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

school Royse City ISD
IFCB Posted : Sep 24, 2019
Bid Deadline : Monday, Nov 4, 2019

Questions Due By : Friday, Oct 4, 2019
Applicant Address : Royse City, TX 75189
IFCB ID : 200000926

IFCB Requirements :
All Questions and Bids must be submitted using the on-line IFCB system. If the IFCB system is down before the 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 or your bid will be disqualified. 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. If the applicant discovers that fees, taxes or surcharges apply but are not listed on the bid (after the time of bid awards) those charges will be the responsibility of the bidding company.
 
LEASED FIBER DISQUALIFICATION FACTOR: Any and all installation charges must be identified on your bid. If you submit a bid indicating that installation charges may apply without listing those charges, we will consider your bid incomplete and disqualify your bid.
 
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 were manufactured for use outside of the United States 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 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 10/4/19 - A PDF with the list of addresses has been attached

WAN Connection
– From hub at 810 Old Greenville Road, Royse City, TX to Bobby Summers Middle School, 2050 CD Boren Parkway, Fate, TX 75132. Leased Lit Fiber please provide bids for 10 GB. Leased Dark Fiber please provide bids for 2 strands. 
 
LEASED FIBER DISQUALIFICATION FACTOR: Any and all installation charges must be identified on your bid. If you submit a bid indicating that installation charges may apply without listing those charges, we will consider your bid incomplete and disqualify your bid.
 
Internal Connections
 
VOLUNTARY SITE VISIT
 
Vendors wishing to bid on internal connections can attend a voluntary site visit either October 1st, or October 2nd, 2019. Vendors should RSVP to Sherry Knight at knights@rcisd.org to set up an appointment time for a site visit on October 1st, 2019 or October 2nd, 2019. THIS EMAIL IS TO RSVP ONLY. ALL QUESTIONS AND BIDS MUST STILL BE SUBMITTED VIA THE IFCB. BIDS NOT SUBMITTED VIA THE IFCB WILL BE DISQUALIFIED.
 
Project A
 
Project A NOTE – District already owns the Controller, only licensing is needed.
 

Type of Equipment

School Name

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Controller

Davis Elementary

32

Cisco Meraki Enterprise Cloud Controller License 1 Access Point - 3Year (LIC-ENT-3YR)

Wireless Controller

Fort Elementary

32

Cisco Meraki Enterprise Cloud Controller License 1 Access Point - 3Year (LIC-ENT-3YR)

Wireless Controller

Vernon Elementary

32

Cisco Meraki Enterprise Cloud Controller License 1 Access Point - 3Year (LIC-ENT-3YR)

Wireless Controller

Scott Elementary

32

Cisco Meraki Enterprise Cloud Controller License 1 Access Point - 3Year (LIC-ENT-3YR)

Wireless Controller

Herndon Intermediate

32

Cisco Meraki Enterprise Cloud Controller License 1 Access Point - 3Year (LIC-ENT-3YR)

Wireless Controller

High School

120

Cisco Meraki Enterprise Cloud Controller License 1 Access Point - 3Year (LIC-ENT-3YR)


Project B

Type of Equipment

School Name

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Access Points

Cherry Intermediate

4

AP-MNT-B Campus AP mount bracket kit (individual) type B: suspended ceiling rail, flat 15/16 (R3J16A) or functional equivalent

 

Wireless Access Points

Cherry Intermediate

3

AP-MNT-MP10-B Campus AP mount bracket kit (10-pack) type B: suspended ceiling rail, flat 15/16 (Q9G69A) or functional equivalent

 

Wireless Access Points

Cherry Intermediate

34

Aruba AP-515 Unified AP dual Radio 4x4:4 802.11ax (Q9H63A) or functional equivalent

Wireless Controller

Cherry Intermediate

34

Aruba Central Device Management/Cloud Services 2 Tokens 5yr Subscription E-rate Bundle E-STU (JZ017AAE) or functional equivalent

 

Wireless Controller

Baley Middle School

58

Aruba Central Device Management/Cloud Services 2 Tokens 5yr Subscription E-rate Bundle E-STU (JZ017AAE) NOTE: Only licensing is needed.

 

Switches

Summers Middle School

5

Aruba 5412R 92GT PoE+ and 4-port SFP+ (No PSU) v3 zl2 Switch (JL001A) or functional equivalent

Switches

Summers Middle School

20

Aruba 5400R 1100W PoE+ zl2 Power Supply (J9829A) or functional equivalent

Antennas, Connectors and Related Components

Summers Middle School

8

Aruba 24-port 10/100/1000BASE-T PoE+ MACsec v3 zl2 Module (J9986A) or functional equivalent

Antennas, Connectors and Related Components

Summers Middle School

1

Aruba 20-port 10/100/1000BASE-T PoE+ / 4-port 1G/10GbE SFP+ MACsec v3 zl2 Module (J9990A) or functional equivalent

Antennas, Connectors and Related Components

Summers Middle School

2

Aruba 10G SFP+ LC LR 10km SMF XCVR (J9151D) or functional equivalent

Antennas, Connectors and Related Components

Summers Middle School

8

Aruba 10G SFP+ LC SR 300m MMF XCVR (J9150D) or functional equivalent

UPS/Battery Backup

Summers Middle School

5

APC Smart-UPS 1500VA 2U 120V  (SMT1500RM2UC) or functional equivalent

 

Wireless Access Points

Summers Middle School

53

Aruba AP-515 Unified AP dual Radio 4x4:4 802.11ax (Q9H63A) or functional equivalent

Wireless Access Points

Summers Middle School

5

AP-MNT-MP10-B Campus AP mount bracket kit (10-pack) type B: suspended ceiling rail, flat 15/16 (Q9G69A) or functional equivalent

 

Wireless Access Points

Summers Middle School

3

AP-MNT-B Campus AP mount bracket kit (individual) type B: suspended ceiling rail, flat 15/16 (R3J16A) or functional equivalent

 

Wireless Controller

Summers Middle School

53

Aruba Central Device Management/Cloud Services 2 Tokens 5yr Subscription E-rate Bundle E-STU (JZ017AAE) or functional equivalent


NOTE: We are requesting WAP and switch licenses on this IFCB, which sometimes may be categorized as BMIC by USAC (the BMIC box on the 470 has been checked to cover this scenario).
 
Please include pricing for turnkey LAN & WLAN services including: Installation, Activation and Configuration.
 
Compatibility Requirement
 
All requested equipment must be compatible with Aruba Central Device Management/Cloud Services.
 
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 were manufactured for use outside of the United States 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: Vendors must complete and include the C2 Cover Page with their bid. Bids received without the cover page will be disqualified.
 
Basic Maintenance of Internal Connections

Project C- WAP and Switch Licensing for Project B
 
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.

2020C2BiddingInstructions100.pdf
RoyseCityC2COVERPAGE72.pdf
RCISD_Addresses.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Could you confirm the full address for each site that requires installation?

Answer:
 Available on our webiste https://www.rcisd.org/ or see the PDF attached to the IFCB (that PDF is being added now)