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

school San Benito CISD
IFCB Posted : Jan 24, 2019
Bid Deadline : Thursday, Feb 28, 2019

Questions Due By : Wednesday, Jan 30, 2019
Applicant Address : San Benito, TX 78586
IFCB ID : 190018609

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 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 :
Internal Connections
Voluntary Site Visit
Vendors wishing to bid on internal connections can attend a voluntary site visit one day January 31st, or February 1st, beginning at 1:30pm. Vendors will meet at 450 S. Dowling St., San Benito, TX, 78586. Vendors will check in with Charles Baney, Network Manager.
 
Type of Equipment
School Name
Number of Devices Vendor Should Bid
 
Preferred Make/Manufacturer
Antennas, Connectors and Related Components
Cash Elementary
4
3 Plate LIU or functional equivalent
Antennas, Connectors and Related Components
Cash Elementary
1
8/10 Plate LIU or functional equivalent
Antennas, Connectors and Related Components
Cash Elementary
8
50mic faceplates or functional equivalent
Cabling
Cash Elementary
7
Cat6 wiring drops
Cabling
Cash Elementary
4
50mic Fiber Optic runs w/4 terms
Switches
Cash Elementary
6
Cisco 2960X 48-port or functional equivalent
Switches
Cash Elementary
3
Cisco 2960X stacking kit or functional equivalent
Wireless Access Points
Cash Elementary
7
Cisco 3702 access point or functional equivalent
Switches
Booth Elementary
2
Cisco 2960X 48-port or functional equivalent
Switches
Booth Elementary
2
Cisco 2960X stacking kit or functional equivalent
Switches
Graduation Academy
1
Cisco 2960X 48-port or functional equivalent
UPS/Battery Backups
La Paloma Elementary
4
SmartUPS 2200VA or functional equivalent
UPS/Battery Backups
La Paloma Elementary
1
SmartUPS 1500VA or functional equivalent
UPS/Battery Backups
La Paloma Elementary
1
Smart Online UPS 8KVA or functional equivalent
Antennas, Connectors and Related Components
Jordan Middle School
1
3 Plate LIU or functional equivalent
Antennas, Connectors and Related Components
Jordan Middle School
1
8/10 Plate LIU or functional equivalent
Antennas, Connectors and Related Components
Jordan Middle School
2
50mic faceplates or functional equivalent
Cabling
Jordan Middle School
1
50mic Fiber Optic runs w/4 terms
Cabling
Garza Jr. Elementary
10
Cat6 wiring drops
Switches
Garza Jr. Elementary
8
Cisco 2960X 48-port or functional equivalent
Switches
Garza Jr. Elementary
8
Cisco 2960X stacking kit or functional equivalent
Wireless Access Points
Garza Jr. Elementary
10
Cisco 3702 access point or functional equivalent
Cabling
San Benito High School
100
Cat6 wiring drops
Switches
San Benito High School
11
Cisco 2960X 48-port or functional equivalent
Switches
San Benito High School
11
Cisco 2960X stacking kit or functional equivalent
Wireless Access Points
San Benito High School
6
Cisco 3702 access point or functional equivalent
UPS/Battery Backups
Veterans Memorial Academy
24
SmartUPS 2200VA or functional equivalent
 
Compatibility Requirement

All WAPs must be compatible with Cisco 5500 series wireless controller, AIR-CT5508-K9.
 
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.
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Bids that include equipment that was manufactured for use outside of the United States will be disqualified.
 
Basic Maintenance on Wireless Access Points Only– see above internal connections request.
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.

2019C2BiddingInstructions76.docx
C2COVERPAGE12.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Will the 1500VA; 2200VA; and 8kVA UPS hardware require tower mounting, 2-post rack mounting, 4-post rack mounting, or other? If the locations will consist of a mix-and-match of the aforementioned, can a total qty. be provided for each? This will allow the appropriate qty. of mounting brackets to be provided (where applicable).

Answer:
 

Will the 1500VA; 2200VA; and 8kVA UPS hardware require tower mounting, 2-post rack mounting, 4-post rack mounting, or other?

Response: 2 Post rack mounting for all installs of those models.

 

If the locations will consist of a mix-and-match of the aforementioned, can a total qty. be provided for each?

Response:

Beneficiary Name

SMART UPS 2200VA
or equivalent

SMART UPS 1500VA
or equivalent

SMART ONLINE UPS 8KVA
or equivalent

LA PALOMA ELEMENTARY SCHOOL

4

1

1

SAN BENITO VETERANS MEMORIAL ACADEMY

24

 

 

Will the 8kVA UPS system at La Paloma Elementary require any 120V (low-voltage) output? Also, will the output need to consist of receptacle or hard-wire configuration to the equipment or sub panel?

Answer:
 

Will the 8kVA UPS system at La Paloma Elementary require any 120V (low-voltage) output?

Response: 8k Systems are to be installed on 4post racks and will require 120 low voltage support through either an L5 plug/adapter to connect to existing PDU or an option for a Metered PDU to be included.

                                                                                                                                             

Also, will the output need to consist of receptacle or hard-wire configuration to the equipment or sub panel?

Response: For the 8k install, they will be wired in. We currently have 50amp lines/breakers and cutoff switches in these locations to accommodate.

Fyi: District electricians have been assisting with the hard wiring cutovers/installs as needed.

Are there any bonds required for the project?

Answer:
 

- if the project cost is $50,000 or greater a performance bond is required to be listed on the quote

- if the project cost is $100,000 or greater a performance and payment bond is required to be listed on the quote

Access Points (3702) will be EndOfSale on April 30, 2019. Would you like us to bid them anyway or a different model? Recommend the 2802I as the replacement. Switches (2960X) - there are newer models of switches out that might be better for the longevity and capabilities....2960X has been around for a while and while not EndOfSale it is reaching it's lifespan. If you are adding to existing Stacks....then yes continue with the 2960X, however, if these are new Stacks or replacing older switches I would recommend the C9200L. Please let us how to proceed.

Answer:
 

For access points: AIR-AP2802I-B-K9 is the recommended replacement that should be compatible with our 5508 controllers

Verified compatibility. Current running WLC code is: 8.2.151.0, required code to run a 2802i is :8.2.110.

https://www.cisco.com/c/en/us/td/docs/wireless/compatibility/matrix/compatibility-matrix.html

 

CASH ELEMENTARY SCHOOL

Bids for functionally equivalent equipment will be accepted.

3 of the 6: 2960x switches will need to be 2960x models to stack with an existing 2960x in that IDF. The remaining 3 can be newer models but will need 10g fiber modules included.

 

FRED BOOTH ELEMENTARY SCHOOL

Both can be substituted, will be stacked and will require at least 1 C9200-NM-4X Catalyst 9200 4 x 10GE Network Module for uplinks.

 

GATEWAY TO GRADUATION ACADEMY

Can be substituted, suggested c9200-48p

 

RAUL GARZA, JR. ELEMENTARY

All 8 switches can be substituted with newer models, 2 of the 8 switches must include 10g fiber modules and relevant stacking kits/cables for 2 separate stacks of 4.

 

SAN BENITO HIGH SCHOOL

All 11 switches can be substituted, two separate stacks are to be replaced in the Library(6) and G-Wing(5). 11 stacking kits/cables and at least 2 10g fiber modules will be needed.

• Are you requiring Installation services for all of the hardware on the IFCB? • Are you requiring PoE on all switch ports requested? • Are you requiring 10 Gig uplinks on all of the switches requested? • Can you specify how many IDFs are being addresses per campus and how many uplinks are required to the MDF? • Can you specify what type of uplink modules are required (1 Gig/10 Gig)? • What type of fiber optic cabling and connectors/terminations will be used to uplink the IDFs that are being upgraded as part of this IFCB? • Should uplink modules and patch cables be included for the MDF device as well? • Are you requiring pricing for copper and fiber patch cables as well? • Can you provide the current version of the wireless controller installed that the Wireless access points will be connecting to? • Can you provide the status of available licenses on the wireless controller that the Wireless access points will be connecting to? • Should wireless controller licenses be included for each Wireless access point? • Will the district be providing any electrical services required to install the UPS units? • What time is the response due at on February 28th?

Answer:

 

Are you requiring Installation services for all of the hardware on the IFCB?

Only for the UPS systems, switching and access points will be handled internally.

 

Are you requiring PoE on all switch ports requested?

Yes, PoE+ capable, but the power supplies for said switching does not need to provide full power on all ports at once. At least partial power on most or half ports at full power.

 

Are you requiring 10 Gig uplinks on all of the switches requested?

Not SFP's. Other minimums listed below.

&

Can you specify how many IDFs are being addresses per campus and how many uplinks are required to the MDF?

 

CASH ELEMENTARY SCHOOL :4

6 2960x 48port switchs for: 
3 In main office to replace 2 3750e and 1 3750. 
1 In Library for 3750e replacement
1 In MDF for 3750e replacement
1 In Annex Bldg for 3750e replacement

 

FRED BOOTH ELEMENTARY SCHOOL :1

2 2960x 48port switches for:
Both for 100wing 3750e upgrade

 

GATEWAY TO GRADUATION ACADEMY  :1

1 2960x 48port switch

 

RAUL GARZA, JR. ELEMENTARY  :2

8 2960x 48 port switches
4 for C wing 3750e upgrades
4 for D wing 3750e upgrades

Same physical room. 2 separate uplinks.

 

SAN BENITO HIGH SCHOOL  :2

11 2960x 48port switches
6 for Library 3750e upgrade
5 for G wing 3750e upgrade

 

Can you specify what type of uplink modules are required (1 Gig/10 Gig)?

10 Gig

 

What type of fiber optic cabling and connectors/terminations will be used to uplink the IDFs that are being upgraded as part of this IFCB?

Plenum or Armored 50micron 12 strand fiber. Terminations and connectors shall be LC with LC/LC plates for the LIU.

 

Should uplink modules and patch cables be included for the MDF device as well?

No.

 

Are you requiring pricing for copper and fiber patch cables as well?

No, existing will be reused or supplied from local stock.

 

Can you provide the current version of the wireless controller installed that the Wireless access points will be connecting to?

All Campuses are the below Model/Version

WLC: Cisco 5508 running ver: 8.2.151.0

 

Can you provide the status of available licenses on the wireless controller that the Wireless access points will be connecting to?

SBHS: 25+ Free licenses, include a 10pack. Some of these are slated for wireless coverage/expansion ongoing projects.

DR CASH: 5 Free licenses. Include a 10pack.

DR GARAZA:7 Free licenses. No extra required, mostly for upgrade/replacements.

 

Should wireless controller licenses be included for each Wireless access point?

SBHS: 10

DR CASH: 10

DR GARZA: 0

 

Will the district be providing any electrical services required to install the UPS units?

Yes.

 

What time is the response due at on February 28th?

 11:59 PM Pacific Time