All bid deadlines are 11:59pm Pacific Time the date of the bid deadline listed unless otherwise noted.
· 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. This does not apply to the recent FCC exemptions of the Gift Rule for the COVID pandemic.
· 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 LIT 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.
· DISQUALIFICATION FACTOR INTERNAL CONNECTIONS PROJECTS A, B, C, & D: 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 PROJECTS A, B, C, & D: Bids from companies that include equipment barred by the Federal Communications Commission due to national security risks (such as ZTE or Huawei) will be disqualified.
· DISQUALIFICATION FACTOR INTERNAL CONNECTIONS PROJECTS A, B, C, & D: Service providers are required to bid the entire hardware project. Bids for individual components of a single project will be disqualified.
· DISQUALIFICATION FACTOR INTERNAL CONNECTIONS PROJECTS A, B, C, & D: Applicant will not accept bids for refurbished equipment. Any bids containing refurbished equipment will be disqualified.
· DISQUALIFICATION FACTOR INTERNAL CONNECTIONS PROJECTS A & B: 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 BMIC: Vendors must complete and include the C2 Cover Page with their bid. Bids received without the cover page will be disqualified.
· DISQUALIFICATION 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.
UPDATE 11/10/20 - We will allow for one voluntary site visit - 9 am on 11/16/20. Check in at our Central Office (206 S. Roney) and ask for Marshal Graham.
CATEGORY ONE
Leased Lit Fiber – Please provide bids for a 1GB bandwidth and a 10 GB bandwidth connection. District will only select one of the connections:
1. 201 Broadway, Carl Junction, MO 64838 to 1999 Snowberry Lane, Joplin 64838
2. 202 Broadway, Carl Junction, MO 64838 to 1999 Snowberry Lane, Joplin 64838
LEASED LIT 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.
CATEGORY TWO
INTERNAL CONNECTIONS (IC)
Carl Junction Schools is seeking bids to replace network switch hardware and wireless access points. The District currently utilizes Aruba Networks switches and wireless hardware. All proposals must maintain compatibility and support with existing Aruba wireless hardware including Aruba controllers, Aruba access points, and network switches.
Any and all proposals are to include materials, mounting hardware, licensing, activation, initial configuration, testing/certification and any other related fees. Please indicate any deviations or recommendations in your bid.
PROJECT A – PRIMARY K-1
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
Switches |
1 |
Aruba 5406R 44GT PoE+/4SFP+ v3 zl2 Switch (JL003A) including 44 10/100/1000BASE-T PoE+ ports and 4 1G/10GbE SFP+ ports or functional equivalent |
Switches |
2 |
Aruba 5400R 700W PoE+ zl2 Power Supply (J9828A) or functional equivalent |
Wireless Access Points |
13 |
Aruba AP-305 Controller-based Access Points (JX936A) or functional equivalent |
Wireless Access Points |
13 |
Aruba LIC-AP Controller per AP Capacity License or functional equivalent |
Wireless Access Points |
13 |
Aruba LIC-PEF Controller Policy Enforcement Firewall per AP License or functional equivalent |
Wireless Access Points |
13 |
ArubaCare AP support or functional equivalent |
Wireless Access Points |
13 |
ArubaCare PEF support or functional equivalent |
COMPATIBILITY REQUIREMENTS – PROJECTS A & B
All wireless equipment must be fully compatible with existing Aruba wireless controllers
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS PROJECTS A & B: 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.
PROJECT B – PRIMARY 2-3
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
Switches |
1 |
Aruba 5406R 44GT PoE+/4SFP+ v3 zl2 Switch (JL003A) including 44 10/100/1000BASE-T PoE+ ports and 4 1G/10GbE SFP+ ports or functional equivalent |
Switches |
2 |
Aruba 5400R 700W PoE+ zl2 Power Supply (J9828A) or functional equivalent |
Switches |
2 |
Aruba 2540 48G PoE+ 4SFP+ switch (JL357A) or functional equivalent |
Switches |
2 |
Aruba 2540 24G PoE+ 4SFP+ switch (JL356A) or functional equivalent |
Wireless Access Points |
19 |
Aruba AP-305 Controller-based Access Points (JX936A) or functional equivalent |
Wireless Access Points |
19 |
Aruba LIC-AP Controller per AP Capacity License or functional equivalent |
Wireless Access Points |
19 |
Aruba LIC-PEF Controller Policy Enforcement Firewall per AP License or functional equivalent |
Wireless Access Points |
19 |
ArubaCare AP support or functional equivalent |
Wireless Access Points |
19 |
ArubaCare PEF support or functional equivalent |
COMPATIBILITY REQUIREMENTS – PROJECTS A & B
All wireless equipment must be fully compatible with existing Aruba wireless controllers
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS PROJECTS A & B: 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.
PROJECT C – INTERMEDIATE
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
Switches |
1 |
Aruba 5406R 44GT PoE+/4SFP+ v3 zl2 Switch (JL003A) including 44 10/100/1000BASE-T PoE+ ports and 4 1G/10GbE SFP+ ports or functional equivalent |
Switches |
2 |
Aruba 24-port 10/100/1000BASE- T PoE+ v3zl2 Module (J9986A) or functional equivalent |
Switches |
2 |
Aruba 5400R 700W PoE+ zl2 Power Supply (J9828A) or functional equivalent |
Switches |
1 |
Aruba 2540 48G PoE+ 4SFP+ switch (JL357A) or functional equivalent |
PROJECT D - HIGH SCHOOL
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
Switches |
1 |
Aruba 2540 24G PoE+ 4SFP+ switch (JL356A) or functional equivalent |
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS PROJECTS A, B, C, & D: 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 PROJECTS A, B, C, & D: Bids from companies that include equipment barred by the Federal Communications Commission due to national security risks (such as ZTE or Huawei) will be disqualified.
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS PROJECTS A, B, C, & D: Service providers are required to bid an entire hardware project. Bids for individual components of a single project will be disqualified.
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS PROJECTS A, B, C, & D: Applicant will not accept bids for refurbished equipment. Any bids containing refurbished equipment will be disqualified.
BASIC MAINTENANCE OF INTERNAL CONNECTIONS (BMIC)
The District currently owns a Palo Alto firewall and is requesting a support bid that includes 1-year premium support renewal (PAN-SVC-PREM-3220), as well as a 1-year threat prevention subscription (PAN-PA-3220—TP) and 1-year URL filtering subscription (PAN-PA-3220-URL4). The District Is aware the threat prevention and URL filtering subscriptions are historically deemed as E-rate ineligible.
Type of Equipment |
Quantity Vendor Should Bid
|
Make/Manufacturer |
Firewall Service and Components |
1 |
Palo Premium Support Program for Palo Alto PA-3220 (Mfg. Part #: PAN-SVC-PREM-300) |
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 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.
CARL_JUNCTION_C2_COVER_PAGE.pdf |
2021_C2_Bidding_Instructions102.pdf |
Answer:
11/16 at 9 am. Check in at our Central Office (206 S. Roney) and ask for Marshal Graham.
Answer:
I assume you mean for the Lit Leased Fiber, not the Internal Connection project. If so, we prefer a 5 year term.