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

school Hazen School District
IFCB Posted : Dec 15, 2017
Bid Deadline : Tuesday, Jan 9, 2018

Questions Due By : Friday, Dec 22, 2017
Applicant Address : Hazen, AR 72064
IFCB ID : 180009559

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: 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 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 who wish to bid must attend one of two mandatory site visits. Vendors who submit a bid but have not attended a meeting will be disqualified.

Services and Equipment Requested :
UPDATE: 1/10/2018 - we are cancelling this IFCB/470. There were differences in the total amount of equipment requested on the 470 and information provided during the walkthrough, in addition to the original 470 missing the request for cabling trays. We will be issuing a new IFCB and 470 shortly. If you have placed a bid for this cancelled IFCB, please re-submit when the new RFP with the correct specifications gets posted.

UPDATE: 1/4/18 2:34PM- The bid deadline has been extended until 2/1/18.

UPDATE #2 12/19/17: A voluntary walkthrough on 1/8/18 at 10 am is available for those vendors that are interested in attending.


UPDATE 12/19/17: A picture of an example of the UPS device has been added as an attachment. Bids for functionally equivalent equipment will be accepted.

 Internal Connections:

INTERNAL CONNECTIONS - High School

Type of Equipment

Qty.

Make/Manufacturer

Antenna, Connectors and Related Components

300'

Multimode 12 strand fiber with ST connectors: 2 rack mount LIUs

Cabling

175

Cat 6 drops, Belkin or functional equivalent

Racks

4

Lockable wall mount

Switches

10-15

POE; Layer 3; GUI managed; one will be shared

UPS devices

7-10

APC; Tripp Lite

     

INTERNAL CONNECTIONS - Elementary School

Type of Equipment

Qty.

Make/Manufacturer

Antenna, Connectors and Related Components

675'

Multimode 12 strand fiber with ST connectors: 4 rack mount LIUs

Cabling

150

Cat 6 drops, Belkin or functional equivalent

Racks

3

Lockable wall mount

Switches

10-15

POE; Layer 3; GUI managed

UPS devices

5

APC; Tripp Lite

 

Installation and configuration of switches, wall mount racks and cabling. No installation needed for UPS devices.

MANDATORY SITE VISIT

Vendors wishing to submit bids for internal connections must attend one of two mandatory site visits. Either on January 4, 2018 or January 8, 2018.  Both will be from 8:30am to 3:30pm. Vendors should go to the Administration Office at 305 N. Hazen Avenue, Hazen, AR 72064. Bids from vendors who did not attend either of the site visits will be disqualified. 

COMPATIBILITY REQUIREMENT

 All equipment must be compatible with Ubiquiti WAP and state provided Cisco router, switch and web filter.

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: 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 INTERNAL CONNECTIONS: Service providers are required to bid the entire hardware project.  Bids for individual components of the project will be disqualified.


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

C2COVERPAGE14.pdf
HazenUPSexample.docx

Questions Received with Applicant Answers   ( Ask Questions? )




1-On the UPS's, What size are you requesting? and you are needing wall-mount correct? 2-Any preference on the WALLMOUNTS? Tripp Lite? 3-On the Switches, are you going to need 24 or 48 port?

Answer:
 Rack Mount would be great.  Something like this (bids for functionally equivalent equipment will be accepted):

Inline image 1

The APC SUA1500RM2u has the desired features: rack mountable, and has replaceable batteries.

  ​

The switches are to be 48 port, layer 3, POE switches, with GUI management" or better".​  Also  the switches *MUST* be compatible with the Cisco​ brand, ​DIS supplied â€‹equipment.​  Currently, the DIS supplied equipment is a Catalyst 3650 and a ASA 5516.  This has changed through the years

UPDATE: we see the picture is not posting, we'll add that as an attachment shortly

1- On the CAT6 cable, Plenum or NON Plenum?

Answer:
   Standard, Indoor, Non Shielded, Non Plenum cable, preferably with a green jacket to distinguish between existing cable and new cat6 cable

If the questions are due December 22nd but the walk-through is not until Jan 8th, would it be possible to extend the question period to Jan 8th so that new questions from the walk-through could be addressed? Thank you.

Answer:
 The question period for the IFCB will close on the 22nd, but if you have questions during the walkthrough ask the school staff and we will get answers posted.

What specific Layer 3 protocols are currently being used or are important for use in our proposals? Thank you.

Answer:
 â€‹  Currently â€‹we have a flat network and the switches just shuffle packets across the network.  All network traffic from HVAC, Camera, School Data, and other Data is mixed together (and this is frowned upon).  I specified the switches be layer 3 in order to support VLANs.  This was recommended to me in order to increase network efficiency when deploying the VOIP phone system that I hope we can move to to replace our current system.

 

  I do not have any specifications other than MUST SUPPORT MULTIPLE VLAN networks.  I would say we will most likely need at least four(4) VLANs, maybe more.  The switches must be able to handle that.

How many "U"s of space does each of the lockable wall mount racks need to have? Thank you.

Answer:
 I will give a range of sizes, at least 8U, no more than 12U.​  I think 8U will be enough to allow for future expansion, but gave a range in case that would save money, time, or better yet - both.

• What current model Ubiquity AP's does the school have in place? • Is there a topology map of all current switch infrastructure? • Will these 20-30 switches be a complete refresh of switch infrastructure, partial replacement or addition. o If complete refresh, are you considering any other brands? • What level of support is expected for New Switches. • How is current switch infrastructure managed? o Gui, CLI, software platform?

Answer:
   - ​Currently all of our access points are Ubiquiti UniFi UAP-AC-Pro (FCC ID:SWX-UAPACPRO) dual band wireless Access points.​

​  - ​Unfortunately there is no topology map for our network.  It is a flat, unmanaged network, and I know where most everything is located.

​  - The switches will be a replacement for most, maybe all, of our switches of various brands and ages.  Some of our switches are fairly new, some are very old, and some are actually retired switches from another locations.

  - The brand is not set in stone, I am willing to consider functional equivalents.  I do want the switches to have a GUI interface (the switches may also support CLI in addition to the GUI)​ have a local console port, and be able to support the Ubiquiti wireless access points we have in place now and VLANs.   I also want to know if any licenses must be purchased in the future to upgrade the firmware of the switches or just to use the switches.

​  - I expect the switches to be able to work with/support our Ubiquiti WAPs, have a GUI Interface, have a console port, have a central management portal for all switches (like Ubiquiti does for there WAPs and switches), have layer 3 support for VLANs, and support VLANs on our network.

  - We currently have a flat network, no management is being used.​  We are wanting to move up to a VLAN network to separate different types of traffic (VOIP, data/internet, DVR/Security Cameras, HVAC, etc)

​  - GUI: Must be supported, CLI: Great if it is supported, but not necessary, Software Platform: Extremely desired for central management of switches. (I do not want to get into a place where each switch must be upgraded/managed separately.)