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

school Russellville School District
IFCB Posted : Nov 2, 2017
Bid Deadline : Thursday, Dec 14, 2017

Questions Due By : Sunday, Nov 12, 2017
Applicant Address : Russellville, AR 72801
IFCB ID : 180003340

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.
 
·         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.
 
·         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: 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: Service providers are required to bid an entire Project A or Project B. Bids for individual components of a single project will be disqualified.
·         DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: It will be the bidder’s responsibility to provide documentation about the compatibility requirements listed in this IFCB. Vendors that submit bids without documentation demonstrating the required compatibility listed in this IFCB will have their bids disqualified, unless that vendor has bid the preferred make/model number listed.
·         DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Applicant will not accept bids for refurbished equipment. Any bids containing refurbished equipment will be disqualified.
·         DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Bids that include equipment that was manufactured for use outside of the United States will be disqualified.
·         DISQUALIFICATION FACTOR BMIC: Service providers are required to bid the entire hardware project/upgrade.  Bids for individual components of the project/upgrade will be disqualified.
·         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 FACTOR 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 :
UPDATE: 11/27/17 2:23PM- The bid deadline has been extended to 12/14/17.

UPDATE 11/15/17: There is now a voluntary walk-through opportunity on 11/21 at 10:00 CST at 1006 S. Arkansas Ave. Russellville, AR 72802 at our Support Services building.

Leased Lit Fiber- 2Gbps connection from Support Services 1006 S Arkansas Ave. Russellville, AR, 72801 (479) 968, to Russellville High School 2203 South Knoxville Ave Russellville, AR 72802 (479) 968. Applicant would also like bids for 3Gbps and 4Gbps bandwidth.  Please provide bids with 1, 3, and 5 year terms.
 
 
C2
PROJECT A-SWITCHES
Type of Equipment
School Name
Specific Quantity
 
Possible Range of Quantities
Preferred Make/Manufacturer
Switches
High School
5
3-8
Aruba 2920-48G-PoE+ or functional equivalent
Switches
Middle School
5
3-8
Aruba 2920-48G-PoE+ or functional equivalent
Switches
Upper Elementary
5
3-8
Aruba 2920-48G-PoE+ or functional equivalent
Switches
Sequoyah Elementary
5
3-8
Aruba 2920-48G-PoE+ or functional equivalent
 
 
 
PROJECT B-UPS/BATTERY BACKUPS
Type of Equipment
School Name
Specific Quantity
 
Possible Range of Quantities
Preferred Make/Manufacturer
UPS/Battery Backup
High School
5
3-8
110/120 plugin for power 6+ plugins, longest run-time available, or functional equivalent
 
UPS/Battery Backup
Middle School
5
3-8
110/120 plugin for power 6+ plugins, longest run-time available, or functional equivalent
 
UPS/Battery Backup
Upper Elementary
5
3-8
110/120 plugin for power 6+ plugins, longest run-time available, or functional equivalent
 
UPS/Battery Backup
Sequoyah Elementary
5
3-8
110/120 plugin for power 6+ plugins, longest run-time available, or functional equivalent
 
 
PROJECT C-WIRELESS CONTROLLER
Type of Equipment
School Name
Specific Quantity
 
Possible Range of Quantities
Preferred Make/Manufacturer
Wireless Controller
High School
2
1-2
Aruba 7220 or functional equivalent
 
COMPATIBILITY REQUIREMENT PROJECT C
All controllers must be compatible with Aruba IAP 205, 215, and 220 models.
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: It will be the bidder’s responsibility to provide documentation about the compatibility requirements listed in this IFCB. Vendors that submit bids without documentation demonstrating the required compatibility listed in this IFCB will have their bids disqualified, unless that vendor has bid the preferred make/model number listed.

 
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: Service providers are required to bid an entire Project A or Project B. Bids for individual components of a single project 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: Bids that include equipment that was manufactured for use outside of the United States will be disqualified.
  
 
 
BMIC Project Narrative
Seeking 1, 3, and 5 year pricing for Fortigate Enterprise Bundle
 
Type of Equipment
School Name
Specific Quantity
 
Possible Range of Quantities
Preferred Make/Manufacturer
Firewall Service and Components
High School
2
1-2
Fortigate 1500D (dual firewall cluster)
 
 
DISQUALIFICATION FACTOR BMIC: Service providers are required to bid the entire hardware project/upgrade.  Bids for individual components of the project/upgrade will be disqualified.
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 FACTOR 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.

2018C2BiddingInstructions30.docx
RussellvilleC2COVERPAGE.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




On the C2 projects, is the school district handing the installation and/or configuration of the equipment or does that need to be included in the bids? Thanks.

Answer:
 no installation services, just equipment sales.

For the battery backups to compute runtime we will need to the know quantity and type of equipment that will be connected to each unit. Do you have that information available?

Answer:
 We're looking to run 2-4 HP/Aruba 2920 PoE+ switches (J9729A) for around 20 minutes (E-rate will only fund short term solutions).  From what I can find, the J9729A has a max draw of 475 W.  The big constraint we have is our closets only have traditional 110/120 outlets, so please only bid units that will plug into a regular outlet. 

can you please provide Aruba complete mfg part number you need for clarity.

Answer:
 Part number: JW752A

 

Regulatory SKU Info:

7220-US: ARCN0101

 

http://www.arubanetworks.com/products/networking/controllers/7200-series/

 

http://www.arubanetworks.com/assets/ds/DS_7200Series.pdf

 

Functional equivalents, within the requirements of this IFCB will be accepted.

For the FortiGate Enterprise Bundle, do you desire 8x5 or 24x7 support?

Answer:
 I would like to see bids/quotes for both options

Approximate square footage location (WLAN Site Survey) Installation hours: (8-5PM or after 5) Weekend Media device connection for Display? Technology space: ex: wireless, digital signage Mounting height: (Display/Speakers/APs/Projector) Wall Type: (Sheetrock, Concrete, Brick, etc..) Ceiling Type: (Drop Ceiling, Sheetrock, concrete) Ceiling Height: Is there a lift onsite if one required? Estimated date of installation: Brief Description of work to be performed: IT staff to test any connectivity? Cabling needed? Type? Average length of cable run? Outdoor cable needed? Union Labor Required? Please list an overview of programming/ configuration required:

Answer:
 This looks like a catch all copy/paste for every possible C2 bid.  We're looking for a box sale, so I don't think any of this applies (no cabling/labor/signage,etc.).  If there is a specific question about our specific bid request, I will be glad to answer.

What type of customer handoff would be required for the Leased Lit Fiber connection: Optical SM (LC), Optical MM (LC), or Other?

Answer:
 Multi-Mode (MM) with LC connectors.

For the Leased Lit Fiber, do you require a multimode or singlemode handoff? Do you require a layer 2 (flat network) or layer 3 (routed) service?

Answer:
 Multi-mode with LC connectors.  Layer 2, we handle our own routing at our core switch.

Please provide Fortinet part numbers for the following: Fortigate 1500D Fortigate Enterprise Bundle

Answer:
 Looking for bids on 8x5 support: FC-10-01500-871-02-DD as well as 24/7: FC-10-01500-974-02-DD