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

school Owasso Indep School Dist 11
IFCB Posted : Nov 2, 2020
Bid Deadline : Tuesday, Dec 22, 2020

Questions Due By : Thursday, Nov 19, 2020
Applicant Address : Owasso, OK 74055
IFCB ID : 210003062

IFCB Requirements :

·         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 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. 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.

 

·         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: 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: 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: Bids that include equipment that was manufactured for use outside of the United States 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: Service providers are required to bid the entire hardware project.  Bids for individual components of the project will be disqualified.


Services and Equipment Requested :

UPDATE 11/24 - Info from the walkthrough has been posted

UPDATE 11/11 - The winning vendor for the fiber runs will be responsible for any damages caused during the installation process and will be required to sign the following statement: 
Any and all damages to any property or utilities infrastructure caused in whole or in part by the Vendor, any Subcontractor or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, shall be remedied by the Vendor

UPDATE 11/9 - We have updated the quanity of GBICs needed (correct total is now 12)

Category 2

Internal Connections

Mandatory Site Visit - Vendors wishing to bid on Category 2 must attend a mandatory site visit either Thursday, November 12, 2020 or Wednesday, November 18, 2020. Both site visits will begin at 9:00am at OHS-East, 12901 E 86th St North, Owasso, OK 74055

 

Project Narrative – Applicant is adding AP, adding/replacing racks, switches and UPS. Applicant is replacing 2 multi-mode fiber runs with single mode and extending those runs to additional facilities. Installation is needed on all equipment. Termination is needed for cabling. Configuration is needed for switches and AP.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

8 , please bid 12

10 GB GBIC modules (single cable)

Cabling

8

Single mode patch cable

Cabling

30

Switch stacking cable

Cabling

2

10 GB Single Mode Fiber runs including fiber patch panels

Racks

12

Must be lockable and glanded. Switches must fit fully within racks.

Switches

30

Dell N2048P including licenses or functional equivalent

UPS

10

Cyberppower or functional equivalent

Wireless Access Points

15

Aerohive including licenses or functional equivalent

 

COMPATIBILITY REQUIREMENTS:

GBIC must be compatible with existing and new equipment. 
Switches must be stackable with existing Dell N2048P switches.
AP must be compatible with Aerohive Hive Manager.

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.  Bids for individual components of the project 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 was manufactured for use outside of the United States 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: 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.


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

OWASSO_C2_COVER_PAGE.pdf
2021_C2_Bidding_Instructions85.pdf
Walkthrough_InfoUPLOADED.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Network Switches - What is the largest stack of switches? Are these going to 1 school site? GBICs - Are the 12 10G transceivers Single-mode LR? AP's - Are the 15 AP's replacing existing and cabling is in place? Are the AP's all at one site? UPS - Are you needing rack mount or tower? What sizes: 1000, 1500, 2200, 3000, etc? Racks - Are these wall mount or floor mount? How much equipment will be in an enclosed cabinet - to determine size 10U, 12U, 45U, etc. Fiber runs - Are these indoor? What site? From location To location?

Answer:

1)  The largest stack of switches should be 5 switches.

2)  All switches will be installed at the High School East Campus, some switches will be in separate buildings but on the same site/campus.

3) GBICs - should be Dell single-mode LR transceivers or Dell certified compatible.

4)  All APs are new installations and will require new cabling to run back to network closets. Terminations in network closets should be in modular keystones/patch panels color coded yellow, and yellow patch cables for district standard.

5) All APs will be installed at the High School East Campus, across 5 buildings on campus.  One of the buildings will require the completion of fiber and network closet installation prior to APs being installed. Two of the APs will be outdoor installations.

6) UPS should be rack mount and size 1500

7) Racks/cabinets should be wall mount, lockable, and glanded to provide for ease of installation/replacement

8) Racks will contain an assortment of switches, UPS, copper/fiber patch panels, Vendors will be provided rack size at each location during the mandatory walkthrough.

9) There will be two main runs, both passing through building interiors and external/outside between buildings on the same campus (OHS East Campus). One run will stretch from OHS MDF to the OHS soccer/track fieldhouse and on to the OHS Football Practice facility.  The second will stretch from the OHS MDF to the Baseball fieldhouse, to the Baseball Weight Training building, on to the Softball fieldhouse.  Fiber runs will be from the MDF/Server room in the High School East Campus to each designated closet. Fiber runs will require placement of vaults at designated areas.  Fiber should all be single-mode and be terminated with LC connections in new or existing fiber trays for each network closet and the OHS East MDF.

Are we to assume existing conduit is in tact and of a large enough diameter to accommodate the new fiber requested or should we bid the fiber as a new "Turnkey" proposal?

Answer:

The vendor can assume the existing underground conduit from the Athletic Office Building to the Track Fieldhouse is intact and of large enough diameter to accommodate the new fiber requested.

The District is requesting 30 strand fiber for this run and is asking the vendor to bid this run at the standard cost effective number of strands of sufficient quantity.

 

The existing underground conduit from the Performing Arts Center to the Agricultural Education Building is a smaller diameter conduit than that of the other fiber run.

The District is requesting 42 strand fiber for this run and is asking the vendor to bid this run at the standard cost effective number of strands of sufficient quantity.

The vendor should determine whether the conduit for this run is of large enough diameter at the time of the walkthrough.

Would you consider integrated management for both networking and wireless?

Answer:
The district would consider integrated management for both as long as there is compatibility with new and existing infrastructure and equipment.