Notice

Competition document: Biosensing across wide areas

Updated 31 August 2018

1. Introduction

This Defence and Security Accelerator (DASA) competition is seeking proposals for innovative technologies that provide an improved way to rapidly detect and locate hazardous biological agents in the field for the benefit of defence and security operations.

Initially £500k is available to fund multiple proposals at Technology Readiness Level (~TRL 2). Additional funding is provisionally available for further phases to develop the technology to a higher TRL.

The call will close at 1 pm on 7 November 2018.

2. Competition scope

2.1 Background

Current methods to detect, locate and report hazardous biological materials (derived from specific threat agents) incur operative, logistic and temporal burdens when various factors (which may include sampling, removal of the sample to a laboratory infrastructure or biodetection platform, sample processing, analysis) are taken into consideration. Additionally, many biodetection systems are large and require mains power, regular maintenance and a constant supply of consumables (for example, reagents) to operate. These systems are typically complex to use and are only operable by skilled end users. The time taken to analyse samples by such methods can reduce operational tempo.

This competition is interested in developing innovative biodetection sensor technologies that will ultimately lead to fieldable systems able to provide rapid, high-confidence detection, location and identification of hazardous biological material deposited over a wide area. The technology will reduce the burdens identified above and will not require the operative to come into contact with the hazard (for example, the technology will be operable in a stand-off or remote configuration).

2.2 Scope

For Phase 1, DASA are looking for innovative, proof-of-concept, approaches that can sense, locate and report the presence of deposited biological hazards in real-time or which can demonstrate a clear and achievable pathway to this goal.

In Phase 1 we will require the technology to provide a proof of concept demonstration of detection of bacterial agents (at a minimum). At this stage, solutions that can detect the hazard at a lower confidence level (for example classification) and then cue deployment of a high-confidence sensor (such as for identification) may also be considered.

By the end of Phase 1, proof-of-concept for the technology should be achieved (~TRL 3). Additional funding may be available for future phases to further develop technologies to higher TRLs.

This first phase is focused on sensors and reporting mechanisms for real-time detection, location and reporting of deposited biological hazards. The development of platforms and the integration of sensors upon platforms such as robots are considered outside of scope for this phase.

Future phases will aim to develop technology towards the ultimate aim of this competition, which is to achieve a sensor that will be developed into a fieldable system utilised by a range of users, including trained military specialists and civilian first responders, that is able to detect and report a range of biological agents in real-time. This will enable hazards to be assessed, avoided and also delineate where decontamination procedures need to be conducted.

3. Competition challenges

Successful biological detection technologies require the consideration, and ultimately the optimisation, of a range of parameters. The real-world deployment of these sensors further complicates this endeavour. The two core technical challenges for this call are listed below and it is expected that proposals will address one or both of these themes within the scope defined above. Some of these parameters may compete (such as speed of response versus limit of detection) and we are interested in understanding any trade-off between such parameters during the development of each proposed technology.

Successful proposals should also consider how the technology would address the following cross cutting attributes that may have implications for exploitation:

  • low false alarm rate in a range of environments (for example the system does not alarm to natural and anthropogenic background microbiomes)
  • minimised user burden, for example, the size, weight and power draw of the system should be scalable to permit either man portable or platform mounted use in future

3.1 Challenge 1

Real-time sensing of biological hazards deposited over a wide area to permit surface scanning rates of 0.5 – 15 m2/min; note that this rate should include the time it takes for the sensor to acquire data, process data and display/report a result. The system should be capable of working on a range of surfaces, including porous and non-porous materials.

3.2 Challenge 2

Detection of bacterial spore aggregates (of size ca. 10 – 100 µm) at distances of 1 – 10 m between the sensor and the spores.

3.3 Clarification of what we want

We are looking for high-risk, high-potential-benefit research proposals that will demonstrate or de-risk the exploitation of technologies. This includes concepts or practical demonstrations (of key components or sub-systems as well as complete detection systems), supported by scientific understanding and analysis. Proposals will:

  • address one or both of the challenge areas
  • focus on sensor development
  • enable avoidance of the deposited biological hazard (for example, through stand-off or remote detection concepts)
  • detail how the proposed technology could be developed into a platform mounted or man-portable format in future (if these aspirations are not met in Phase 1)
  • be innovative and disruptive (for example, enable completely new concepts for the detection of biological hazards deposited upon surfaces)
  • demonstrate the approach at a proof-of-concept level (~TRL 3) by the end of Phase 1

Your proposal must demonstrate how the technology will deliver significant change in capability over that offered by current state-of-the-art biodetection technologies. Your proposal will also cover how the product could be matured for use in a representative environment in future, as well as how it could be integrated with potential defence and security end user existing equipment, and how you plan to demonstrate its value by means of a business or economic case. Your proposal should consider potential collaboration and engagement where possible.

3.4 Clarification of what we do not want

For this competition we are not interested in:

  • consultancy, paper-based studies or literature reviews
  • solutions that do not offer significant benefit to defence and security capability
  • proposals that only offer a written report
  • proposals that cannot demonstrate feasibility within the Phase 1 timescale
  • identical resubmission of a previous bid to DASA or MOD without modification
  • minor improvements on existing high TRL technologies (unless it being applied in a novel way to the challenge)
  • proposals which offer no real long-term prospect of integration into defence and security capabilities
  • proposals with no real prospect of out-competing existing technological solutions
  • proposals that focus on platform integration of sensors or development of platforms
  • technologies that require constant re-supply of consumables (such as reagents)

4. Exploitation

It is important that over the lifetime of DASA competitions, ideas are accelerated towards appropriate end-users, to enhance capability. How long this takes will be dependent on the nature and starting point of the innovation. Early identification and appropriate engagement with potential users during the competition and subsequent phases is essential.

All proposals to DASA should articulate the development in TRL of the output over the lifetime of the contract and how this relates to improved operational capability. For this competition it is envisaged that proposals will start at a minimum of ~TRL 2. The deliverables in your proposal (especially the final proof of concept demonstration) should be designed to provide evidence that you have reached the intended TRL (~TRL 3) by the end of the contract. The proof of concept demonstration of the solution should evidence that full development would indeed provide improved operational capability to the user.

Subsequent phases will focus on TRL >3. The evidence generated during Phase 1 should support the development of the business case for Phase 2, with the aim of making it as easy as possible for potential collaborators to identify the innovative elements of your proposal in order to consider routes for exploitation.

It is important from the start that DASA and end-users understand how your idea will deliver longer term improvements to defence and/or security capability and how it could be integrated with other relevant capabilities (DASA Innovation Partners are available to advise). Therefore, you may wish to include some of the following information, where known, to help the assessors understand your exploitation plans:

  • the intended defence and/or security users of your final product and whether you have engaged with the end-users or their procurement organisation
  • the current TRL of the innovation and where you realistically think it will be by the end of this phase
  • awareness of, and alignment to, any existing end-user procurement programmes
  • the benefits (for example, in cost, time, improved capability) that your solution will provide to the user
  • whether it is likely to be a standalone product or integrated with other technologies or platforms
  • expected additional work required beyond the end of the contract to develop an operationally deployable commercial product (for example, ‘scaling up’ for manufacture, cyber security, integration with existing technologies, environmental operating conditions)
  • additional future applications and markets for exploitation
  • wider collaborations and networks you have already developed or any additional relationships you see as a requirement to support exploitation
  • requirements for access to external assets, including Government Furnished Assets, Equipment and Information (GFA), for example, data, equipment, materials and facilities
  • how you intend to demonstrate the outputs at the end of this phase, what form the demonstration would take and whether it will require any special facilities (for example, outdoor space, specific venue)
  • how your product could be tested in a representative environment in later phases
  • any specific legal, commercial or regulatory considerations for exploitation

5. How to apply

Proposals for funding to meet these challenges must be submitted by 1pm on 7 November 2018 via the DASA submission service for which you will be required to register.

The initial funding of £500k is expected to fund 3 to 5 proposals. The cost to DASA per proposal must be in the range of £50k to £150k (although you may choose to use additional funds from elsewhere to meet the challenge). If successful, Phase 1 contracts will be awarded for a duration of 6 months.

Additional funding for subsequent phases to increase TRL further towards exploitation is anticipated to be available. Any further phases will be open to applications from all suppliers and not just those that submitted Phase 1 successful bids.

Further guidance on submitting a proposal is available on the DASA website.

5.1 What your proposal must include

The proposal must focus on this proof-of-concept phase but must also include a brief outline of the next stages of work required for exploitation. It will also detail how you intend to demonstrate the functionality and capability of your development, including any materials you plan to use to represent the threat materials. Note that the use of simulant biological materials is encouraged to enable sensor performance assessments. It is anticipated that the ideal simulant material will depend upon the chosen sensor modality. The Dstl appointed Technical Partners may be able to advise with the selection and procurement of appropriate simulants.

When submitting a proposal, you must complete all sections of the online form, including an appropriate level of technical information to allow assessment of the bid and a completed finance section.

A project plan with clear milestones and deliverables must also be provided. Deliverables must be well defined and designed to provide evidence of progress against the project plan and the end-point for this phase. This must include an initial milestone for delivery by 31 March 2019; note that contracts are anticipated to start in January 2019 for a duration of 6 months.

A resourcing plan should also be included that identifies, where possible, the nationalities of those that you intend working on this phase and later phases. In the event of proposals being recommended for funding, the Authority reserves the right to undertake due diligence checks including the clearance of proposed Research Workers. This process will take as long as necessary and could take up to 6 weeks in some cases. The Authority reserves the right to reject any proposed Research Workers whom it considers unsuitable for any reason. The decision of the Authority shall be final and it shall not be obliged to provide any reasons.

You should identify any ethical/legal/regulatory factors within your proposal and how the associated risks will be managed, including break points in the project if approvals are not received, must be included. Further details are available in the DASA guidance.

In addition, requirements for access to Government Furnished Assets or Information (GFA) should be included in your proposal with information on availability and costs.

Completed proposals must comply with the financial range set for this competition which is between £50k to £150k per proposal. Applications will be rejected if they do not comply with this bracket.

Proposals must include costed participation at the following two DASA events:

  • at the end of Phase 1, project suppliers will be expected to provide a proof of concept demonstration of their system in an appropriate environment, such as a laboratory, to an audience of the assigned Technical Partners and potentially any relevant stakeholders

  • project suppliers will also be required to attend a stakeholder presentation day where they will be required to provide an overview of their project, what they have achieved, where they see it going and the potential exploitation pathways (proposals must include costed participation at this event, which will be held in the UK and is currently scheduled for June 2019)

5.2 Public facing information

A brief abstract will be requested if the proposal is funded. This will be used by DASA and other government departments as appropriate, to describe the project and its intended outcomes and benefits. It will be used at DASA events in relation to this competition and placed on the DASA website, along with your company information and generic contact details.

5.3 How your proposal will be assessed

All proposals will undergo an initial sift and if the application does not meet certain minimum standards (for example, funding limits) it will not be taken forward to full assessment.

Proposals will then be assessed against the standard DASA assessment criteria by subject matter experts from the MOD (including Dstl), other government departments and front-line military commands. On occasion, where expertise may not exist within the Civil Service, we may use external academic review under a non-disclosure agreement. For this call we intend to utilise expertise from the US Department of Defense to support proposal assessment under existing inter-governmental memoranda of understanding. Suppliers will not have the opportunity to comment on assessors comments.

Further guidance on how your proposal is assessed is available on the DASA website.

After assessment, proposals will be discussed internally at a Decision Conference where, based on the assessments, budget and wider strategic considerations, a decision will be made on the proposals that are recommended for funding.

Proposals that are unsuccessful will receive brief feedback after the Decision Conference.

5.4 Things you should know about DASA contracts

Please read the DASA terms and conditions which contains important information for suppliers. For this competition we will be using the Short Form Contract (SFC).

Funded projects will be allocated a Technical Partner as a technical point of contact. In addition, the DASA team will work with you to support delivery and exploitation.

Deliverables from DASA contracts will be made available to MOD, front-line commands, and relevant government departments including but not limited to Home Office and Department for Transport.

The full-rights outputs of funded work may be exposed to international government partners. This is to promote international collaboration and to give projects the best chance of exploitation through exposure to a larger scope of requirements. This will only be done under the protection of existing inter-governmental arrangements of understanding.

6. Phase 1 dates

Competition open Thursday 30 August 2018
Dial in Tuesday 18 September 2018 (afternoon)
Pre bookable 1-1 telecom sessions Wednesday 19 September 2018 (afternoon)
Competition closes Wednesday 7 November 2018 at 1pm
Decision conference By Friday 7 December 2018
Contracting By 1 January 2019

6.1 Supporting event

  • Tuesday 18 September 2018 (afternoon) – A dial-in session providing further detail on the problem space and a chance to ask questions in an open forum. If you would like to participate, please register on the Eventbrite page.
  • Wednesday 19 September (afternoon) – A series of 20 minute one-to-one teleconference sessions, giving you the opportunity to ask specific questions. If you would like to participate, please register on the Eventbrite page.

7. Help

Competition queries including on process, application, technical, commercial and intellectual property aspects should be sent to accelerator@dstl.gov.uk, quoting the competition title. While all reasonable efforts will be made to answer queries, DASA reserves the right to impose management controls if volumes of queries restrict fair access of information to all potential suppliers.