The RFP Database
New business relationships start here

Navy Industrial Control System Monitoring Software


New Jersey, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

Naval Facilities Engineering Command (NAVFAC) is surveying the commercial vendor community for all interested parties, and is soliciting information and comments from industry for the development and implementation of a commercial enterprise-wide software solution. The software solution shall collect diverse building or utility data points, apply a software data point classification strategy, install an automated analytics, fault detection and diagnostics (AFDD) software package with a role-based operator interface for use by the Utilities and Facilities Monitoring & Control System's (UFMCS's) operators to monitor and track Industrial Control System (ICS) performance on NAVFAC serviced facilities. The software must also incorporate inputs from existing utility monitoring and control sub-systems into the role-based interface. The software shall contain control functionality that performs intelligent actions to manage ICS to satisfy mission assurance and energy and cost saving goals. In addition, there is a requirement to supply components which may include, but is not limited to the ICS software used to extract data points and software used in the tagging, automated analytics, and operator interface. It is required that the software solution be integrated to a Government Furnished Equipment (GFE) platform enclave, designed to achieve information assurance compliance and accreditation. Should this become a requirement, the design documentation of the Platform Enclave will be provided as Government Furnished Information at that time. The proposed solutions must be flexible, scalable, and configurable.

NAVFAC is the ICS service provider for the Department of the Navy. In accordance with OPNAVINST 4100. 5E (Shore Energy Management), NAVFAC Headquarters issued a Capability Development Document (CDD) in October 2013, to provide requirements to consolidate disparate utilities and energy ICS operations into one formal program called Smart Grid. The CDD can be found at http://www.navfac.navy.mil/content/dam/navfac/Public%20Works/PDFs/UES/Navy%20and%20Marine%20Corps%20Smart%20Grid%20CDD%20Industry%20Version%202014.pdf . In accordance with (IAW) the CDD, the Smart Grid program will collect, display, record, analyze, and disseminate information, and provide integrated Command and Control regarding the status of monitored building and utility subsystems in a uniform, secure and affordable manner in order to reduce cost, reduce energy consumption, and to support mission assurance.

A key capability for this software solution is advanced data analytics that does the "thinking" for the operator so the operator can do less data analyzation and achieve timely decisions faster. This RFI describes the technical requirements for the management software to be used at an ICS Monitoring Station (IMS). The IMS is defined as a centralized work location intended to monitor and regulate building control systems, utilities and equipment. The Special Communications Requirements Division of Naval Air Warfare Center Aircraft Division, of St. Inigoes, Maryland, is involved in defining the IMS requirements and will be the recipient and facilitator of reponses to this RFI.

The Navy UFMCS is built upon three (3) existing types of equipment;
i. Controlled electrical and mechanical equipment such as utility switch gear, pumps and Heating, Ventilation and Air Conditioning equipment,
ii. Equipment controllers that provide direct real-time control loops for the equipment; and,
iii. Local monitor and control sub-systems such as Building Control System and Supervisory Control and Data Acquisition (SCADA).


The Navy UFMCS itself is composed of two layers; a) a GFE Platform Enclave in each NAVFAC Facility Engineering Command that performs ICS enclave network management and, b) a Common Software Architecture layer that provides the operational functions, Common Operating Picture (COP), analytics and data integration. The UFMCS collects real-time operational data from all ICS systems, transforms them into uniform format, and provides them as a service to enterprise level business application (such as Comprehensive Utilities Information Tracking System).


The NAVFAC software solution described throughout this RFI is required to collect data from or relating to the quantity of buildings and utility systems specified by the Government for up to nine (9) regions. Each region could have up to thirty (30) Military locations; the locations could have up to sixty (60) buildings that would meet the criteria to be included in the ICS program. Each building could have up to five-hundred (500) data points per utility/building.


LOCATIONS:


NAVFAC Program Office, Washington, DC

Region 1 Europe Africa Southwest Asia
• Naval Support Activity Naples, Italy
• Naval Station Rota, Spain


Region 2 MID-ATLANTIC
• Naval Station Norfolk, VA


Region 3 MIDWEST
• Naval Station Great Lakes, IL


Region 4 NORTHWEST
• Naval Base Kitsap/Bangor, WA


Region 5 SOUTHEAST
• Naval Submarine Base Kings Bay, GA
• Naval Air Station Jacksonville, FL


Region 6 SOUTHWEST
• Naval Base San Diego, CA
• Naval Air Weapons Station China Lake, CA
• Naval Base Ventura County, CA


Region 7 WASHINGTON
• Naval Air Station Patuxent River, MD


Region 8 FAR EAST
• Naval Fleet Activities Okinawa, Japan


Region 9 MARIANAS
• Naval Base Guam


Region 10 HAWAII
• Joint Base Pearl Harbor/Hickam, HI


TECHNICAL REQUIREMENTS


SOFTWARE SOLUTION:


The software solution shall include the elements that are essential to meet full operating capabilities which may include software modules, components and drivers, licenses, third party middleware, and technical support services required to collect data from, or relating to, existing facilities including the ICS and Advanced Metering Infrastructure (AMI). The software solution shall include capabilities to analyze the data for operational and energy efficiency performance and shall provide tools to describe operational deficiencies and recommend corrective measures to enable condition based maintenance. The Navy UFMCS software shall be an enterprise-wide solution, implemented separately at each Navy region that shall support the diverse building or utility data points, tagging strategy, automated analytics, AFDD, and role-based operator interface needs of NAVFAC's internal personnel and its tenant commands. Where available, the technology platform shall interface with local ICS two-way communication capabilities for monitoring and controlling building energy usage and utility power flow and deploying demand response/load shedding, peak shaving, and load shifting. The software shall include capabilities for energy cost analytics, or interface with Navy business software applications used to track the cost of power. The software solution shall have the capability to interface with a Government specified digital signage system.


Singular Software Platform


The platform shall provide seamless interaction of numerous applications. The platform must have an intuitive, graphically oriented user interface that provides seamless access and interaction between multiple applications used to optimize building or utility performance, deploy energy generation and load shed resources, and monitor energy procurement, usage, billing and cost recovery. For example, if the energy use platform shows an irregular load profile, the user should be able to drill down into the building or utility's ICS to diagnose the issue and make adjustments directly if the ICS allows two‐way control or through a communication with the building or utility operator. The software solution shall support the ability to track operator communications through resolution of the issue. Another example is that the user shall receive an alarm about a convergence of high coincident building or utility energy use and a spike in electricity prices and shall have the capability to deploy or schedule (via ICS two‐way control and/or communication to the building or utility operator) load shedding and onsite energy generation. The software solution shall allow for base level utility censors, maintenance alarm capability and the ability to inherit existing alarms into the new system. The energy cost platform shall show the event and resulting energy cost/savings/revenue.


Data Integration


Integration of the data and controls from legacy and future systems is required. The platform and applications shall interface with legacy building or utility systems as well as new systems being brought online. The software solution shall provide a seamless experience to the user including interoperability for Navy Marine Corps Intranet business analysis systems; because the building or utility in the portfolio have different energy management/generation/billing needs and capabilities the software solution shall provide the capability to develop customized building or utility programs and schedules to optimize mission capability and sustainability.


The Navy UFMCS solution shall include the capability to analyze financial effects of the data for operational and energy efficiency performance and shall provide regional and installation level tools to help describe operational deficiencies and recommend corrective measures.


Should a solicitation be issued for this, the Government will provide the Navy UFMCS operating environment to include the computer hardware, storage, and operating system platform in accordance with the attached Software Requirements Document (SRD). The building or utility currently has the following technology:
i. Meters integrated through intermediate regional software applications to a unified national Schneider ION Enterprise Energy Management application, Westinghouse, and American Systems. Navy UFMCS will be given access to and shall use data points either directly from the Advanced Meter system in the building or utility, via Advanced Meter points data integrated to the UFMCS, or directly from the Local AMI Data Acquisition Servers (Microsoft SQL Server).
ii. Direct Digital Control
iii. SCADA
iv. Government-furnished NAVFAC compliant data network circuit installed for purposes of transmitting facility data over the internal NAVFAC Platform Enclave network housed within the NAVFAC enclave. These circuits currently vary in capacity from 1.5 - 155Mbbps (STS-3c) with the majority being 155Mbps.
v. ICS that will generate data for use by Navy UFMCS.



SOFTWARE DELIVERY REQUIREMENTS


Commercial Availability


This requirement is for a commercial software solution that minimizes the use of custom software development. Custom software development for purposes of this requirement will be construed to mean both compiled and scripting languages used to customize and extend the features of the base software product(s) to meet specific site customization requirements. Core functionality of communications protocols, Graphical User Interface capability, and features required for Cyber Security compliance shall be part of the commercial code base and may not be custom developed features.


Third Party Components


Supply of all third party components required for proper operation of the core software package such as middleware, reporting tools, or Geographical Information System software packages for example, is required. Required components shall be determined based on contractor software solution.


SOFTWARE INTEGRATION REQUIREMENTS:


Software integration services are required to install, integrate, configure, customize, and verify correct operation of the Navy UFMCS software solution including required components, modules, third party applications, and all interfaces to ICS and Business systems that the software application must exchange data with.


System Software Development


Systems and software engineering services are required to work with the Government System Integrator. Software engineering and development activities are required to implement system customizations. Software customization services are required to adapt the software package to provide required ICS command, control, visualization and event tracking functionality. Use of custom developed software in the solution should be minimal and should use commercial software only when the required functionality cannot be reasonably achieved by other custom approaches.


ANALYTICS AND FAULT DETECTION AND DIAGNOSTICS (AFDD):


The AFDD shall have the ability to mine vast amounts of data quickly and apply software-based algorithms to identify and define trends to enable proactive management of building or utility systems. The AFDD shall identify patterns to enable the software to draw conclusions, notify stakeholders, and correct issues in building or utility mechanical and control systems automatically or via proactive automated Computerized Maintenance Management System, referred to as MAXIMO, maintenance requests before they manifest themselves in ways that cause downtime or prolonged periods of inefficient operation. Wherever available, the AFDD shall be able to interface with existing SCADA, Distribution Management System , Outage Management System, and Fault Location, Isolation, and System Recovery software systems commonly used by utilities.


The AFDD shall provide the ability to allow building or utility managers to optimize on-going operations through a series of processes including, but not limited to, fault based analysis, continuous evaluation of zones, set points, schedules, control component degradation, sensor failures.


The AFDD shall provide advanced continuous commissioning strategies capable of taking into account defect detection prior to seasonal weather changes (proactive building or utility maintenance based on geographical and seasonal variables).


The AFDD shall address each region's commissioning program. The AFDD shall describe the process by which building or utility engineers and commissioning agents, to utilize the delivered software solution to define rule sets and metrics for building or utility operations.


The AFDD shall provide local engineers the ability to see what analytics rules are affecting alerts specific to their buildings or utilities and provide a mechanism to override, adjust, and manage rules that affect site specific scenarios related to a building or utilities' unique mechanical, electrical and plumbing characteristics and site specific sequences of operation.


The AFDD shall be able to accept and prioritize alarm events from remote systems and execute a response rule or notification (e.g., email, pager, work order) from the Navy UFMCS platform. Examples of current alarms in place at some NAVFAC facilities include, but are not limited to:
i. Chiller and/or boiler operation/enabled longer than 12 hours
ii. Chiller and/or boiler weekend/holiday operation
iii. Simultaneous heating and cooling
iv. Building or utility Kilowatt-Hours upper limit alarm
v. Notification when system is up/down

The AFDD must apply multi-level algorithms and rules based features. This shall include at a minimum:
i. Level One Analytics: General rules and algorithms that can be applied throughout the region with little or no modification.
ii. Level Two Analytics: Custom rules and algorithms that have been configured for the UFMCS systems and sequences of a particular building or utility.


The AFDD shall be able to generate message notifications to any of the following primary Navy UFMCS stakeholder groups:
i. Building or utility Engineers & Technicians, Operations and Maintenance (O&M) Contractors
ii. Public Works Office
iii. CNIC Energy Managers
iv. Public Works Core
v. Echelon 3 and Echelon 2 Program Office


The NAVY UFMCS AFDD shall be capable of generating a management report of exceptions, trigger alarms, and system actions initiated.


The AFDD shall be capable of predicting operational behavior based upon changes in load, generation and environmental conditions to the current and historical state of the system.


The Navy UFMCS platform and COP shall be able to generate a hierarchy of alarms and recorded distribution of notifications to Facility and Utility Managers, O&M Contractors, metering Contractors, specialized subject area engineers and commissioning agents.


SYSTEM INTERFACE/INTEGRATION APPROACH


In order to support a transition from the existing ICS, the integrated system (and device referenced in the previous sentence) shall natively have the capability to communicate with NAVFAC UFMCS mandated protocols, and shall have appropriate protocols installed as needed at each location in accordance with the SRD.


The system interface shall address connectivity to industry standard building or utility automation systems using NAVFAC mandated protocols.


The software solution shall target pre-packaged, commercial, open Application Programming Interfaces (APIs) for purposes of interfacing to 3rd party industry products as the desired architectural end state of Navy UFMCS.


The software solution shall address the requirement to retrieve information from the ICS, and Navy UFMCS software and transmit it in Open APIs format to the Computerized Maintenance Management System, MAXIMO, to generate work orders, trouble tickets, pro-active maintenance requests, etc.


The software solution shall address requirements to give a COP user the ability to manually generate alarm and notification information to Navy UFMCS alarm and transmit notification information to MAXIMO.


PERFORMANCE TRACKING AND MEASUREMENT CRITERIA


The software solution shall include the capability to monitor, track, and report operational and financial performance criteria. An example might be tracking the financial impact of faults that do not get fixed in a timely fashion once discovered like loose fan belts, motors that run excessively, or mal-functioning dampers which restrict air flow. Reports shall show operational efficiencies or inefficiencies resulting from Navy UFMCS events, triggers, and alarms so Return on Investment (ROI) analysis and statistics can be tracked and monitored.


The performance criteria shall establish a baseline energy consumption and cost for purposes of eventually comparing actual vs. past performance.


The performance criteria shall address the UFMCS software requirement to track and report building or utility system operational costs (OPEX) on a daily, monthly, quarterly, annual cost metric per square foot basis and per person occupancy. These OPEX costs metrics shall be trended over time in user-definable time periods for purposes of tracking and reporting ROI metrics.



ASSUMPTIONS:


• Respondents shall assume this is a software solution only and that a secure accredited network and computer hardware are available by the Government, ready to receive a software load.
• Respondents shall assume the solution includes ancillary services to install, configure, and test software at each region, and initial operator training.
• Respondents shall assume the software solution must have the capacity to collect data from or relating to the quantity of buildings and utility systems specified by the government for up to nine (9) regions. Each region could have up to thirty (30) Military locations; the locations could have up to sixty (60) buildings that would meet the criteria to be included in the ICS program. Each building could have five-hundred (500) data points per utility/building.
• Respondents shall assume the data for the buildings and utility systems will be ready for feed into the IMS via a middleware panel.
• Respondents shall assume this software shall have the ability to manage microgrid commanding, whereby microgrid capability might currently exist at an installation or be planned for the future.



RESPONSES:


In response to this RFI, respondents shall submit written responses, via electronic mail. Product specification, sketches, or listings of authorized distributors are not to count as part of the page count. The response shall address how the software solution meets the requirements within and not exceed ten (10) pages.


In addition to the above, request respondents provide the following:


1) Discuss how technical requirements within this RFI adequately communicates the software requirement and/or identify capability gaps.
2) Describe how much customization is needed to meet the requirements described herein.
3) Provide discussion of the software interfaces and operational analytics that your software solution provides. Trend analysis of data is also desired.
4) Provide a discussion of how your software solution utilizes fault detection analysis and alarms.
5) It is important the software be mature for immediate fielding and still have the ability to grow and adapt to future ICS technologies. In your estimation, state how long would it take to perform the stated requirements at a given region. For up to nine (9) regions specified in this RFI, approximately how long would it take to install, test, train and start operations for this procurement?
6) What are software maintenance requirements, i.e. updates and upgrades and adhoc technical support?
7) How would your solution interface to and from Navy UFMCS platform including recommended open architecture, toolset, interface coding language, and any other key elements to support an open, non-proprietary, extensible, and scalable interface plan for the Navy UFMCS platform? Open, non-proprietary means all ICS use NAVFAC specified standard communications protocols.


The Government requests that respondents provide pricing estimates and information on the below elements:
1) Software (both licensing and procurement with unlimited rights)
2) One time service to customize software to a region's mission priorities
3) Data Integration within the software
4) Testing event(s) for a region
5) One time operator training for a region including ability to customize and operate software
6) Software Lifecycle Upgrades - training Government organic and contract with Industry; estimate 5 year plan.


 


ADDITIONAL INFORMATION:


FAR-15.201 - Exchange With Industry Before Receipt of Proposals


IAW FAR-15.201(b) "The purpose of exchanging information is to improve the understanding of Government requirements and industry capabilities, thereby allowing potential offerors to judge whether or how they can satisfy the Government's requirements, and enhancing the Government's ability to obtain quality supplies and services."


This RFI is neither a Request for Proposal nor a Request for Quotation, and does not in any way constitute and/or represent a solicitation or a promise to issue a solicitation in the future. Furthermore, this RFI does not in any way commit the Government to contract for any supplies and/or services whatsoever.


The Government is not seeking proposals; instead, the Government is only seeking information related to current industry capabilities to meet requirements discussed herein. Organizations that intend to respond to this RFI are hereby advised that the Government will not pay for and/or reimburse any of the respondents' costs or expenses related to the development and submission of this RFI. Accordingly, all costs associated with the respondents' efforts in relation to responding to this RFI are solely and expressly the responsibility of the respondents.


The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. While the Government intends to review this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture. The Government will not use any information provided to level your approach relative to another competitor. The responses should not contain any proprietary information however if any information is company sensitive, all information shall be marked accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Company sensitive information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review.


**PLEASE NOTE: The Government may use support contractors (Booz Allen Hamilton, Smartronix, Mantech, and Bowler Ponds) to assist with review and analysis of responses to this RFI. Each respondent will be responsible for obtaining any required Non-Disclosure Agreements from each support contractor. For point of contact information for these support contractors please contact Todd Stanley, todd.stanley@scrb.navy.mil.


Failure to respond to this RFI does not preclude participation in any future associated request for proposal/request for quotation that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.


HOW TO RESPOND:


Please submit your response to this RFI (not to exceed 10 pages) via email no later than 4:00PM E.S.T [January 16, 2015] to the following points of contact: Danielle DiLorenzo; danielle.dilorenzo@navy.mil.


Danielle DiLorenzo, Contract Specialist, Phone 732-323-7067, Fax 732-323-7531, Email danielle.dilorenzo@navy.mil - Christine Yezzo, Contract Specialist, Phone 732-323-2739, Fax 732-323-7531, Email christine.yezzo@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP