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

school Tulsa Legacy Charter School
IFCB Posted : Jan 30, 2020
Bid Deadline : Thursday, Mar 5, 2020

Questions Due By : Thursday, Feb 6, 2020
Applicant Address : Tulsa, OK 74125
IFCB ID : 200018599

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: 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 were manufactured for use outside of the United States will be disqualified. 

Services and Equipment Requested :
CATEGORY TWO-INTERNAL CONNECTIONS
 
Project Narrative
 
The District is performing a switching and wireless replacement. Installation and configuration of switches and WAPs will be needed.  Cabling exists for all locations. 
 

Type of Equipment

School Name

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

Primary

4

Cisco Meraki 48-port POE or functional equivalent

Switches

Primary

1

Cisco Meraki 24-port POE or functional equivalent

Switches

Upper Elementary

4

Cisco Meraki 48-port POE or functional equivalent

UPS/Battery Backup

Primary

2

No Preference

Wireless Access Points

Upper Elementary

18

Cisco Meraki 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
 
The requested equipment must be compatible with existing Cisco Meraki hardware. 
 
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 were manufactured for use outside of the United States will be disqualified.
 
 

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

2020C2BiddingInstructions8442.pdf
TulsaLegacyC2COVERPAGE.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Will there be a mandatory site survey?

Answer:
 No

what model of Meraki Switches you need. i.e MS225,MS250 or MS350? Should all 48 Ports have Full Power? Do you need these to be Layer 2 or Layer 3 Switches? How many years license do you need i.e. 3 Years or 5 Years

Answer:
 Are there any minimum required specifications for the WAPs being requested? 802.11ac versus 802.11ax?

 

>>Minimum 802.11ac - see suggested list of equipment

 

What model of Meraki Switches you need. i.e MS225,MS250 or MS350?

 

>>See suggested list of equipment

 

Should all 48 Ports have Full Power?

 

>>Yes

 

Do you need these to be Layer 2 or Layer 3 Switches?

 

>>Layer 3

 

How many years license do you need i.e. 3 Years or 5 Years

 

>>5 Years

Are there any minimum required specifications for the WAPs being requested? 802.11ac versus 802.11ax?

Answer:
 Are there any minimum required specifications for the WAPs being requested? 802.11ac versus 802.11ax?

 

>>Minimum 802.11ac - see suggested list of equipment

 

What model of Meraki Switches you need. i.e MS225,MS250 or MS350?

 

>>See suggested list of equipment

 

Should all 48 Ports have Full Power?

 

>>Yes

 

Do you need these to be Layer 2 or Layer 3 Switches?

 

>>Layer 3

 

How many years license do you need i.e. 3 Years or 5 Years

 

>>5 Years

I had asked some questions last week and did not get any update? Please let us know How Many Years of License you need 3 or 5? DO you need full power on your PoE Switches

Answer:
 Those questions have been answered

Some answers reference a suggested list of equipment. Where can the list of suggested equipment be found? Is it a desire to stack the switches in each of the primary and elementary locations?

Answer:
 All of the information we have available has been posted