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

school Moniteau Co. School District R-1
IFCB Posted : Jan 2, 2020
Bid Deadline : Thursday, Feb 13, 2020

Questions Due By : Thursday, Jan 16, 2020
Applicant Address : California, MO 65018
IFCB ID : 200010665

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: 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: 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, Project C, Project D, Project E, or Project F.  Bids for individual components of a single project will be disqualified.
 
DISQUALIFICATION FACTOR MIBS: Service providers are required to bid the entire hardware project/upgrade.  Bids for individual components of the project/upgrade will be disqualified.
 
DISQUALIFICATION FACTOR MIBS: Vendors must complete and include the C2 Cover Page with their bid. Bids received without the cover page will be disqualified.

Services and Equipment Requested :
UPDATE 1/16/20:  Floorplans have been added

INTERNAL CONNECTIONS
 
MANDATORY SITE VISIT
 
Vendors wishing to submit bids for category two projects must attend one of two mandatory site visits. The site visits will be held on January 8th and January 15th at 1PM. Vendors will meet at 211 S. Owen St., California, MO 65018 and check in with the technology director Mike Moon. Bids from vendors who did not attend either of the site visits will be disqualified.
 
Project Narrative
 
Provide connection to new AG barn for wifi access via wireless bridge. Racks, managed swtiches, and UPSs to replace/refresh various secondary network closets. New firewall appliance capable of web filtering, anti-spam, anti-malware, and Chromebook monitoring. Installation and configuration will only be needed for the wireless bridge, WAPs, switches, and firewall. It will not be needed for the UPS devices and racks.
 
INTERNAL CONNECTIONS:  There is another document associated with this IFCB available for download that details the equipment the applicant wishes to purchase.  The document lists equipment that the applicant prefers – they will also accept functional equivalents of said items.  
 
Project A-Wireless Bridge
Project B- Firewall
Project C-Fiber replacement
Project D-Cabling
Project E-Wiring closet refresh
Project F- WAPs mounting/install
 
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 for Project F
 
All WAPs must be compatible with HP/Aruba controller and must be AX capable. 
 
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: 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: 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, Project C, Project D, Project E, or Project F.  Bids for individual components of a single project will be disqualified.
 
MANAGED INTERNAL BROADBAND SERVICES
 
MIBS:  There is another document associated with this IFCB available for download that lists the existing equipment to be maintained. 
 
DISQUALIFICATION FACTOR MIBS: Service providers are required to bid the entire hardware project/upgrade.  Bids for individual components of the project/upgrade will be disqualified.
 
DISQUALIFICATION FACTOR MIBS: Vendors must complete and include the C2 Cover Page with their bid. Bids received without the cover page will be disqualified.
 

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

2020C2BiddingInstructions4222.pdf
MoniteauC2COVERPAGE.pdf
MoniteauC2Attachment.xlsx
FloorPlans92.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Hello, Please see below: Pertaining to the UPS/Battery Backup: • Is there a specific VA rating required for the UPS system? If so, please specify (e.g. 1500VA): • NOTE: If there is no specific VA rating requested for the UPS system(s), I can also perform a power audit from my end with an available layout describing what each UPS will be backing up per-location (per-IDF, etc.) If a breakdown is available in lieu of the UPS VA requirements please feel free to forward this to me directly and I’ll be able to provide a recommendation based on this detail. • Will the UPS hardware be mounted in a 2-post rack, 4-post rack, or tower format? Please specify: • Is there a specific runtime requirement in the event of a power failure? If so, please specify: Pertaining to the Racks: • Is there a specific rack unit height requirement (e.g. 42U; 25U; etc.)? If so, please specify: • Will the Racks need to be in a free-standing or wall-mounted configuration? Please specify: • Will the Racks need to be fully enclosed or open-frame configuration? Please specify: Thank you!

Answer:
 

Racks should be wall mount, open frame style. Size and capacity should accommodate the specific location and all proposed equipment (switches and UPS's), termination blocks, patch cable management and fiber break out boxes as needed. UPS should provide at least 20 minutes run time upon power failure and surge suppression. If the walkthroughs yield any specific requirement determinations, they will be posted.

What is the make and model number of your existing wireless access points?

Answer:
 

the make and model of our existing wireless access points is HP MSM460

What is the make and model number of your existing switches?

Answer:
 

We use HE 5400R v3 zl2 series switches.

What is the appliance and model number of your current Aruba Clearpass?

Answer:
 

As for the Aruba Clearpass model number, this is scheduled for install this summer. We are removing any Wireless Access Points from this bid (we are cancelling project F).