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

school Hallsville R-IV School District
IFCB Posted : Feb 9, 2017
Bid Deadline : Friday, Mar 17, 2017

Questions Due By : Friday, Feb 17, 2017
Applicant Address : Hallsville, MO 65255
IFCB ID : 170065251

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 bundled data and voice plans, please identify the amount to be cost-allocated out for the ineligible data, text messaging functions or other bundled ineligible services.
 
·         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 local phone service, please identify the amount to be cost-allocated out for the ineligible services - DID lines, voice mail, caller ID, inside wire maintenance, 900 call blocking, or other bundled ineligible services.
 
·         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.
·         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.
·         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 must complete and include the C2 Cover Page with their bid. Bids received without the cover page will be disqualified.
·         DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Applicant will not accept bids for refurbished equipment. Any bids containing refurbished equipment will be disqualified. 

Services and Equipment Requested :
UPDATE 2/10/17: The spreadsheet HallsvilleC2Attachment was uploaded in error and has been removed. The C2 project is a cabling project for WAPs that the district has already purchased. Please see the description of the C2 project below. The cabling project will need the associated materials to connect back to the network (patch cords, patch panels, etc.). We highly suggest that any vendors planning to bid the cabling project attend a voluntary walkthrough as listed below under C2. 

Local Phone Service – Approx. 11 analog/POTS lines.  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 local phone service, please identify the amount to be cost-allocated out for the ineligible services - DID lines, voice mail, caller ID, inside wire maintenance, 900 call blocking, or other bundled ineligible services.

Long Distance Service- Approx. 11 lines
 
Cellular Phone Service- Approx. 18 lines 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 bundled data and voice plans, please identify the amount to be cost-allocated out for the ineligible data, text messaging functions or other bundled ineligible services.
 
 
 
 
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. 

All nonconforming proposals will be disqualified and not considered for award.

Contractors and subcontractors who contract to work on District projects shall comply with RSMo. 161.371 and have a random drug and alcohol testing program in place that satisfies the requirements of RSMo. 161.371.

Contractors and subcontractors who contract to work on District projects shall provide a minimum of 10 hours of Occupational Safety and Health instruction and safety program, or a similar program approved by the Department of Labor, for their employees relative to work being performed.

Contractors and subcontractors will be required to submit an affidavit of full participation in E-verify, including a statement that the business entity does not knowingly employ any person who is an unauthorized alien in conjunction with the contracted services.

Any contracts exceeding $50,000 shall require a Performance and Payment Bond.

The contract shall be based upon payment by the contractor and any subcontractors of wage rates not less than the prevailing hourly wage rate for each craft or classification of worker engaged on the work as determined by the Labor & Industrial Relations Commission of Missouri on behalf of the Division of Labor Standards. The contractor shall comply with all requirements of the prevailing wage law of Missouri, Revised Statutes of Missouri, Section 290.210 to 290.340, including the latest amendments thereto. Prevailing Wage Order Number 23 is applicable to this project and is provided with the IFCB.
 
 
CATEGORY TWO VOLUNTARY WALKTHROUGH

Vendors wishing to bid on C2 can attend a voluntary site visit one day February 13-17, 2017. Vendors should RSVP to John Downs at jdowns@hallsville.org or (573)-696-5512 ext. 301 to set up a time for a site visit on one of those dates. THIS EMAIL AND PHONE 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.
 
Installation narrative

All network cabling between the wireless access points and their respective switch locations shall be TIA Category 6 solid conductor, non-plenum.  Terminations on the access point side shall be TIA Category 6 compliant 8P8C, following T568B standard for data termination.  The access points shall be mounted on the suspended ceiling grid using the integrated attachments on the access point, and the terminated CAT6 cable will be directly connected the network port on the unit.
Terminations on the switch side shall be made to the appropriate rack punchdown panel.
Fiber optic cabling shall be minimum 3 pair/6 strand 50/125 multimode with specific terminations given for each specific run.  All fiber optic runs shall be enclosed in protective conduit (e.g. Innerduct).
 
 There is another document available to download with additional information on this project. Prevailing Wage information also available for download.
 
Intermediate Building

This project consists of 20 access points installed as designated on the building map. 
There shall be one wall-mounted switch cabinet installed in Room 504a, as designated.  Bidder supplied rack-mount fiber optic termination tray with LC connectors shall be installed in cabinet.  Fiber optic uplink cable shall be installed from this tray to the main server room, with both ends terminated with LC connectors.  Punchdown panel shall be installed in rack.  The following access point cable runs shall be installed and terminated at the punchdown panel in this cabinet:
 
1.       Room 506B
2.       Room 505A
3.       Commons west
4.       Commons east
5.       Room 500
6.       Multipurpose
7.       Room 510
8.       Room 515
9.       Room 516A
10.   Room 514B
 
Intermediate Building

There shall be a CAT6 8P8C 48 port punchdown panel and bidder-supplied rack-mount fiber optic termination tray with LC connectors installed in the equipment rack in the main server room.  The following access point cable runs shall be installed and terminated at the punchdown panel in this rack:
 
1.       Room 519A
2.       Room 523
3.       Room 522B
4.       Room 524A
5.       Room 532B
6.       Room 534A
7.       Room 529A
8.       Room 531B
9.       Room 535
10.   Room 538
 
High School/Middle School Building

This project consists of 36 access points installed as designated on the building map.  There are four zones for these access points corresponding to four edge switches serving specific sections of the buildings.
 
ZONE 1-NORTH HIGH SCHOOL

There is an existing telecom rack in room 704 which shall be used for this zone.  Pre-existing fiber optic connectivity requires no bidder action.  8P8C CAT6 punchdown panel shall be installed in rack.  The following access point cable runs shall be installed and terminated at the punchdown panel in this rack:
 
1.       Room 711
2.       Room 708
3.       Room 407
4.       Room 406
5.       Room 403
6.       Room 402
7.       High School Office
8.       Room 400
9.       High School Music Room
 
ZONE 2-EAST HIGH SCHOOL

There is an existing telecom wall cabinet in room 305 which shall be used for this zone.  Pre-existing fiber optic connectivity requires no bidder action.  8P8C CAT6 punchdown panel shall be installed in rack.  The following access point cable runs shall be installed and terminated at the punchdown panel in this rack:
 
1.       CafeLab
2.       HS Media Center *Existing line that needs to be moved to new punchdown panel*
3.       Room 307
4.       Room 304
5.       Room 303
6.       Room 302A
7.       Room 300
 
ZONE 3-SOUTH MIDDLE SCHOOL

This zone requires the removal of an existing switch in a storage closet, removal of shelves, and installation of a wall-mount equipment cabinet.  Two 8P8C CAT6 48 port punchdown panels shall be installed in this cabinet.  All pre-existing data lines run to this location shall be terminated in one of these panels.  A bidder-supplied rack-mount fiber optic termination tray with LC connectors shall be installed in this cabinet and a fiber optic uplink cable installed from this tray to the main server room, with both ends terminated with LC connectors.
The following access point cable runs shall be installed and terminated at the punchdown panel in this rack:
 
1.       Middle School East Hall
2.       Middle School Principal’s Office
3.       Middle School Teachers’ Lounge
4.       Room 3
5.       Room 6
6.       Room 7
7.       Room 10
8.       Room 11
9.       Room 28
 
ZONE 4-NORTH MIDDLE SCHOOL

There is an existing telecom wall cabinet in room 20 which shall be used for this zone.  Two 8P8C CAT6 48 port punchdown panels shall be installed in this cabinet.  All pre-existing data lines run to this location shall be terminated in one of these panels.  A bidder-supplied rack-mount fiber optic termination tray with LC connectors shall be installed in this cabinet and a fiber optic uplink cable installed from this tray to the main server room, with both ends terminated with LC connectors.
The following access point cable runs shall be installed and terminated at the punchdown panel in this rack:
 
1.       Room 22
2.       Room 23
3.       Room 19
4.       Room 18
5.       Room 15
6.       Room 14
7.       Media Center hallway
8.       Locker Room hallway
9.       Gymnasium West
10.   Gymnasium East
11.   Cafeteria West
12.   Cafeteria East
 
MAIN SERVER ROOM

The main district server room is designated on the HS/MS map.  This will be the termination point for all fiber optic runs for this building.  There shall be a bidder-supplied wall-mounted cabinet installed in this room for all fiber optic uplinks from the edge switches.  All terminations shall be LC type.
    

Questions Received with Applicant Answers   ( Ask Questions? )




Under cable qty are you asking for feet or network drops?

Answer:
 The spreadsheet that was uploaded previously (HallsvilleC2Attachment) was incorrect and has been removed. Approx. 7800 feet of cabling, but we highly suggest that vendors that plan to bid the cabling project set up a time for a site visit during the site visit window so that you can see the facilities and proposed cable runs.

Are you needing 56 WAP's or are you just needing WAP's installed that you already have?

Answer:
 No WAPs needed at all. The C2 project is a cabling project for the WAPs which the district already has.

-How many of the cellular phones will need data/internet? How much data? Do you text messaging as well? -How many minutes do you require for all the phones? -Do you need a content filtering or a mobile device management tool? -What operating system do you require? (Apple, Android, Windows, or Blackberry) -Are you looking for a specific model of smartphone? ( iPhone 6, Samsung Galaxy 6) -Do you buy your phones or would you look at leasing options if it helps reduce costs? -Will you need a test device to use to make a final decision on what carrier you chose?

Answer:
 Lines/Data

Nine (9) lines will be for iPad cellular data. Nine (9) lines will be for smartphones. All lines need Internet data. Unlimited data is preferred, but we will consider other options. Please make sure you bid the ineligible items separately so that we may remove those costs.

 

Text Messaging

We need unlimited texting on the nine (9) phone lines only. No texting on the nine (9) iPad lines.

 

Minutes

We prefer a pooled minutes option for the phone lines, if available; 2700 minutes should be adequate.

 

Filtering/Management

We do not need content filtering or mobile device management.

 

Device OS

We will consider Apple and Android device options only.

 

Device Models

We will consider available options on devices released in the last two product cycles (e.g., iPhone 6s or 7).

 

Buy/Lease

We have previously purchased devices but will consider leasing options.

 

Testing

Device testing will not be required.