19
FLORIDA DEPARTMENT OF TRANSPORTATION Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450 Phone: (850) 414-4381 ADDENDUM NO. 1 DATE: December 5, 2018 RE: BID #: DOT-RFP-19-9035-SJ BID TITLE: Statewide ITS Communications Network Upgrade Phase 2 OPENING DATE: Thursday, December 13, 2018 @ 3:00PM EST Notice is hereby given of the following changes to the above-referenced SOLICITATION: Questions and Answers are found below Wilson Road Final Parameters attached below Bidders/Proposers must acknowledge receipt of this Addendum by completing and returning to the Procurement Office, by no later than the time and date of the bid/proposal opening. Failure to do so may subject the bidder/proposer to disqualification. Sherill Johnson, Procurement Agent _____________________________________ Bidder/Proposer _____________________________________ Address _____________________________________ _____________________________________ Submitted by (Signature) Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. DOT-RFP-19-9035-SJ Addendum No. 1 - Questions & Answers 1

FLORIDA DEPARTMENT OF TRANSPORTATION · MPR9500, MSS-O, 1830 PSS, and a Northbound interface to MegaSys Telenium network management system. Question 8 Regarding the relocation of

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

FLORIDA DEPARTMENT OF TRANSPORTATION Procurement Office

605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450

Phone: (850) 414-4381

ADDENDUM NO. 1 DATE: December 5, 2018

RE: BID #: DOT-RFP-19-9035-SJ

BID TITLE: Statewide ITS Communications Network Upgrade – Phase 2

OPENING DATE: Thursday, December 13, 2018 @ 3:00PM EST

Notice is hereby given of the following changes to the above-referenced SOLICITATION:

Questions and Answers are found below Wilson Road Final Parameters attached below

Bidders/Proposers must acknowledge receipt of this Addendum by completing and

returning to the Procurement Office, by no later than the time and date of the bid/proposal

opening. Failure to do so may subject the bidder/proposer to disqualification.

Sherill Johnson, Procurement Agent

_____________________________________ Bidder/Proposer _____________________________________ Address

_____________________________________

_____________________________________ Submitted by (Signature) Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.

DOT-RFP-19-9035-SJ Addendum No. 1 - Questions & Answers

1

Question 1

Please advise if the witness testing for the system can be done on a phased basis having several sites at once be provisioned and interconnected for testing? For example for the following Hub sites will it be acceptable to test 4 or some other subset of the following group or will we be required to test all 12 or more at the same time? Install 7705 SAR-18 at the following hub sites: 1. Pensacola 2. Chipley 3. Tallahassee 4. Lake City 5. Wildwood 6. Tampa Maintenance 7. Jacaranda 8. Naples 9. McArthur 10. Stuart Maintenance 11. June Park 12. Port Orange

Answer 1

No. In accordance with Section 12.1 System Staging Acceptance Testing, the vendor shall configure, stage, and test the equipment and services in a system staging facility before deploying to the field. The FDOT shall witness and accept the test results before the Vendor installs the equipment in the field and cut-over services. After the System Staging Acceptance Testing is witnessed and accepted, the vendor will proceed to install the equipment in the field and cut-over live statewide network traffic in accordance with an approved Equipment Installation and Cut-Over Plan – refer to Sections 9 and 10. The Vendor shall notify the FDOT at least 10 days prior to completion of the installation activities. The Vendor, in conjunction with the FDOT, shall verify that all equipment is correctly installed and functioning properly. All tests shall be witnessed by the FDOT for acceptance approval. Following completion of all inspections and testing, the installed SICN upgrade system shall be subject to a 20-day performance verification testing period to be witness by the FDOT prior to system acceptance – refer to Sections 12.3 and 12.4.

Question 2 For all the shelter drawings, is there a dimensional scale (i.e. 1’ = 10ft) you can provide?

Answer 2

The shelter drawings were originally drawn to scale. For reproduction purposes, the size of each of the drawings was altered arbitrarily, while maintaining the correct aspect ratio. Therefore, a reference and measurable scale cannot be provided for the Contract Plans. As noted on Sheet No. A-1: “NOTE: THE SCALE OF THESE PLANS MAY HAVE CHANGED DUE TO REPRODUCTION.”

The interior dimensions of the Tallahassee FHP shelter (vendor Site Visit location) is 12’-9” x 10’-9”. This site is representative of most of

DOT-RFP-19-9035-SJ Addendum No. 1 - Questions & Answers

2

the FDOT’s communications shelters; however, there are numerous variations of size and layout that are generally depicted in the Contract Plans.

Question 3

Regarding the multicasting section (EXHIBIT A, 4.6.3 Multicast) – The RFP ask for two separate PIM-SM services SARBNET and SARNET. We need to know how many multicast sources and receivers are to be expected per multicast service? a. Will this be static or bootstrapped?

Answer 3

Each specific site’s connected devices, interfaces, and services are specified in the Equipment Configuration Interface Parameters list – Attachment 2. PIM-SM services SRBNET and SARNET, connected devices, and device interfaces, are specified in the particular site’s Equipment Configuration Interface Parameters list, where required. The vendor is responsible for the design of the network services and the network Low Level Design. The vendor network designers shall attend an interactive Design Workshop to finalize an approved design of the MPLS core including all services, IP addresses, and interfaces.

Question 4

Regarding the multicasting section (EXHIBIT A, 4.6.3 Multicast) – The RFP ask for two separate PIM-SM services SARBNET and SARNET. We need to know how many estimated multicast groups will be used per multicast service?

Answer 4

One multicast group per multicast service. The vendor network designers shall attend an interactive Design Workshop to finalize an approved design of the MPLS core including all services, IP addresses, and interfaces.

Question 5

Regarding the multicasting section (EXHIBIT A, 4.6.3 Multicast) – The RFP ask for two separate PIM-SM services SARBNET and SARNET. What will the Rendezvous Point (RP) architecture look like, i.e. single RP, anycast-RP with MSDP, different RP for different groups?

Answer 5

Single Rendezvous Point (RP). The 7750 at Wilson Road shall be configured as a PIM-SM Rendezvous Point (RP). The vendor network designers shall attend an interactive Design Workshop to finalize an approved design of the MPLS core including all services, IP addresses, and interfaces.

Question 6

Regarding the installation of the 10 GBPS SM fiber to the McCarthur & Stuart interchange on Attachment 1B, Sheet-H26, McArthur, Notes 3, for Sheets A-5, A-6 Please provide the distance for the 10G optical links

Answer 6

STUART INTERCHANGE TO STUART MAINTENCE, Fiber Path Length is 600-FEET MCARTHUR TO MCARTHUR INTERCHANGE, Fiber Path Length is 100-FEET

DOT-RFP-19-9035-SJ Addendum No. 1 - Questions & Answers

3

Question 7

Regarding the relocation of the 5620 SAM (EXHIBIT A, 4.6.5.1 Network Functions Manager for Packet (NFM-P)) Relocation from the District 6 RTMC in Miami and install and configure the device into the existing Wilson Road 7705 SAR-18 rack. Please provide the existing 5620 SAM license rights that include supplementary products and network element types information.

Answer 7 The existing 5620 SAM license supports Nokia 7705 SARH, MPR9500, MSS-O, 1830 PSS, and a Northbound interface to MegaSys Telenium network management system.

Question 8

Regarding the relocation of the 5620 SAM (EXHIBIT A, 4.6.5.1 Network Functions Manager for Packet (NFM-P)) Relocation from the District 6 RTMC in Miami and install and configure the device into the existing Wilson Road 7705 SAR-18 rack. We are requesting that FDOT size the server(s) to support these future network elements, or make us aware of future growth and network elements to be added.

Answer 8

The vendor is responsible for the design, sizing, scaling of all network equipment. The FDOT’s existing 5620 SAM is a Nokia 5620 SAM R14.0R7 platform REHEL Server x86-64, sized for 675 MDAs, 1000 Generic Network Elements. The existing 5620 SAM is supporting approximately 125 network elements.

Question 9

Regarding the relocation of the 5620 SAM (EXHIBIT A, 4.6.5.1 Network Functions Manager for Packet (NFM-P)) Relocation from the District 6 RTMC in Miami and install and configure the device into the existing Wilson Road 7705 SAR-18 rack. Please provide information on the existing server platform (CPU, RAM, storage)

Answer 9

The FDOT’s existing 5620 SAM is a Nokia 5620 SAM R14.0R7 platform REHEL Server x86-64, sized for 675 MDAs, 1000 Generic Network Elements. The existing 5620 SAM is supporting approximately 125 network elements.

Question 10

Regarding the relocation of the 5620 SAM (EXHIBIT A, 4.6.5.1 Network Functions Manager for Packet (NFM-P))

Relocation from the District 6 RTMC in Miami and install and configure the device into the existing Wilson Road 7705 SAR-18 rack.

Does the Nokia Optical Transport Network equipment need to be managed?

a. If we are to quote NFM-P (T) we will need the software release information of each type of the network elements that are currently being managed by 5620 SAM.

DOT-RFP-19-9035-SJ Addendum No. 1 - Questions & Answers

4

Answer 10

The proposed system shall feature complete integration for operations, administration, maintenance, and provisioning (OAM&P) with Nokia Service Aggregation Routers, Nokia Service Routers, Nokia MPR-9500 microwave packet radios, Nokia Optical Transport Network equipment, and with the global Nokia Network Functions Manager for Packet (NFM-P), to support microwave radio-aware dynamic traffic engineering throughout the SICN. Confirmed under Nokia’s product designations, the specified Nokia Network Functions Manager requires both NFM-P and NFM-T. The existing 5620 SAM license supports Nokia 7705 SARH, MPR9500, MSS-O, 1830 PSS, and a Northbound interface to MegaSys Telenium network management system

Question 11 Attachment 1B, Sheet-H26, McArthur, Notes 3, Page H-26

Please specify the 10G optical reach/distance requirement

Answer 11 MCARTHUR TO MCARTHUR INTERCHANGE, Fiber Path Length is 100-FEET

Question 12 Attachment 1B Sheet - H29, Stuart Mtc, Notes 3, Page H-29

Please specify the 10G optical reach/distance requirement

Answer 12 STUART INTERCHANGE TO STUART MAINTENCE, Fiber Path Length is 600-FEET

Question 13

Exhibit A, 4.6.3 Multicast, Page 4.6.3

How many multicast sources and receivers are to be expected per multicast service?

Answer 13

Each specific site’s connected devices, interfaces, and services are specified in the Equipment Configuration Interface Parameters list – Attachment 2. PIM-SM services SRBNET and SARNET, connected devices, and device interfaces, are specified in the particular site’s Equipment Configuration Interface Parameters list, where required. The vendor is responsible for the design of the network services and the network Low Level Design. The vendor network designers shall attend an interactive Design Workshop to finalize an approved design of the MPLS core including all services, IP addresses, and interfaces.

Question 14

Exhibit A, 4.6.3 Multicast, Page 4.6.3

How many estimated multicast groups will be used per multicast service?

Answer 14

One multicast group per multicast service. The vendor network designers shall attend an interactive Design Workshop to finalize an approved design of the MPLS core including all services, IP addresses, and interfaces.

Question 15

Exhibit A, 4.6.3 Multicast, Page 4.6.3

What will the Rendezvous Point (RP) architecture look like, i.e. single RP, anycast - RP with MSDP, different RP for different groups?

DOT-RFP-19-9035-SJ Addendum No. 1 - Questions & Answers

5

Answer 15

Single Rendezvous Point (RP). The 7750 at Wilson Road shall be configured as a PIM-SM Rendezvous Point (RP). The vendor network designers shall attend an interactive Design Workshop to finalize an approved design of the MPLS core including all services, IP addresses, and interfaces.

Question 16 Exhibit A, 4.6.3 Multicast, Page 4.6.3 Will the RP be static or bootstrapped?

Answer 16

The vendor is responsible for the design of the network services and the network Low Level Design. The vendor network designers shall attend an interactive Design Workshop to finalize an approved design of the MPLS core including all services, IP addresses, and interfaces.

Question 17

Attachment 1A, Sheet A-2 In addition to NFM-P, please confirm if FDOT requires NFM-T? This is required for managing the Nokia Optical Transport Network equipment.

Answer 17

The proposed system shall feature complete integration for operations, administration, maintenance, and provisioning (OAM&P) with Nokia Service Aggregation Routers, Nokia Service Routers, Nokia MPR-9500 microwave packet radios, Nokia Optical Transport Network equipment, and with the global Nokia Network Functions Manager for Packet (NFM-P), to support microwave radio-aware dynamic traffic engineering throughout the SICN. Confirmed under Nokia’s product designations, the specified Nokia Network Functions Manager requires both NFM-P and NFM-T. The existing 5620 SAM license supports Nokia 7705 SARH, MPR9500, MSS-O, 1830 PSS, and a Northbound interface to MegaSys Telenium network management system.

Question 18

Attachment 1A, Sheet A-2 To maintain NFM-P and T (if applicable) compatibility with the existing Network Elements, please provide the software release information of each type of network elements that are being managed by 5620 SAM.

Answer 18 The existing 5620 SAM license supports Nokia 7705 SARH, MPR9500, MSS-O, 1830 PSS, and a Northbound interface to MegaSys Telenium network management system.

Question 19

Attachment 1A, Sheet A-2 Please provide the existing 5620 SAM license rights that include supplementary products and network element types information.

DOT-RFP-19-9035-SJ Addendum No. 1 - Questions & Answers

6

Answer 19 The existing 5620 SAM license supports Nokia 7705 SARH, MPR9500, MSS-O, 1830 PSS, and a Northbound interface to MegaSys Telenium network management system.

Question 20

Attachment 1A, Sheet A-2 Sheets H-1 to H41 show future 9500 MPR equipment. Are bidders required to size the server(s) to support these future network elements?

Answer 20

The vendor is responsible for the design, sizing, scaling of all network equipment. The FDOT’s existing 5620 SAM is a Nokia 5620 SAM R14.0R7 platform REHEL Server x86-64, sized for 675 MDAs, 1000 Generic Network Elements. The existing 5620 SAM is supporting approximately 125 network elements.

Question 21

Attachment 1A, Sheet A-2 Please provide information on the existing server platform (CPU, RAM, storage).

Answer 21

The FDOT’s existing 5620 SAM is a Nokia 5620 SAM R14.0R7 platform REHEL Server x86-64, sized for 675 MDAs, 1000 Generic Network Elements. The existing 5620 SAM is supporting approximately 125 network elements.

Question 22

Staging Would FDOT consider allowing the awarded vendor to stage the equipment in Mooresville, North Carolina?

Answer 22 The staging facility shall be located in the State of Florida.

Question 23

Exhibit A Will FDOT provide or be willing to lend the equipment to perform the test specified in Exhibit-A, especially the NXU-2A and Omnitronics?

Answer 23

The staging acceptance test plan shall include end to end testing of each service, testing of multicast services at multiple sites using the NXU-2A for SARNET and Omnitronics equipment for SRBNET services. The vendor shall provide new 3 each NXU-2A and 3 each Omnitronics ROIP equipment for demonstration as part of the system staging acceptance testing. The vendor shall deliver the NXU-2A and Omnitronics equipment to the FDOT after successful verification of the system’s functionality and performance.

Question 24

Reference your excel spread sheet showing 9035 - Attachment 3 - CENTRAL OFFICE DS-1 CHANNEL PLAN. Is there a DS-1 Channel plan for the span between wildwood hub and Stuart Turnpike Repeater? I did not find this DS-1 channel plan in the original excel spread sheet

DOT-RFP-19-9035-SJ Addendum No. 1 - Questions & Answers

7

Answer 24

The DS-1 channel plan for the microwave span between Wildwood Hub and Stuart Turnpike Repeater is depicted graphically in the DVM6-45 multiplex wiring diagrams contained in the RFP Attachment 1E Contract Plans: F22456_9035Attachment1ECONTRACTPLANSSICNPHASE2rev0.pdf The Attachment 1E Contract Plans include graphical channel plans sheets for the Turnpike repeater span from Wildwood Hub to Coral Reef Interchange, Sheets T-1 through T-14.

Question 25 Would the Department be amenable to using an existing agreement, such as a Consortium Agreement like NCPA or MHEC?

Answer 25 It is the Department’s intent to award and contract with the responsive and responsible Proposers whose proposal is determined to be the most advantageous to the Department.

Question 26 The Vendor is obligated to add terms applicable to the Products and Services. How would the Department like to see these included in the Vendor’s proposal?

Answer 26 Please see Special Condition 20: Additional Terms and Conditions of the solicitation document.

Question 27 The Vendor needs to include updates to its Insurance provisions in its response. How would the Department best like to see these changes reflected in the Vendor’s proposal?

Answer 27 Please see Special Condition 11: Liability Insurance within the solicitation document.

Question 28 Are there specific instructions the Department would like the Vendors to use when proposing exceptions to the Proposal in its response?

Answer 28 Please see Special Condition 20: Additional Terms and Conditions of the solicitation document.

Question 29 Is there a BOM for the major equipment to be provided? If so, can you please send it?

Answer 29

The major equipment to be provided and installed by this project is specified for each network site contained in the Contract Plans and the Equipment Configuration Interface Parameters file. The Vendor is responsible for designing and specifying the functional cards to be installed in the major equipment at each site.

Question 30 The RFP asks for respondents to provide a high level design, but it appears that FDOT has already created one. Can you please explain exactly what parts of the high level design remain to be done?

Answer 30

The awarded Vendor shall prepare a high-level data transport network design package, in preparation of the low-level design workshop. The network design submittal shall include proposed equipment, proposed services, and parameter provisioning designs for application transport services. The Vendor shall include the MPLS label switched path (LSP) route configurations and constraints as part of the high-level and low-level designs to be approved by the FDOT.

DOT-RFP-19-9035-SJ Addendum No. 1 - Questions & Answers

8

Question 31

The RFP specifies that the Phase 2 network design is to be compatible with the FDOT SICN Phase 1 project and the District 5 relocation project. Will the High Level Design and the Low-level Design documents of the Phase 1 and the D5 relocation projects be provided to the contracted firm in order to align the Phase 2 design

Answer 31 Per Sections 1.1 and 4.1, the low-level designs and equipment configuration parameters for the FDOT’s existing MPLS networks will be provided to the awarded Vendor.

Question 32

The RFP specifies that the Phase 2 network design is to be compatible with the FDOT SICN Phase 1 project and the District 5 relocation project. May the HLD of the Phase 1 and D5 relocation projects be provided now to estimate required effort for such alignment

Answer 32 The Technical Specifications and Contract Plans specify the required network services and interfaces to integrate with the FDOT Phase 1 and D5 Network Expansion projects.

Question 33

Exhibit A - Technical Specifications Can we cut over power during the day or does power work need to be done during the maintenance window?

Answer 33

Any downtime shall occur during business hours. The FDOT’s network systems are in service and carrying critical communications traffic. Any downtime of the existing system must be coordinated with the FDOT prior to the downtime occurrence. All work classified as causing less than five minutes of downtime requires a minimum of two days prior notice. All work classified as causing five minutes or more downtime requires a minimum of ten days prior notice and must be coordinated with the FDOT prior to occurrence.

Question 34

Exhibit A - Technical Specifications, Section 10.6, Page 30

Section 10.6 states, "Cut-over remainder SITE-SPECIFIC DS-1s from each DVM6-45 MUX to each Turnpike Repeater site 7705 SAR-18 DS-1 bundle aggregation interfaces, in accordance with Final Equipment Configuration Interface Parameters List. Uninstall and dispose of ASN router, BPS2000 switch, and Baystack hub equipment from Orlando South and Coral Reef.

Commence 20-day performance test period.”

Please confirm decommissioning of existing equipment can be done before starting 20-day performance testing?

DOT-RFP-19-9035-SJ Addendum No. 1 - Questions & Answers

9

Answer 34 After all DS-1’s are cut-over and all services have been verified, the specified equipment shall be decommissioned and 20-day performance period will start.

Question 35

Attachment 1A, Project Description Project Description states, “THE VENDOR SHALL UNINSTALL NETGUARDIAN RTUS, MULTITECH VOIP ROUTERS, TELCO SYSTEMS ACCESS60 CHANNEL BANK, AND ACCESS60 REDUNDANCY CABLE HARNESSES, AND DELIVER THE EQUIPMENT TO THE FDOT.“ while paragraph 7.2 states, “UNINSTALL #2 NETGUARDIAN EQUIPMENT FROM EACH HUB SITE AND DELIVER TO FDOT.” Please clarify what equipment needs to be delivered to FDOT?

Answer 35

The Contract Plans indicate specific equipment to be removed (Legend color RED) at each site, on the site-specific As-Built Network Diagrams. HUB sites have two each Netguardian equipment units; however, only the #2 Netguardian equipment shall be removed from each HUB site and delivered to the FDOT.

Question 36

Exhibit A, Technical Specifications - H26, H29, T13, T11 What are the optics requirements for: Pensacola, Stuart Maintenance, MacArthur, and Coral Reef? a. MacArthur ref. drawing H26 b. Stuart Maintenance ref. drawing H29 c. McArthur Interchange ref. drawing T-13 d. Stuart Interchange ref. drawing T-11

Answer 36

• Pensacola - No optics requirements for Pensacola.

• STUART INTERCHANGE TO STUART MAINTENCE, 10 GBPS SM Fiber Path Length is 600-FEET

• MCARTHUR TO MCARTHUR INTERCHANGE, 10 GBPS SM Fiber Path Length is 100-FEET

• Coral Reef optical requirement: 1 GBPS MM jumper connection between 7705 SAR-18 and the existing 7705 SAR-H shown on the Coral Reef Proposed Channel Plan, Sheet T-14. The existing 7705 SAR-H is located in the “APRISA 960MHZ” rack shown on the Coral Reef Shelter Floor Plan, Sheet T-32. Vendor shall provide the optical jumper and appropriate SFP for both ends of the connection.

DOT-RFP-19-9035-SJ Addendum No. 1 - Questions & Answers

10

Question 37

Exhibit A, Technical Specifications Is the preferred design to have either 16 or 32 port DS1 cards facing each direction from a site? Or Use a single 16 or 32 DS1 card as required for the number of DS1’s being cross connected at each site? Ref. F28719_9035 sheet R-1, typical. Only 14 DS1’s are interfaced to 7705, 7 to coordinate site A , 7 to coordinate site B. Would it be preferred to have only 1, 16 port DS1 interface card? OR 1, 16 port card facing coordinate site A and 1, 16 port card facing coordinate site B? This would remove a single point of failure for the DS1’s. Site dependent a 32 port card may be required combined or facing each directions.

Answer 37 The proposer is responsible for the proposed equipment and configuration design. Proposals will be evaluated for compliance with the Technical Specifications and Contract Plans.

Question 38

Exhibit A, Technical Specifications What are the interface requirements for the 7750 SRa8? There are no interface requirements spelled out to reference what is required for the 7750 SRa8.

Answer 38

The installation of the Network Function Manager and the 7750 SRa8 is specified in Paragraph 2, Wilson Road NFM-P, 7750 Service Router (Sheet A-5) and Wilson Road 7705 Rack drawing (Sheet H-1). Sentence 2.3 (Sheet A-5) is corrected to read as: “2.3 EXECUTE RECONFIGURATION OF THE 7705 TO ACTIVATE THE INTERIM FINAL EQUIPMENT CONFIGURATION PARAMETERS, SHEET A-15”. The interface requirements for the 7750 SRa8 and NFM are specified in the WILSON ROAD EQUIPMENT CONFIGURATION INTERFACE PARAMETERS LIST, now provided as Addendum to DOT-RFP-19-9035-SJ.

The Parameter file for the Final Wilson Road Configuration has been included as part of this addendum.

Question 39

Solicitation Document, Section 2 Timeline, Page 8 Will FDOT provide a 2-4 week proposal response timeline extension due to holidays further restricting organization's time to respond?

Answer 39 No extensions will be considered.

Question 40

Drawings - 1.14.2, What drawing platform will be need to complete drawing? (Autocad, Visio, Microstation, etc)

DOT-RFP-19-9035-SJ Addendum No. 1 - Questions & Answers

11

Answer 40 No drawing platform is specified.

Question 41 Drawings - 1.14.2 Will FDOT provide drawings to us or will we be creating from scratch?

Answer 41 The FDOT will provide the awarded Vendor copies of the Contract Plans Visio source files

Question 42

Introduction Section - Part 2: Timeline, Page 9 On a RFP so this size ideally we like to see at least two weeks between when the Q&A responses are received and when the RFP is due. We are concerned that there may not be adequate time allowed between Q&A responses and the due date to be able to modify and finalize our solution in time to still allow for management review and RFP production. Questions: 1) Does the State have a date planned for Q&A responses? 2) Would an extension be possible to allow two weeks between the response date and the RFP due date?

Answer 42 No extensions will be considered.

Question 43

Special Conditions - Part 22.4 - Presenting the Proposal, Page 18 The note in this section says: NOTE: Original proposal shall be an unbound, scannable document. Questions: 1) What is meant by unbound; do you prefer binder clipped pages, rubber bands around them, or is it acceptable to provide the originals in a three ring binder where the pages could be easily removed and scanned? 2) Does this requirement apply to both the technical and price proposal originals?

Answer 43

The Vendor shall present the technical and price proposal in unbound scannable format, acceptable methods include but are not limited to, binder clips, rubber bands, or three ring binders where the pages can be removed.

DOT-RFP-19-9035-SJ Addendum No. 1 - Questions & Answers

12

Question 44

Special Conditions - Part 37 Product Requirements/Specifications, Page 22 This section says "Deviations must be explained in detail on separate attached sheet(s)" Questions: 1) If we have product deviations and need to explain them on separate attached sheets, are those sheets to be included as part of the technical response proposal, or should they be totally separate? 2) If in the technical proposal, in which sections would they go? 3) If totally separate, how do you want them marked or identified? Should they be provided in a sealed envelope or package?

Answer 44 Please include those deviations, on separate attached sheets, at the end of your technical proposal.

Question 45

Special Conditions - Part 23 - "Drug-Free Workplace" Preference, Page 18 Question: Where in the technical or price proposal responses should the "Drug Free Workplace Program Certification" form be provided?

Answer 45 Please include with your price proposal

Question 46

Part 4 - Oral Instructions / Changes to the Request for Proposal (Addenda), Page 10 Question: Where in the technical or price proposal responses should any signed Addenda be provided?

Answer 46 Please include with your price proposal

Question 47

Part 18 - Scrutinized Companies Lists, Page 14 This section says: ALL Responses, regardless of dollar value, must include a completed Vendor Certification Regarding Scrutinized Companies Lists to certify the respondent is not on either of those lists. The Form should be submitted with the Price Proposal. Questions: 1) The "Vendor Certification Regarding Scrutinized Companies Lists" appears to be a link to a website, but the link doesn't work. Can the State please provide a working link? 2) Where in the Price Proposal should this form be included? Should we add a separate section for "Required Forms" or are all the forms from pages 2 through 8 of the RFP to be included in the order presented in the price proposal?

DOT-RFP-19-9035-SJ Addendum No. 1 - Questions & Answers

13

Answer 47

That link is supposed to link to the actual form which is already included within the solicitation document (See Page 7 of the solicitation document) All forms can be submitted with the Price Proposal.

Question 48

Contract Plans Attachment 1D - Typical Repeater, Sheet # R1 The typical Repeater diagram shows 7DS1's to site A and 7DS1's to Site B. Question: Does FDOT require multiple DS1 cards for each direction, or can the DS1s be aggregated onto a single DS1 card?

Answer 48 The proposer is responsible for the proposed equipment and configuration design, and compliance with the Technical Specifications and Contract Plans.

Question 49

In the existing network deployment, SNMP traps from the 7705s are sent to both the Nokia 5620 SAM and FDOT’s Megasys Telenium system, and FDOT is requesting the same for this RFP (e.g., Section 4.6.5.2), only the 5620 SAM will be upgraded to the NSP NFM-P. in addition, Section 4.6.5 states “ Network alarm conditions on the system shall be passed to and integrated with the FDOT’s MegaSys Telenium statewide network management system through a NMS Northbound Interface.” Question: Is FDOT planning to build a South Bound Interface from Telenium to the NFM-P? If so, Nokia can quote a professional service to support that development, at FDOT’s request. Please specify whether the interface would be via a SOAP/XML and JMS API or a ReST, ReSTconf API.

Answer 49

The FDOT has an existing interface from Telenium to the existing SAM. The FDOT expects this interface to remain in operation when the SAM is upgraded to NFM-P. The interface is via a SOAP/XML and JMS API

Question 50

Sect 4.6.5.2 “The Vendor shall coordinate the integration requirements with Megasys prior to configuration and installation. The Vendor shall provide a Telenium model for the Nokia 7750 SR-a8. The model shall have an image of the device with auto populated cards and modules. The Telenium model shall provide all 7750 SR-a8 fault management information in graphical and text format.” Question: Can FDOT clarify what is meant by a Telenium model for the 7750 SR-a8 ? The current plan is to send SNMP traps from the 7750 to Telenium (as well as to the NFM-P), just like is being done for the 7705.

DOT-RFP-19-9035-SJ Addendum No. 1 - Questions & Answers

14

Answer 50

The FDOT Currently has an active license (also referred to as “model”) for all variations of the 7705 in the Telenium Network Management System. The model allows Telenium to communicate with all variations of the 7705 through the SNMP protocol. The Vendor is responsible for configuring and integrating the new 7705 SAR-18 network elements into Telenium using the existing Telenium 7705 model. The Vendor is responsible for providing the Telenium model for the 7750 SR-a8, as well as configuring and integrating the 7750 SR-a8 network element into Telenium using the Vendor provided Telenium 7750 SR-a8 model. The Vendor shall coordinate with MegaSys, the provider of Telenium, to purchase the 7750 SR-a8 license on behalf of the FDOT, and integrate all new 7705 SAR-18 and 7750 SR-a8 network elements provided by this project into Telenium. The Vendor shall configure each new 7705 SAR-18 and 7750 SR-a8 to send SNMP traps to the FDOT’s Telenium servers.

Question 51

Sect.10.5.3 Question: What type of Fiber Optic interfaces are required? Please specify distances.

Answer 51

1. STUART INTERCHANGE TO STUART MAINTENCE, Fiber Path Length is 600-FEET

2. MCARTHUR TO MCARTHUR INTERCHANGE, Fiber Path Length is 100-FEET

Question 52 Question: Will you please confirm the MyFloridaMarketPlace Transaction fee as .7% or 1%?

Answer 52 The transaction fee is 0.70%

Question 53 To ensure we provide the most comprehensive solution for the referenced solicitation, we would like to formally request an extension of no less than 2 weeks.

Answer 53 No extensions will be considered

Question 54

Reference Section 1.1 Vendor shall refer to the Technical Specifications, Contract Plans, and Equipment Configuration Interface Parameters. Equipment Configuration Interface Parameters List. 1.a QUESTION: Please provide the Equipment Configuration Interface Parameters list

Answer 54

A .pdf file is provided to proposers as download

Attachment2EquipmentConfigurationInterfaceParameters at the RFP

advertisement. However, proposers may request Excel files of the

DOT-RFP-19-9035-SJ Addendum No. 1 - Questions & Answers

15

Equipment Configuration Interface Parameters list and the Attachment

3 Central Office DS-1 Channel Plan to be emailed to them directly.

Note: If you would like an Excel Copy of Attachment 2 – Equipment

Configuration Interface Parameters List, please be sure to send a

separate email to [email protected], with the Subject

Heading of: DOT-RFP-19-9035-SJ: Request for Attachment 2 –

Equipment Configuration Interface Parameters List.

Note: If you would like an Excel Copy of Attachment 3 – Central Office

DS-1 Channel Plan, please be sure to send a separate email to

[email protected], with the Subject Heading of: DOT-

RFP-19-9035-SJ: Request for Attachment 3 – Central Office DS-1

Channel Plan

Question 55 Reference Section 10.2.3 with reference to “Interim Equipment Configuration Interface Parameters List”. 2.a QUESTION: Please provide the “Interim Equipment Configuration Interface Parameter list

Answer 55

Note: If you would like an Excel Copy of Attachment 2 – Equipment

Configuration Interface Parameters List, please be sure to send a

separate email to [email protected], with the Subject

Heading of: DOT-RFP-19-9035-SJ: Request for Attachment 2 –

Equipment Configuration Interface Parameters List.

Question 56

Reference Section 1.1 “The new MPLS network equipment and configurations shall be compatible with the MPLS low-level network designs already implemented in the Florida Keys ITS Microwave project and the District 5 RTMC SICN expansion project. 3.a QUESTION: Given the fact that the incumbent has a clear advantage of prior network design knowledge, please provide as much information as possible to bring competitors, to the same level of network knowledge

DOT-RFP-19-9035-SJ Addendum No. 1 - Questions & Answers

16

Answer 56

The Vendor shall supply and configure a 7705 SAR-18 for each required SICN node and a 7750 SR-a8 at the Wilson Road site. The detailed network connections and equipment interface configuration requirements are specified in the Technical Specifications, Contract Plans, and Equipment Configuration Interface Parameters lists. These specifications documents, in total, provide the new MPLS network equipment interface configurations requirements to effect compatibility with the MPLS low-level network designs already implemented in the Florida Keys ITS Microwave project and the District 5 RTMC SICN expansion project. The low-level designs and equipment configuration parameters for the FDOT’s existing MPLS networks will be provided to the awarded Vendor.

The awarded Vendor network designers shall attend a Design Workshop in Tallahassee after a high-level design has been accepted. The Design Workshop will be an interactive session to finalize an approved design of the MPLS core including all services, IP addresses, interfaces, and other design parameters.

Question 57 Is the end goal to have each hub configured with individually unique subnets? Is that how it is today?

Answer 57 Yes. Each site will have its own unique subnet. The IP addresses will be provided to the awarded vendor. Yes, that is how the network is configured today.

Question 58 How many physical ethernet connections are established from local equipment to the Intraplex at each location? (possible cutover solution requirement)

Answer 58 The FDOT is not specifying Intraplex equipment at each location.

Question 59

What is the minimum required bandwidth at a specific hub location? (How many T1s can we utilize to bring the L3 OSPF network online for verification of connectivity/service communication before completing the full T1 cutover.)

Answer 59

The bandwidth and quantities of DS-1 required at HUB sites for cut-over to MPLS services is specified in the Technical Specifications, Contract Plans (Equipment Installation and Cut-Over Sequencing Plan, Sheets A-5 and A-6), Equipment Configuration Interface Parameters List, and the Network Channel Plans.

Question 60

Please provide the full model number, software and firmware revision of the Harris DVM6-45 TDM microwave radios. Are all sites (repeaters, hubs, central offices) at the same software and firmware revision levels?

Answer 60

The Contract Plans contain diagrams for each site’s DVM6-45

multiplexer configuration. HUB sites are equipped with Harris DVM6-

45 28-DS-1 multiplexer terminals. REPEATER sites are equipped

with Harris DVM6-45 T-2 drop/insert multiplexer (16 DS-1 East, 16

DS-1 West) dual radio repeaters. This project requires the new

network transport equipment to interface to the DVM6-45 multiplexers’

discrete DS-1 ports.

DOT-RFP-19-9035-SJ Addendum No. 1 - Questions & Answers

17

Question 61 For all the shelter drawings, is there a dimensional scale (i.e. 1’ = 10ft) you can provide?

Answer 61

The shelter drawings were originally drawn to scale. For reproduction purposes, the size of each of the drawings was altered arbitrarily, while maintaining the correct aspect ratio. Therefore, a reference and measurable scale cannot be provided for the Contract Plans. As noted on Sheet No. A-1: “NOTE: THE SCALE OF THESE PLANS MAY HAVE CHANGED DUE TO REPRODUCTION.”

The interior dimensions of the Tallahassee FHP shelter (vendor Site Visit location) is 12’-9” x 10’-9”. This site is representative of most of the FDOT’s communications shelters; however, there are numerous variations of size and layout that are generally depicted in the Contract Plans.

Question 62

Reference your excel spread sheet showing 9035 - Attachment 3 - CENTRAL OFFICE DS-1 CHANNEL PLAN. Is there a DS-1 Channel plan for the span between wildwood hub and Stuart Turnpike Repeater?

Answer 62

The DS-1 channel plan for the microwave span between Wildwood Hub and Stuart Turnpike Repeater is depicted graphically in the DVM6-45 multiplex wiring diagrams contained in the RFP Attachment 1E Contract Plans: F22456_9035Attachment1ECONTRACTPLANSSICNPHASE2rev0.pdf The Attachment 1E Contract Plans include graphical channel plans sheets for the Turnpike repeater span from Wildwood Hub to Coral Reef Interchange, Sheets T-1 through T-14.

DOT-RFP-19-9035-SJ Addendum No. 1 - Questions & Answers

18

SICN Phase 2 Network Upgrade

Wilson Rd Final Parameters

ITS Name Shelf Type Port Site Facing and/or Connected Device Port Speed Port Type VLAN Interface TypeL3 Interface,

OSPF, RSVPService ID Service Name

7705

1 Technician Port 1000 Access Cu 34080 tech-mgmt

2 AXS60 Channel Bank_NMS 100 Access Cu 14080 site-mgmt

3 VOIP_NMS 100 Access Cu 14080 site-mgmt

4 Tower Lights_NMS 100 Access Cu 14080 site-mgmt

5 HVAC Control _NMS 100 Access Cu 14080 site-mgmt

6 Rectifiers_NMS 100 Access Cu 14080 site-mgmt

7 BACS Battery_NMS 100 Access Cu 14080 site-mgmt

8 NetGuardian RTU1_NMS 100 Access Cu 14080 site-mgmt

9 NFM-P/SAM 1000 Access Cu 14080 site-mgmt

10 7750 SR-a8 1000 Access Single Mode 14080 site-mgmt

10 MPR1 facing Sanlando Hybrid 4080 14080 site-mgmt

11 MPR2 facing Sanlando Hybrid 4080 14080 site-mgmt

12 7750 SR-a8 1000 Access Single Mode SARNET /SRBNET/ fdn-mgmt

13 D2 - D5 C2C Service (to 8606) 1000 Access 904 Single mode LC 2/2 (SC) L2 EPIPE

14 10 GigE Long Haul SM facing Sanlando Springs 10G Network LC

15

16 AXS60 CB facing Sanlando_DS-1 DS1 Access CPIPE

7750 SR-a8 1 7705_NMS 1000 Access Single Mode 14080 site-mgmt2 7705_FDN 1000 Access Single Mode SARNET /SRBNET/ fdn-mgmt

Wilson Rd

Contains sensitive information

DOT-RFP-19-9035-SJ Addendum No. 1 - Questions & Answers

19