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 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 discounted billing method SPI.
· 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. 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.
· 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 PROJECT C: 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 ALL PROJECTS A – F: 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 ALL PROJECTS A-F: Bids that include equipment that was manufactured for use outside of the United States will be disqualified.
Category 2 – Internal Connections
Project A: AP Refresh – No installation or configuration is needed. Please include pricing for both 3 year and 5 year licensing options. AP need to support 802.11ax and preferably support dual 5 GHz such as Aruba AP-505 or Aerohive AP250 or equivalent and have cloud-based management. Ten of them need to be rugged or caged for gymnasium/shop use and all will be located indoors. Five of them should be rated for outdoor use.
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
|
Wireless Access Points |
200 |
Aerohive, Aruba or functional equivalent |
Project B: Licenses for existing AP – Please provide pricing options for 1 year and 3 year renewal licensing.
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
Wireless AP |
4 |
Aerohive AP121 |
Wireless AP |
184 |
Aerohive AP230 |
Wireless AP |
4 |
Aerohive AP330 |
Wireless AP |
1 |
Aerohive AP 350 |
Wireless AP |
2 |
Aerohive AP390 |
Project C: UPS – Must be compatible with HP existing switches. No installation or configuration is needed.
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
UPS/Battery Backups |
22 |
APC or functional equivalent |
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS PROJECT C: 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.
VOLUNTARY SITE VISITS – PROJECTS D, E, AND F
Projects D, E and F have a voluntary walkthrough available on either November 3, 2020 or November 5, 2020. Vendors must email Shawn Ellis, Systems Administrator, sellis@1hsd.org to set up a time. THIS EMAIL IS TO SET A TIME ONLY. ALL QUESTIONS AND BIDS MUST STILL BE SUBMITTED VIA THE IFCB. BIDS NOT SUBMITTED VIA THE IFCB WILL BE DISQUALIFIED.
Projects D, E and F have maps available to download. The Arena has not yet broken ground. The ETA on completion is May 2022.
Project D: Switches for Arena/St Paul ES/St Paul HS – Please include GBIC and stacking cables for all switches. No installation or configuration is needed.
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
Switches (Arena) |
4 |
HP 48 port POE or functional equivalent |
Switches (St Paul ES) |
3 |
HP 24 port POE or functional equivalent |
Switches (St Paul ES) |
5 |
HP 48 port POE or functional equivalent |
Switches (St Paul HS) |
3 |
HP 24 port POE or functional equivalent |
Switches (St Paul HS) |
5 |
HP 48 port POE or functional equivalent |
Project E: Cabling and Racks for Arena/St Paul ES/St Paul HS:
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
|
Cabling (Arena) |
105 |
Cat6 network drops |
Racks (Arena) |
1 |
Panduit or functional equivalent |
Cabling (St Paul ES) |
170 |
Cat6 network drops |
Racks (St Paul ES) |
4 |
Panduit or functional equivalent |
Cabling (St Paul HS) |
60 |
Cat6 network drops |
Racks (St Paul HS) |
4 |
Panduit or functional equivalent |
Project F: UPS for Arena/St Paul ES/St Paul HS –No installation or configuration is needed.
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
UPS/Battery Backups (Arena) |
1 |
APC or functional equivalent |
UPS/Battery Backups (St Paul ES) |
4 |
APC or functional equivalent |
UPS/Battery Backups (St Paul HS) |
4 |
APC or functional equivalent |
NOTE: We are requesting WAP or switch licenses on this IFCB, which sometimes may be categorized as BMIC by USAC (the BMIC box on the 470 has been checked to cover this scenario).
ALL PROJECTS A-F: Bidder must agree to discounted billing method SPI.
ALL PROJECTS A – F: 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 ALL PROJECTS A – F: 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 ALL PROJECTS A – F: Bids that include equipment that was manufactured for use outside of the United States will be disqualified.
HUNTSVILLE_C2_COVER_PAGE.pdf |
Maps1.zip |
2021_C2_Bidding_Instructions66.pdf |
Answer:
Preference on the model would be HP 2930f or equivalent
Answer:
On average I will have approximately 3-4 switches (most likely HP 2930f - 48 port POE switches) connected to the UPS's. Ideally, I would like for them to be able to have an uptime of no less than 10 minutes at full load. They do need to be rack-mountable also if possible.
Answer:
You are not required to bid all of the projects, you can bid just one (or more) if you want. However, you have to bid all of the items requested within that one individual project.
Answer:
They are not required
Answer:
St. Paul Elementary - We prefer a 12 U wall mount lockable cabinet and installation of a fiber tray in each rack
St. Paul High School - We prefer a 12 U wall mount lockable cabinet and installation of a fiber tray in each rack
HSD Arena - We prefer a cable tray ran above the drop ceiling, for both levels, for cable management for the wiring portion of this project.
Answer:
60w should be fine and while 24/7 support would be ideal I would be willing to accept 8x5 support also
Answer:
Almost all of our AP's will be mounted to a drop ceiling grid but there are approximately 30 that will need to be surface-mounted
Answer:
There is not a requirement for 10GB, they do not need hot-swappable power supplies/fans. Yes if they had cloud management that would be preferred. Please see the questions already answered for the AP wall mounts.
Answer:
SFP+ DIRECT ATTACH CABLE would be my preference, quantity 8
Answer:
1) Cat 6
2) Non-plenum is fine
3) Yes to locking cabinets.
4) Timeframe, if we fund this project, will be the 21/22 SY
5) Timeframe, if we fund this project, will be the 21/22 SY
6) Yes we are requesting a bid for 200 new AP's and a bid for the renewal of 200 Aerohive licenses
7) The fine height has not been decided but it will be approximately 35ft
Answer:
Conduit will be installed by electrician during build process