innovation is ready for testing in an operational environment, i.e. at minimum TRL 7 per the ISC Technology Readiness Level Scale.

Pass
  • The Bidder has provided evidence demonstrating that, at minimum, the proposed innovation is a functional prototype (form, fit, and function) ready for demonstration in an appropriate operational environment, at the time of proposal submission; and
  • The Bidder has provided evidence supporting that an operational demonstration of the proposed innovation is feasible.
Fail
  • The proposed innovation is not ready for demonstration in any operational environment at the time of proposal submission or the Bidder has not provided evidence to that effect; or
  • The Bidder has not provided evidence supporting that an operational demonstration of the proposed innovation is feasible.

SC3: Safety Considerations

The Bidder must demonstrate that they have obtained or possess, at the time of proposal submission, the certifications, licences, and approvals required to safely deploy the proposed innovation, and that it poses no risks to individuals or Government of Canada organizations involved in an operational demonstration.

This is to ensure that a Government of Canada organization and personnel are not exposed to safety or privacy risks during the conduct of the operational demonstration.

Pass At the time of proposal submission:
  • The Bidder has demonstrated that they have obtained or possess the certifications, licences, and approvals required to safely deploy the proposed innovation; and
  • No concerns remain regarding the physical safety and privacy of individuals that could be involved in an operational demonstration; and
  • The proposed innovation does not pose organizational safety or security concerns for a Government of Canada organizations when used in an operational setting.
Fail At the time of proposal submission:
  • The Bidder has not demonstrated they have obtained or possess the certifications, licences, and approvals required to safely deploy the proposed innovation; and/or
  • Concerns remain regarding the physical safety or privacy of individuals that could be involved in an operational demonstration; and/or
  • The proposed innovation may pose organizational safety or security concerns for a Government of Canada organizations when used in an operational setting.

SC4: Scope – Outcomes

The Bidder must demonstrate that the proposed innovation provides a solution to the Problem Statement, and meets one or more of the Outcomes identified in the Problem Statement.

Pass
  • The proposed innovation is within the scope of the Problem Statement, and clearly addresses one or more of the Outcomes identified in the Problem Statement.
Fail
  • The proposed innovation is articulated as out of scope for the Problem Statement, or;
  • The proposal does not clearly demonstrate how the proposed innovation addresses any of the Outcomes identified in the Problem Statement, or;
  • The proposed innovation is poorly described and does not permit concrete analysis, or;
  • There is little to no scientific and/or technological evidence that the proposed innovation is likely to meet any of the Outcomes.

Stage 2 Technical Evaluation – Point-Rated Screening Criteria (PS)

PS1: Advance on State of the Art

The Bidder must demonstrate that the proposed innovation improves upon current approaches and state of the art, or current practices relevant to its purpose or application, in a manner that yields competitive advantages.

2 points
  • The proposed innovation improves minimally upon the current state of the art, though not sufficiently enough to create competitive advantages in existing market niches; or
  • The stated advancements are not substantiated with specific, measurable evidence.
12 points
  • The proposed innovation offers one or two minor improvements, and no significant improvements, to the state of the art that are not likely to create competitive advantages in existing market niches; or
  • The stated advancements are well-described in general, but are not substantiated with specific, measurable evidence.
24 points Minimum
  • The proposed innovation offers three or more minor improvements to the state of the art, that together are likely to create competitive advantages in existing market niches; or
  • The proposed innovation offers one significant improvement to the state of the art, that is likely to create competitive advantages in existing market niches.
40 points
  • The proposed innovation offers two or more significant improvements to the state of the art, that are likely to create competitive advantages in existing market niches and could define new market spaces; or
  • The proposed innovation can be considered a new benchmark of state of the art that is clearly ahead of competitors and that is likely to define new market spaces.

PS2: Intellectual Property (IP) Strategy

The Bidder must demonstrate a suitable Intellectual Property (IP) strategy, relevant to protect IP generated by the proposed innovation and to protect the Bidder. This criteria also assesses the degree to which the strategy is appropriate to support successful commercialization.

0 points The Intellectual Property (IP) strategy is insufficiently rationalized or substantiated, and is poorly suited for background IP or generated IP as they pertain to the proposed innovation.
8 points Minimum
  • The ongoing activities described and rationalized form a suitable IP strategy in terms of relevant background IP or generated IP, and enables the application of suitable protection where and when relevant, as they pertain to the proposed innovation; and
  • A path to effective monetization of the proposed innovation is generally described, and sufficiently adequate considering the maturity of the company and the sector or industry.
12 points
  • The activities described are well substantiated and form an IP strategy that addresses all relevant background IP and generated IP as they pertain to the proposed innovation, and will ensure the Bidder is protected; and/or
  • The Bidder describes an IP strategy factoring considerations beyond the operational demonstration of the proposed innovation, for the effective and competitive leveraging of IP in terms of profitable exploitation and market access.

PS3: Management Team

The Bidder must demonstrate that they have filled the key roles in the management team with individuals possessing relevant background or skill setFootnote 3, who can support the successful commercialization of the proposed innovation.

  • Role A: Company leadership (e.g. CEO, or equivalent)
  • Role B: Technology development (e.g. CTO, or equivalent)
  • Role C: Commercialization strategy (e.g. Business Manager, or equivalent)
  • Role D: Financial management (e.g. CFO, or equivalent)
0 points
  • One or more roles are not identified; or
  • One or more roles significantly lacks relevant background or skill set; or
  • One or both company leader role and technology manager role have significant and unmitigated gaps in qualifications relevant to the company's activities, which could obstruct the company's efforts to reach commercial launch.
4 points All roles are identified and possess a background or skill set (education and/or experience) that is relevant to the company's activities or their respective fields, however gaps remain that are unmitigated and have the potential to impede commercial launch and commercial success.
8 points Minimum All roles are identified and possess, or are supported by, a background or skill set (education and/or experience) that is relevant to the company's activities or their respective fields, and will likely enable them to reach commercial launch.
12 points All roles are identified and possess, or are supported by, a strong background or skill set (education and/or experience) that would serve well in commercializing the proposed innovation, is clearly relevant to their respective industry, and increases the likelihood of commercial success.

PS4: Financial Capacity

The Bidder must demonstrate that they have sufficient financial resources and a credible financial strategy in order to execute their commercial launch plan, without a potential ISC Testing Stream contract.

In determining the credibility of a financial strategy, evaluators consider: funding sources, the amount of secured and unsecured funds, the degree of risk, and whether these risks are reasonable or sufficiently mitigated based on the context of the sector. Credibility, potential risks, and applicability to support launch costs should also be considered.

Financial resources must demonstrate ability to commercialize the proposed innovation.

0 points
  • The Bidder has not demonstrated they have sufficient funds to commercialize the proposed innovation; or
  • The Bidder has no credible plan to secure necessary funds or the costs are significantly underestimated; or
  • The financial strategy provided is inadequate, unrealistic, or incomplete.
8 points Minimum
  • The Bidder has demonstrated they have funds in place, and otherwise possesses the financial capacity to undertake production and delivery of the proposed innovation; or
  • The Bidder has a credible financial strategy and remaining unsecured funds will not significantly impede commercializing the proposed innovation.
12 points The Bidder has demonstrated they have sufficient secured funds and have a credible financial strategy to successfully commercialize the proposed innovation.

Stage 3 Technical Evaluation – Point Rated Criteria (PR)

PR1: Innovation Benefits

This criterion is intended to assess the degree to which the proposed innovation could contribute to the positive economic development of the innovation ecosystem in Canada.

0 points Economic benefits are not identified or are insufficient.
4 points Economic benefits to the innovation ecosystem in Canada are limited.
8 points Economic benefits to the innovation ecosystem in Canada are significant.

PR2: Operational Demonstration Risk Mitigation Strategies

This criterion is intended to assess the degree to which the Bidder has identified all important risks in the demonstration scenario, and degree to which those risks are addressed with appropriate mitigation strategies.

0 points
  • 2 or more important risks were not identified and/or have a high level of residual risk.
4 points
  • 1 important risk was not identified; and/or
  • The risks that were outlined in the demonstration scenario have mitigation strategies that are plausible and sufficiently described.
8 points
  • All important risks have been identified; and
  • The risks outlined in the demonstration scenario have mitigation strategies that are plausible and sufficiently described, but there is some residual risk.
16 points
  • All important risks have been identified; and
  • The risks outlined in the demonstration scenario have mitigation strategies that are comprehensive and well described, and there is very little residual risk.

PR3: Equity, Diversity, and Inclusion (EDI) Benefits

This criterion is intended to assess the degree to which the Bidder has sufficient measures to effectively achieve and maintain gender balance and diversity within; their business, supply chain, or business ecosystem.

Score levels reflect the number of the following elements the Bidder addressed in their answer:

  • Anti-discrimination policies;
  • Recruitment strategy and hiring process;
  • Training available to educate the Bidder's workforce on diversity and inclusion;
  • How diversity and inclusion are factored into Bidder's supplier selection methods.
0 points Policies regarding gender balance and diversity are not identified, are insufficient, or do not appear genuine.
4 points Information provided clearly demonstrates that the Bidder is implementing some measures (up to two (2) elements) to achieve and maintain gender balance and increase diversity.
8 points Information provided clearly demonstrates that the Bidder is implementing most measures (two (2) or more elements) to achieve and maintain gender balance and increase diversity.
12 points Information provided clearly demonstrates that the Bidder is implementing all measures (all four (4) elements) to achieve and maintain gender balance and increase diversity.

PR4: Commercialization Strategy and Market Risks

This criterion is intended for the Bidder to demonstrate that they have a credible strategy to commercialize the proposed innovation, identifying market risks and providing suitable mitigation strategies for these risks.

0 points
  • The presented commercialization strategy, market risk strategies and mitigation strategies are inadequate, incomplete or have not been presented.
8 points
  • The presented commercialization strategy, market risk strategies and mitigation strategies could support limited target market entry; or
  • Shortcomings in the expertise, human resources, partners/sales channels or physical assets present unmitigated risks to successful commercialization.
24 points
  • The presented commercialization strategy, market risk strategies and mitigation strategies are clear and well-developed and, given full implementation, should support entry into the target market; and/or
  • Shortcomings in the expertise, human resources, partners/sales channels and physical assets present only small risks to successful commercialization.
32 points
  • The presented commercialization strategy, market risk strategies and mitigation strategies are complete, strong, and are highly likely to support long-term and sustained entry into the target markets; and
  • The Bidder has the expertise, human resources, partners/sales channels and physical assets required to move forward with successful commercialization.

PR5: Adoption Potential – Features & Benefits, Target Market

This criterion is intended to assess to what degree the proposed innovation's features and benefits are attractive to the relevant target market.

0 points
  • Key features and benefits are limited and/or offer minimal differentiation from the competition; and
  • Target market is small in size, offers low growth and/or has limited long term potential.
4 points
  • Key features and benefits offer moderate differentiation from the competition; or
  • Target market is moderate in size, offers moderate growth and/or has adequate long term potential.
8 points
  • Key features and benefits offer either moderate or clear differentiation from the competition; and/or
  • Target market is moderate in size, offers moderate growth and has adequate long term potential.
16 points
  • Key features and benefits offer clear differentiation from the competition; and
  • Target market is large in size, promises high growth and/or has significant long term potential.

PR6: Adoption Potential – Cost to End User

This criterion is intended to assess to what degree the cost of the proposed innovation and the efforts required to adopt it are attractive and relevant for the target market.

The acquisition costs of the proposed innovation include the intended market price, the organizational impact, time and resources required for training and installation, and other direct costs for target market end-user (the customer) to acquire the proposed innovation.

0 points In relation to the acquisition cost and key features and benefits, an unacceptable amount of time and resources are required for the end user to adopt the proposed innovation.
4 points In relation to the acquisition cost and key features and benefits, a significant amount of time and resources are required for the end user to adopt the proposed innovation.
8 points In relation to the acquisition cost and key features and benefits, a reasonable amount of time and resources are required for the end user to adopt the proposed innovation.
16 points In relation to the acquisition cost and key features and benefits, virtually no time and resources are required for the end user to adopt the proposed innovation.

PR7: Scope – Outcomes

This criterion is intended to assess the degree to which the Bidder meets the Outcomes identified in the Problem Statement.

0 points

Insufficient or no information was provided to clearly demonstrate that the proposed innovation addresses more than one of the Outcomes identified in the Problem Statement.

4 points

Information provided clearly demonstrates that the proposed innovation addresses 2 of the Outcomes.

8 points

Information provided clearly demonstrates that the proposed innovation addresses 3 of the Outcomes.

16 points

Information provided clearly demonstrates that the proposed innovation addresses 4 or more of the Outcomes.

Maximum available points from Stage 2 & Stage 3 : 192 points

Minimum Total ScoreFootnote 4 from Stage 2 & Stage 3 to pre-qualify: 115 points

Pathway to commercialization

Enabling the Government of Canada to buy what it tries – a Pathway to Commercialization for eligible Canadian SMEs

Our new pilot project gives small and medium-sized enterprises (SMEs) the opportunity to sell your innovation directly to the Government of Canada without competing.

Through the Pathway to Commercialization under ISC's Testing Stream, eligible SMEs can receive commercial contracts based on the successful testing and market-readiness of your pre-commercial prototype. It is important to note that this pathway will only be available to eligible Canadian SMEs, which represent over 97% of all businesses in Canada, a percentage that mirrors past participation in the program.

How will it work?

  • Once your initial ISC testing contract is completed, you may be eligible for the Pathway to Commercialization if your innovation is market-ready at technology readiness level (TRL) 9 or above (see other eligibility criteria)
  • You will have up to 12 months to be assessed against eligibility criteria to determine if you will be placed on a Pathway to Commercialization source list where government departments can browse and purchase your successfully-tested innovations for up to three years
  • Contracts under this initiative will each have a limit of up to $8M

Important considerations

  • You must be selling the same innovation from your initial Testing Stream contract
  • If you participate in the Pathway to Commercialization, your innovation will no longer be admissible for further testing nor any subsequent purchases contracts under EN578-22ISC5 of the Testing Stream.
  • The requirements for commercial contracts will reflect the operational needs of client departments, the nature of the innovation, and will be put in place by Public Services and Procurement Canada, the program's Contracting Authority

How will SMEs be assessed?

A number of criteria will be used as part of the assessment process, including:

  • Financial capacity
  • Technology readiness
  • Certifications
  • IP strategy
  • Company size
  • Scalability
  • Innovation test performance

Please read the call for proposals (CFP) for more information on the Pathway to Commercialization.

Frequently asked questions

All incoming questions regarding this specific call for proposals should be addressed to TPSGC.PASICVoletessai-APISCTestingStream.PWGSC@tpsgc-pwgsc.gc.ca.

You can also consult the Frequently asked questions about the Innovative Solutions Canada Program.

glossary is also available.