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

school Clinton School District
IFCB Posted : Dec 16, 2019
Bid Deadline : Monday, Jan 27, 2020

Questions Due By : Thursday, Dec 26, 2019
Applicant Address : Clinton, MO 64735
IFCB ID : 200008669

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.
 
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: Service providers are required to bid an entire Project A, Project B or Project C.  Bids for individual components of a single project will be disqualified.

Services and Equipment Requested :
CATEGORY TWO-INTERNAL CONNECTIONS
 
Project A-Racks

Type of Equipment

School Name

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Racks

ECC

1

30U locking


Project B-UPS/Battery Backups

Type of Equipment

School Name

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

UPS/Battery Backup

ECC

1

3000VA, rack-mountable, web accessible

UPS/Battery Backup

High School

10

3000VA, rack-mountable, web accessible

UPS/Battery Backup

High School

1

6000VA, 220, rack-mountable, web accessible

UPS/Battery Backup

Henry Elementary

1

3000VA, rack-mountable, web accessible

UPS/Battery Backup

Intermediate School

1

3000VA, rack-mountable, web accessible

UPS/Battery Backup

Middle School

2

3000VA, rack-mountable, web accessible


Project C-Switches

Type of Equipment

School Name

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

High School

1

Cisco Meraki 48-port POE 225s w/5YR license or functional equivalent

Switches

Middle School

4

Cisco Meraki 48-port POE 225s w/5YR license or functional equivalent

Switches

Intermediate

2

Cisco Meraki 48-port POE 225s w/5YR license or functional equivalent

Switches

Henry Elementary

4

Cisco Meraki 48-port POE 225s w/5YR license or functional equivalent


NOTE:  The BMIC box has been checked on the 470 in the event that your licenses are considered BMIC (not IC) by USAC.  Bid those costs, if any, under Internal Connections on the cover page.
 
Compatibility Requirement
 
All requested equipment must be compatible with existing Cisco Meraki equipment. 
 
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: Service providers are required to bid an entire Project A, Project B or Project C.  Bids for individual components of a single project will be disqualified.
 

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

2020C2BiddingInstructions9110.pdf
ClintonSDC2COVERPAGE.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Can you please specify the model # for the Rack, Switches and UPS? Thank you.

Answer:
 

We have no specific model number for the racks or the UPSs. We have listed the requirements on the RFP, but make and model are not necessarily a priority.

 

The switches must be 48 port POE switches which are compatible with our Cisco Meraki environment. I suggest the Cisco Meraki MS-225 48 port POE switch, bids for functionally equivalent equipment will be accepted.

Will there be an opportunity for a walk thru? Will on-site configuration and installation be required?

Answer:
 

No walkthroughs will be available. We do all our own installation, setup and configuration.

Do you want Full Power or Low Power switches?

Answer:
 

Low power - 370W.

can you clarify the type UPS’s are the district is needing? (Line-Interactive or Online-Double Conversion) I would assume the 6000VA is the Online Double-Conversion UPS. For the 6000VA UPS, 6000VA, 220, rack-mountable, web accessible. Can you please explain why the 220 is highlighted?

Answer:
 I don't know why the 220 is highlighted, but we need the 6000VA UPS to run on 220 power.

 

Online double conversion is not a requirement for the 6000VA unit, but the additional protection will be heavily considered as it will be installed in our server core.