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 : Sep 28, 2018
Bid Deadline : Friday, Nov 16, 2018

Questions Due By : Friday, Oct 19, 2018
Applicant Address : Hallsville, MO 65255
IFCB ID : 190001663

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 – CABLING PROJECT A ONLY: 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.
 
·        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.

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 :
10/4/18:  This IFCB has been updated to include a request for Category Two BMIC for Project B.  BMIC disqualification factors have also been added.


 INTERNAL CONNECTIONS
Project A-Cabling
 
Type of Equipment
School Name
Quantity Vendor Should Bid
 
Preferred Make/Manufacturer
Antennas, Connectors and Related Components
Hallsville High
204
Panduit Minicom or functional equivalent
Cabling
Hallsville High
204
Cat6 Cable runs
Antennas, Connectors and Related Components
Hallsville Intermediate
360
Panduit Minicom or functional equivalent
Cabling                      
Hallsville Intermediate
360
Cat6 Cable runs
Antennas, Connectors and Related Components
Hallsville Middle
60
Panduit Minicom or functional equivalent
Cabling                      
Hallsville Middle
60
Cat6 Cable runs
 
MANDATORY SITE VISIT – PROJECT A CABLING ONLY
Vendors wishing to submit bids for Project A must attend one of two mandatory site visits. The site visits will be held on October 12, 2018 at 10:00 AM and October 18, 2018 at 1:00 PM. Vendors will meet at Hallsville R-IV Public Schools, 421 Hwy 124E, Hallsville, MO 65255. Bids from vendors who did not attend either of the site visits will be disqualified.
 
 
Project B-Equipment
 
Type of Equipment
School Name
Amount Vendor Should Bid
 
Preferred Make/Manufacturer
Switches         
Hallsville HS
4
HPE JG963A#ABA or functional equivalent
Switches         
Hallsville HS
4
HP #JD092B SFP fiber module or functional equivalent
Racks
Hallsville HS
2
APC AR100HD or functional equivalent
UPS
Hallsville HS
2
APC SMX1500RM2U or functional equivalent
Switches         
Hallsville Intermediate
3
HPE JG963A#ABA or functional equivalent
Switches         
Hallsville Intermediate
3
HP #JD092B SFP fiber module or functional equivalent
Switches         
Hallsville Middle
1
HPE JG963A#ABA or functional equivalent
Switches         
Hallsville Middle
1
HP #JD092B SFP fiber module or functional equivalent
Switches
Hallsville Primary
4
HPE JG963A#ABA or functional equivalent
Switches
Hallsville Primary
4
HP #JD092B SFP fiber module or functional equivalent
 
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS PROJECT A AND PROJECT B: 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 PROJECT A AND PROJECT B: 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 PROJECT A AND PROJECT B: Applicant will not accept bids for refurbished equipment. Any bids containing refurbished equipment will be disqualified.

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS PROJECT A AND PROJECT B: Bids that include equipment that was manufactured for use outside of the United States will be disqualified.

Project B-Network Maintenance (BMIC) - see above Project B-Equipment for items that will need to be maintained.

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.

HallsvilleC2COVERPAGE5.pdf
2019C2BiddingInstructions59.docx

Questions Received with Applicant Answers   ( Ask Questions? )




What is the preferred length and color of the Cat6 cables you are looking for?

Answer:
 

The preferred length is completely dependent on the length requirements for the various cable runs and is impossible to specify exactly.  The color is irrelevant.  More information will be provided to all participants during the vendor walk-through.

Before bidding, please understand that the cable runs are non-plenum solid conductor CAT6 structured wiring cable runs in drop ceilings and wall conduits, not patch cords.

Are you looking for 1000ft reels?

Answer:
 Hallsville School District is seeking a professional structured wiring installation company who can interpret our needs in specific locations and bid for labor and materials to install network cabling in classrooms (length of the drops requested will be discussed during the mandatory site walkthroughs).  The district is not looking to directly purchase any cables, neither in bulk nor pre-terminated patch cables.

1. Are there established cable pathways in place to reuse or will new pathways be necessary? 2. Are there any existing J-hooks or other support hardware in place or will new be required? 3. Are there existing racks in place or will new be required? 4. What type of wire management will be required?

Answer:
 

1. In most locations, bidders will be replacing existing non-CAT6 cable with new lines.  Some will follow the existing path between racks and classrooms, while some will involve moving the uplink location to a new switch cabinet.

2. Bidders will be required to assess cable pathways and provide cable management and mounting as appropriate.

3. All racks are either in-place or will be provided by the district for installation by the bidder.  Bidders will be responsible for all copper and fiber termination panels/trays in these racks.

4. Wire management will include proper labeling of all new lines installed and existing CAT6 lines reterminated.  New cables should follow industry standards for proper installation.

 

Full details will be provided to all bidders during the walkthroughs.