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

school Flower Mound School District
IFCB Posted : Jan 12, 2017
Bid Deadline : Thursday, Feb 23, 2017

Questions Due By : Thursday, Feb 16, 2017
Applicant Address : Lawton, OK 73501
IFCB ID : 170059337

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.
 
·         If the Applicant is requesting bids for equipment with specific make and model numbers listed, the Applicant will also accept bids for functionally equivalent equipment.
 
·         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 INTERNAL CONNECTIONS: Service providers are required to bid the entire hardware project/upgrade.  Bids for individual components of the project/upgrade will be disqualified.
 
·         DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Vendors wishing to submit bids for category 2 projects must attend a mandatory site visit. Bids from vendors who did not attend a site visit will be disqualified.
 
·         DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Applicant will not accept bids for refurbished equipment. Any bids containing refurbished equipment will be disqualified.
 
·         DISQUALIFICATION FACTOR INTERNAL CONNECTIONS/BMIC: Vendors must complete and include the C2 Cover Page with their bid. Bids received without the cover page will be disqualified.
 
·         DISQUALIFICATION BMIC - Maintenance bids listing only an hourly rate and not a monthly or annual total will be disqualified.  Vendors quoting an hourly rate are required to also a) confirm that you have the ability/expertise to maintain all of the equipment listed and b) propose a number of hours at a particular rate monthly to properly maintain the entire list of equipment.  Bids that contain only hourly rates, without confirmation that the company can service the list of equipment, or without a monthly total will be disqualified. 

Services and Equipment Requested :
CATEGORY TWO MANDATORY WALKTHROUGH

Vendors wishing to bid on C2 must attend a mandatory site visit one day January 30-Feburary 03, 2017. Vendors should RSVP to Ray Kimbrell at (580)-591-1191 to set up a time for a site visit on one of those dates. THIS NUMBER IS TO RSVP ONLY. ALL QUESTIONS AND BIDS MUST STILL BE SUBMITTED VIA THE IFCB. BIDS NOT SUBMITTED VIA THE IFCB WILL BE DISQUALIFIED. BIDS RECEIVED FROM VENDORS WHO DID NOT ATTEND A SITE VISIT WILL BE DISQUALIFIED.
 
Internal Connections
District would like complete installation, programming, and activation for a new wireless network that includes 3 network printer copiers that are already owned, 25 access points and prioritized network logins and all cabling.  All category two purchases must be compatible with Cisco 1900 series router and Juniper SRX320 firewall for internet access.
Flower Mound Elementary
                Cabling-25 drops for access points
                Switches-10
                Wireless Access Points-25
                Wireless Controller-1
 
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Service providers are required to bid the entire hardware project/upgrade.  Bids for individual components of the project/upgrade will be disqualified.
 
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Vendors wishing to submit bids for category 2 projects must attend a mandatory site visit. Bids from vendors who did not attend a site visit will be disqualified.
 
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Applicant will not accept bids for refurbished equipment. Any bids containing refurbished equipment will be disqualified.
 
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Vendors must complete and include the C2 Cover Page with their bid. Bids received without the cover page will be disqualified.
 
BMIC
District is looking for system maintenance for failures and resets if needed, to also include program changes as needed. 
Flower Mound Elementary
                Wireless Access Points-25
                Wireless Controller-1
 
DISQUALIFICATION FACTOR BMIC: Vendors must complete and include the C2 Cover Page with their bid. Bids received without the cover page will be disqualified.
 
DISQUALIFICATION BMIC - Maintenance bids listing only an hourly rate and not a monthly or annual total will be disqualified.  Vendors quoting an hourly rate are required to also a) confirm that you have the ability/expertise to maintain all of the equipment listed and b) propose a number of hours at a particular rate monthly to properly maintain the entire list of equipment.  Bids that contain only hourly rates, without confirmation that the company can service the list of equipment, or without a monthly total will be disqualified. 

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

2017C2BiddingInstructions80.pdf
FlowerMoundC2COVERPAGE10.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Is the RFP asking solely for configuration and installation of the switches, wireless access points and wireless LAN controller or is the RFP asking for both the materials and the installation?

Answer:
 both materials and configuration.

Does the school have a manufacturer preference for the Switches or the Wireless Controller and WAPs? Also; concerning the switches; Will you require Layer 3 or Layer 2? Thank you.

Answer:
 The answer to the first question is that I trust ARUBA, but per E-rate rules we will accept bids for functionally equivalent equipment.The second question is yes, we are needing layer 2 and 3.

You indicate that you trust Aruba. Does that mean that your Wireless Network is already partially Aruba and that you need components that are Aruba compatible? Or that you are willing to consider another manufacturer that cost effective and still meets or exceeds your need?

Answer:
 Our wireless controller now is an Aruba 650. It has worked for what we need it for, but our needs are growing and the 650 is no longer being manufactured. We are wanting replacement the Aruba 650 (or functional equiv.) and increasing the number of wireless access points. It would be best to schedule a walk through because we are wanting cabling and installation for each access point as well as programming of the unit and compatibility with the Cisco 1900 firewall.

Are you requesting 24 or 48 port switches, or a mixture of both?

Answer:
 24 port