All bid deadlines are 11:59pm Pacific Time the date of the bid deadline listed unless otherwise noted.

school Owasso Indep School Dist 11
IFCB Posted : Dec 28, 2016
Bid Deadline : Tuesday, Feb 21, 2017

Questions Due By : Wednesday, Jan 18, 2017
Applicant Address : Owasso, OK 74055
IFCB ID : 170056842

IFCB Requirements :
·         All Questions and Bids must be submitted using the on-line IFCB system. If for some reason the system is down before the respective deadline, please email your bid to info@crwconsulting.com or fax it to 918.445.0049. Bids or questions submitted in this fashion will be disqualified if the on-line system is active at the time of submission.
 
·         Bidder must agree to participate in USF Program (AKA “E-rate”) for the corresponding funding year.
 
·         Bids must identify all fees and charges (including installation charges, if applicable) that will be assessed to the Applicant to procure the services or equipment included in your bid.
 
·         Please include the correct Service Provider Identification Number (SPIN) on your bid.
 
·         By submitting a bid, bidder certifies that the bidder does have a valid (non-red light status) SPIN for the E-rate program at the time of submission. Should the Applicant discover that the bidder is on red light status, or if the FCC classifies the bidder as on red-light status before work is performed and invoices are paid, the contract will be null and void and the applicant will have no payment obligations to the bidder.
 
·         Bidder is expected to provide the lowest corresponding price per E-rate rules.  See http://www.usac.org/sl/service-providers/step02/lowest-corresponding-price.aspx for details.
 
·         Contracts must not prohibit SPIN changes.
 
·         Bidder must agree to provide the Applicant the choice of discount methods (SPI or BEAR).
 
·         Bidder will be automatically disqualified if the District determines that the bidding company has offered any employee of the District any individual gift of more than $20 or gifts totaling more than $50 within a 12 month period.
 
·         All contracts awarded will be contingent upon E-rate funding and final board approval.  The applicant may choose to do all or part of the project upon funding notification.
 
·         All contracts awarded under this IFCB bidding process may be voluntarily renewed by the applicant, upon written notice to the provider, for five consecutive one year terms. Please include this language in your final contract.
 
·         All applicable fees, surcharges, and taxes must be identified on the bid. E-rate rules require the applicants to evaluate the price of eligible goods and services that will be listed on the 471 application during the competitive bidding process. Fees and surcharges that apply but are not listed on the bid will be the responsibility of the bidding company, should their bid be awarded.
 
·         E-rate rules require applicants to evaluate the cost of eligible goods and services, and to cost-allocate out the amount for ineligible services from their funding request. If your company will be bidding internet access service, please identify the amount to be cost-allocated out for the ineligible services – email service, web hosting, content filtering, or other bundled ineligible services.
 
·         DISQUALIFICATION FACTOR INTERNET/WAN: Bidders who are not eligible to provide OUSF support will be disqualified.

·         INTERNET ACCESS DISQUALIFICATION FACTOR: Any and all installation charges must be identified on your bid. If you submit a bid indicating that installation charges may apply without listing those charges, we will consider your bid incomplete and disqualify your bid.
·         The winning vendor will be required to complete the USAC approved Item 21 template for the project within 7 working days after notification that the vendor has won the bid.
·         DISQUALIFICATION FACTOR C2: Service providers are required to bid the entire hardware project/upgrade.  Bids for individual components of the project/upgrade will be disqualified.
·         DISQUALIFICATION FACTOR C2: Vendors wishing to submit bids for category 2 projects must attend one of two mandatory site visits.  Bids from vendors who did not attend either of the site visits will be disqualified.
·         DISQUALIFICATION FACTOR C2: Vendors must complete and include the C2 Cover Page with their bid. Bids received without the cover page will be disqualified.
·         DISQUALIFICATION FACTOR: Applicant will not accept bids for refurbished equipment. Any bids containing refurbished equipment will be disqualified. 

Services and Equipment Requested :

UPDATE 1/24/2017: THE BID DEADLINE HAS BEEN EXTENDED FOR 28 DAYS. THE NEW DEADLINE IS 2/21/2017

UPDATE 1/19/17 1:03pm – Building maps showing switch closets are now available for download.


UPDATE 1/19/17: Q&As FROM THE WALKTHROUGH VISITS HAVE BEEN ADDED

UPDATE 1/4/2016: The school employee that was to lead the walkthrough on 1/6 will not be available, but we will still conduct the walkthrough on 1/6. However, because the primary lead for this project won’t be available on 1/6, we are adding another C2 site visit on 1/9 at 9 am at the 8th Grade Center. Although the walkthrough on 1/6 will suffice for the mandatory site visit, we encourage all potential bidders to attend either the walkthroughs with the lead tech on 1/9 or 1/11.


UPDATE: 12/28/2016 1:43PM BID DEADLINE AND QUESTION DEADLINE HAVE BEEN UPDATED

Internet Access – Minimum 1 GB bandwidth, maximum 3GB bandwidth.  The district currently has 1 GB bandwidth and this is insufficient to meet the needs of the district. 1 GB is being bid to ensure that there are bids for the current level of service. Bids for 1 GB will only be considered if there are no bids for the higher level of service requested. Please provide separate pricing for any installation, activation, or initial configuration. The terminating address for this circuit is 12901 E. 86th Street North, Owasso, OK 74055; (918) 272. E-rate rules require applicants to evaluate the cost of eligible goods and services, and to cost-allocate out the amount for ineligible services from their funding request. If your company will be bidding internet access service, please identify the amount to be cost-allocated out for the ineligible services – email service, web hosting, content filtering, or other bundled ineligible services. 
 
INTERNET ACCESS DISQUALFICATION FACTOR: Any and all installation charges must be identified on your bid. If you submit a bid indicating that installation charges may apply without listing those charges, we will consider your bid incomplete and disqualify your bid.
 
DISQUALIFICATION FACTOR INTERNET: Bidders who are not eligible to provide OUSF support will be disqualified.
WAN connections- 12 x 10GB originating from the HS 12901 E 86th Street North Owasso, OK 74055 to:
 
8th Grade Center:
13901 E. 86th St. N.
Owasso, OK 74055
 
6th Grade Center:
8101 N. 129th E. Ave.
Owasso, OK 74055
 
Ator Elementary:
1500 North Ash
Owasso, OK 74055
 
Barnes Elementary:
7809 E. 76th St. N.
Owasso, OK 74055
 
Bailey Elementary:
10221 E. 96th St. N.
Owasso, OK 74055
 
Hodson Elementary:
14500 E. 86th St. N.
Owasso, OK 74055
 
Mills Elementary:
8200 N. 124th E. Ave.
Owasso, OK 74055
 
Northeast Elementary:
13650 E. 103rd St. North
Owasso, OK 74055
 
Smith Elementary:
12223 E. 91st St. North
Owasso, OK 74055
 
Stone Canyon Elementary:
7305 N. 177th E. Ave.
Owasso, OK 74055
 
Wellness Center:
12901 E. 86th St. North
Owasso, OK 74055
 
Please provide separate pricing for any installation, activation, or initial configuration.
DISQUALIFICATION FACTOR WAN: Bidders who are not eligible to provide OUSF support will be disqualified.
 
C2
There is another document associated with this IFCB available for download that details the equipment the applicant wishes to purchase.  The document lists equipment that the applicant prefers – they will also accept functional equivalents of said items. 
 
DISQUALIFICATION FACTOR C2 INTERNAL CONNECTIONS: Vendors wishing to submit bids for category 2 projects must attend one of two mandatory site visits. Bids from vendors who did not attend either of the site visits will be disqualified. The first one is January 6, 2017 and the second one is January 11, 2017. Both meetings will start at 9:00am at the 8th Grade Center, at 8800 N. 129th East Avenue, Owasso, OK 74055.
 
DISQUALIFICATION FACTOR C2: Vendors must complete and include the C2 Cover Page with their bid. Bids received without the cover page will be disqualified.
 
DISQUALIFICATION FACTOR C2: Service providers are required to bid the entire hardware project/upgrade.  Bids for individual components of the project/upgrade will be disqualified.
 
DISQUALIFICATION FACTOR: Applicant will not accept bids for refurbished equipment. Any bids containing refurbished equipment will be disqualified. 

There is an additional document associated with this IFCB. Please click the buttons to download the document.

OwassoC2attachment.xlsx
OwassoC2COVERPAGE.pdf
2017C2BiddingInstructions75.pdf
OwassoQuestionsandAnswersfromWalkthrough.docx
Maps94.zip

Questions Received with Applicant Answers   ( Ask Questions? )




The WAN is to be a Hub and Spoke design with each spoke being a 10G capacity. (1) Is the districts request for a Layer 2 or Layer 3 network? (2) Will the district be providing it's own CPE (router or switches) equipment, either Layer 2 or Layer 3? (3) If Layer 3 (routed) and installation is being requested, is there a configuration document describing the need(s) of the configuration?

Answer:
 1) The District WAN will be a layer 3 network. 

2) We are open to either providing it's own CPE or having it provided and maintained by the WAN service provider. 

3) lf the awarded WAN service provider proposes managed CPE, it must coordinate with the District at least one month prior to installation to determine the correct IP addressing, routing protocols, security, and layer 2 protocols. 

There was some discussion on the last walk through about the possibility of replacing racks with enclosed cabinets. If so is the covered under eRate and do you have a count of how many you would like replaced?

Answer:
 The number of racks are listed on the C2 attachment on the IFCB.

There was discussion on cat 6 and cat6a cabling. Will we stick with cat6a cabling or would you like a quote on both cable types?

Answer:
 Cat6 cabling will suffice - vendors may bid Cat 6 as well

Do you want the switches/access points pre-configured or will you be performing configuration through a management console? Do you want 24 or 48 port switches? Do you want your switches 'stacked'? Are any of the UPS to be rackmount? There was some discussion on the last walk through about the possibility of replacing racks with enclosed cabinets. If so is the covered under eRate and do you have a count of how many you would like replaced? There was discussion on cat 6 and cat6A cabling. Will we stick with cat6a cabling or would you like a quote on both cable types?

Answer:
 Both the switches and the wireless access points will need to be configured and updated. We want all 48-port switches, and yes, they will be stacked. Yes, we want installation costs included for the UPSs. Our Form 470 requested racks, and it is up to the discretion of the vendors who attended the mandatory walkthroughs to determine how many racks we need and where they are needed. As for the cabling, we will accept bids for either Cat 6 or Cat 6a. If we had to list a preference, I would say Cat 6.

1. The RFP indicates that rack enclosures are needed. Does the District have any preference as to the the size of enclosure required and/or the total RU the enclosure must have? 2. The RFP indicates that that a UPS/Battery Backup is required. Does the District have any preference as to the size, VA, or wattage that the UPS is required to support? 3. Regarding the UPS/Battery Backup, does the District have any preference or runtime requirement that the UPS must meet? 4. Will any of the UPS/Battery Backup units be installed into a 2 post rack? if so, how many? 5. what is the maximum amount of network switches that will connect into a given UPS/Battery Backup?

Answer:
 1. No preference to the size of enclosure or the total RU the enclosure must have; it is based on the discretion of the vendors who attended the walkthroughs to determine how big they need to be. 

2. We need the battery backups to be rack-mountable, but the wattage is based on the discretion of the vendors who attended the walkthroughs to determine what is needed to support each rack of equipment. 

3. We would like the battery backup to have around 20-40 minutes of runtime. 

4. It is based on the discretion of the vendors who attended the walkthroughs to determine if any battery backups will be installed in a 2-post rack, and how many. 

5. It is based on the discretion of the vendors who attended the walkthroughs to determine the maximum amount of network switches that will connect to the battery backup(s) in each rack. 

Will there be an extension to the due date of bid?

Answer:
 The bid deadline was extended to 2/21/2017.