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

school Navajo ISD
IFCB Posted : Sep 14, 2018
Bid Deadline : Thursday, Oct 25, 2018

Questions Due By : Thursday, Oct 4, 2018
Applicant Address : Altus, OK 73521
IFCB ID : 190000877

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 the entire hardware project/upgrade.  Bids for individual components of the project/upgrade 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 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 :
Internal Connections
 
Project Narrative
 
We are replacing existing wireless access points and improve coverage. The current wireless access points will no longer be supported by manufacturer after July 2021. We will need installation and configuration for new access points, and cabling run to existing switches.
 
Voluntary Site Visit
 
Vendors wishing to bid on internal connections can attend a voluntary site visit one day September 26th, or October 3rd beginning at 10am. Vendors will meet at 15695 South County Road 210, Altus, OK 73521.
 
Type of Equipment
School Name
Number of Devices Vendor Should Bid
 
Preferred Make/Manufacturer
Wireless Controller
District Shared
1
Ruckus or Ubiquiti or functional equivalent
Cabling
Elementary
15
Drops for access points
Racks
Elementary
2
No Preference
Wireless Access Points
Elementary
15
Ruckus or Ubiquiti or functional equivalent
Cabling
Junior High
8
Drops for access points
Racks
Junior High
1
No Preference
Wireless Access Points
Junior High
8
Ruckus or Ubiquiti or functional equivalent
Cabling
High School
10
Drops for access points
Racks
High School
1
No Preference
Wireless Access Points
High School
10
Ruckus or Ubiquiti or functional equivalent
 
Compatibility Requirement
 
All wireless access points must be compatible with each other and controller. Currently we have a Ruckus controller.
 
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 the entire hardware project/upgrade. Bids for individual components of the project/upgrade will be disqualified.
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Applicant will not accept bids for refurbished equipment. Any bids containing refurbished equipment will be disqualified.
 
 
 
 
Basic Maintenance of Internal Connections

Type of Equipment
School Name
Number of Devices Vendor Should Bid
 
Preferred Make/Manufacturer
Wireless Controller
District Shared
1
Ruckus or Ubiquiti or functional equivalent
Racks
Elementary
2
No Preference
Wireless Access Points
Elementary
15
Ruckus or Ubiquiti or functional equivalent
Racks
Junior High
1
No Preference
Wireless Access Points
Junior High
8
Ruckus or Ubiquiti or functional equivalent
Racks
High School
1
No Preference
Wireless Access Points
High School
10
Ruckus or Ubiquiti or functional equivalent
 
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.

2019C2BiddingInstructions10.docx
C2COVERPAGE44.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Cabling for access points - What is the building construction, ceiling type and height? Do you have a map/floor plan/fire escape plan that shows where the AP's will be placed? Racks - Are these to be floor mount or wall mount? What type of equipment will be in rack and how many pieces of equipment? Wireless access points - Are you replacing the current wireless infrastructure or adding to?

Answer:
 

In order.

 

All the buildings, except for the Vocational Arts and CompLab, are brick exterior, with a steel clad roof, (the original roofing was particle board and asphalt shingles in most cases, or tar paper). The remainder are steel construction with drywall or paneled interior walls.

The ceiling is roughly eight foot, in most cases.

In the Secondary building, the ceiling is a 2x4 foam ceiling panel in a suspended ceiling aluminum grid. There is a central catwalk running the length of the lit attic. Five classrooms, on the two ends, have a different roof type, and while there is a catwalk, you will have to duck.

The Primary building is best thought of as four separate, merged, structures.

The central part of the building has a gyp board ceiling, and minimal access to an unlit attic space, crisscrossed liberally with air-conditioninig ducting.

The Upper Elementary "wing", (it's actually the oldest part of that building), has a ceiling that I'd estimate at eight to ten feet. No attic. The ceiling is a 2x4 panel suspended ceiling.

The Library is much like the Upper Elementary, except the ceiling is probably around twelve feet up.

Both these require cabling through a firewall.

The Kindergarten wing, the newest part of that building, has six classrooms. There is a plywood floored catwalk down the center, and the attic is well lit. The roof of that part of the building is all steel, and sightlines are generous. There is a firewall between this wing and the central area, but there is also a wiring cabinet, and pair of switches, that serves this wing almost exclusively.

The Music building has a gyp board ceiling, at about 8 feet, but the current WAN is mounted on the wall, rather than the ceiling.

The ITV/CompLab building is a steel "temporary building", with a steel roof. The interior wall and ceiling is drywall, and this building doubles as the main wiring closet, and the home of the edge router.

The current WAN is mounted on the outside of an air-conditioning closet, that is on the opposite side of the main wall from the main rack unit.

The Vocational Arts building is steel, with an all steel roof. The interior classrooms are standard 4x8 thin wood paneling over 18 inch 2x4 studs, except where the paneling has been replaced, or clad, with thin gauge corrugated steel, and steel structural members added. The ceiling is gyp board, but the building has both an attic that is lit, a mezzanine, and exposed steel structural elements to which cables can be secured.

 

I can produce a map if one does not exist. I believe there is one, but haven't seen it since shortly after the last install.

 

Racks are supplementary. Wall mounted racks would be preferred. These are to hold both additional equipment, (the Secondary building rack is full, even one additional unit would have to be perched on top,) and existing equipment, (the "racks" in the Primary building are plywood corner cabinets, without rails, with the current equipment either balanced on a shelf inside, or strapped to the wall inside the enclosure.)

 

We are planning to replace the existing WAP's as the vendor has orphaned that imprint, and line of product and the management tool to which they're programmed, will become unavailable in July 2021. I am hopeful that Ruckus will release a firmware that turns them into standard Ruckus units before then, but am not hopeful. We are also hoping to expand the system, as several weak signal, and insufficient bandwidth areas have been identified.

1. Please share the model of your existing Ruckus wireless controller. 2. Will this wireless network be used to support student testing? If so, what level of support is needed by the wireless manufacturer? 3. Do you want the wireless Access Points to support the 802.11 ac Wave 2 standard? 4. Is there a need to support any outdoor wireless?

Answer:
 

1. Our current "Ruckus" controller is the "xClaim" cloud based wireless controller. It will, presumably, not be available for this project, and that is a driving factor in pursuing this project.

https://www.xclaimwireless.com/

 

2. Yes. Absolutely.

None, really. They need to work. I don't know of any requirements that are specific to testing, except, arguably, the need to have a classrooms worth of devices all reliably connected at once.

 

3. Sure.

I would prefer the newer standard, if it's an option.

That said, I still run into occasional issues with USB3 that are fixed by using a USB2 port.

 

4. No. That said, I'd like it if a couple devices could reach the nearest WAP from the playground, but that would be a teacher comfort thing, not a student need and thus not a design criteria.