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

school Liberal USD 480
IFCB Posted : Jan 18, 2018
Bid Deadline : Monday, Feb 26, 2018

Questions Due By : Wednesday, Jan 31, 2018
Applicant Address : Liberal, KS 67905
IFCB ID : 180016554

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, Project B, OR Project C. 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: 2/15/18 3:52PM- The bid deadline has been extended until 2/26/18.

UPDATE 1/26/2018: We had previously indicated that we did not request BMIC, which was incorrect. We have filed a new 470, # 180019434 for the exact same services/equipment, including BMIC and are resetting the 28 day clock. Please do bid BMIC services as requested on the new 470, 180019434. We are not issuing a new IFCB, you can bid on this one if you are interested. No other changes have been made, other than indicating we do want BMIC and resetting the 28 day clock based upon 470 # 180019434. 



INTERNAL CONNECTIONS AND BMIC
 
PROJECT NARRATIVE
 
District is requesting maintenance on all purchased equipment. Project A is to add additional switches to existing Cisco switch stacks. Project B and C is to add additional Aruba APs and controllers to existing Aruba wireless network.
 
 
PROJECT A
 
Type of Equipment
School Name
Specific Quantity
 
Preferred Make/Manufacturer
Switches       
Cottonwood
2
WS-Cisco 3850-48port with secondary 1100 watt power supply, stacking cables for both power and data, or functional equivalent.
Switches       
Eisenhower
8
WS-Cisco 3850-48port with secondary 1100 watt power supply, stacking cables for both power and data, or functional equivalent.
Switches       
LHS
9
WS-Cisco 3850-48port with secondary 1100 watt power supply, stacking cables for both power and data, or functional equivalent.
Switches       
MacArthur
2
WS-Cisco 3850-48port with secondary 1100 watt power supply, stacking cables for both power and data, or functional equivalent.
Switches       
Meadowlark
2
WS-Cisco 3850-48port with secondary 1100 watt power supply, stacking cables for both power and data, or functional equivalent.
Switches       
Prairie View
6
WS-Cisco 3850-48port with secondary 1100 watt power supply, stacking cables for both power and data, or functional equivalent.
Switches       
Seymour Middle
3
WS-Cisco 3850-48port with secondary 1100 watt power supply, stacking cables for both power and data, or functional equivalent.
Switches       
Bright Start
2
WS-Cisco 3850-48port with secondary 1100 watt power supply, stacking cables for both power and data, or functional equivalent.
Switches       
Sunflower
2
WS-Cisco 3850-48port with secondary 1100 watt power supply, stacking cables for both power and data, or functional equivalent.
 
 
PROJECT B
Type of Equipment
School Name
Specific Quantity
 
Preferred Make/Manufacturer
Wireless Access Points
Eisenhower
95
Aruba AP-325-JW186A with Airwave & AP license or functional equivalent
Wireless Access Points
LHS
155
Aruba AP-325-JW186A with Airwave & AP license or functional equivalent
Wireless Access Points
MacArthur
72
Aruba AP-325-JW186A with Airwave & AP license or functional equivalent
Wireless Access Points
Meadowlark
72
Aruba AP-325-JW186A with Airwave & AP license or functional equivalent
Wireless Access Points
Prairie View
72
Aruba AP-325-JW186A with Airwave & AP license or functional equivalent
Wireless Access Points
Seymour Middle
95
Aruba AP-325-JW186A with Airwave & AP license or functional equivalent
Wireless Controller
District Shared
4
Aruba 7210 Mobility Controller JY792A or functional equivalent
Wireless Controller
District Shared
1
Aruba MM-HW-5K mobility master hardware appliance with support for up to 5000 devices or functional equivalent.
 
PROJECT C
Type of Equipment
School Name
Specific Quantity
 
Preferred Make/Manufacturer
Wireless Access Points
Eisenhower
95
Aruba AP-345-JZ033A with Airwave & AP license or functional equivalent.
Wireless Access Points
LHS
155
Aruba AP-345-JZ033A with Airwave & AP license or functional equivalent.
Wireless Access Points
MacArthur
72
Aruba AP-345-JZ033A with Airwave & AP license or functional equivalent.
Wireless Access Points
Meadowlark
72
Aruba AP-345-JZ033A with Airwave & AP license or functional equivalent.
Wireless Access Points
Prairie View
72
Aruba AP-345-JZ033A with Airwave & AP license or functional equivalent.
Wireless Access Points
Seymour Middle
95
Aruba AP-345-JZ033A with Airwave & AP license or functional equivalent.
Wireless Controller
District Shared
4
Aruba 7210 Mobility Controller JY792A or functional equivalent
Wireless Controller
District Shared
1
Aruba MM-HW-5K mobility master hardware appliance with support for up to 5000 devices or functional equivalent.
 
COMPATIBILITY REQUIREMENT
 
All wireless must be compatible with Aruba 325 APs. Wireless controllers must be compatible with Aruba 205 and 325 APs. Switches must be compatible and stackable with Cisco 3850 switches. Controllers are shared among all schools.
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, Project B, OR Project C. 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.
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.

2018C2BiddingInstructions9289.docx
LiberalC2COVERPAGE.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




What are the exact manufacturer part #s for switches needed in project A?

Answer:
 Cisco   WS-C3850-48F-S (or functional equivalent) 

Smartnet? 8x5xNBD or 24x7x4?

Answer:

We apologize; the previous answer that we did not request BMIC was incorrect. We have filed a new 470 and reset the 28 day clock. We are requesting 8X5 NBD support contracts. 

Will the ceiling grid clips that come with the APs be enough for installation or will other type of brackets be required for different surfaces? Will lifts/ladders be provided? Will installers be required to do switch configuration for multiple VLANs or server setup with DHCP with the AP environment? Will cabling already be ran and terminated at each AP location? Will power be provided for each AP through PoE switching or will power injectors be needed? Will a site survey be required or has the AP locations already been determined? The APs requested have dual network connections. Will both be used or just a single connection? What would be the time-frame to complete installation and what hours would the work be done? (ie.. Summer while buildings are empty or during school hours.)

Answer:
 USD 480 will install the WAPs

the ceiling grid clips that come with the AP will be what is needed

power injectors will be needed

On the need for power injectors, will all WAPs require them or is there a specific number that should be quoted?

Answer:
 all will need them

Do they want 1-year, 3-year, or 5-year?

Answer:

We apologize; the previous answer that we did not request BMIC was incorrect. We have filed a new 470 and reset the 28 day clock. For the WAPs, please include a 5 year term.

You need to purchase support on Aruba controller and licenses. What length do you prefer? Your options are 1-year, 3-year, or 5-year.

Answer:
 5 year term please

On the Project A are there certain configuration requirements needed such as VLAN installation, configuring trunk ports for uplinks and access points, QoS and spanning tree options, etc.. or will the school district be performing configuration? On Projects B/C will the controllers need configuration before hand or any special configuration be required for the access points or will the school district be performing configuration?

Answer:
 USD 480 will be installing all projects

After reviewing switch requirements in Project A it shows that the switches are full power over ethernet capable without the need for power injectors. We just want to be sure the school system wants power injectors even though they have PoE switches that can provide power directly to the WAPs?

Answer:
 USD 480 still wants power injectors for the access points