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

school Catoosa Indep School Dist 2
IFCB Posted : Jan 13, 2021
Bid Deadline : Wednesday, Feb 24, 2021

Questions Due By : Saturday, Jan 23, 2021
Applicant Address : Catoosa, OK 74015
IFCB ID : 210013704

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 https://www.usac.org/e-rate/service-providers/step-2-responding-to-bids/lowest-corresponding-price/ 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.

 

·         E-rate rules require applicants to evaluate the cost of eligible goods and services, and to cost-allocate out the amount for ineligible services from their funding request. If your company will be bidding internet access service, please identify the amount to be cost-allocated out for the ineligible services – email service, web hosting, content filtering, or other bundled ineligible services.

·         INTERNET ACCESS 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.

·         INTERNET ACCESS DISQUALIFICATION FACTOR: Bidders who are not eligible to provide OUSF support will be disqualified. By placing a bid for these services, the bidder agrees to file the completed OUSF affidavit within 90 days of the start of service (applicant agrees to complete their portion in a timely fashion after the request for completion by the winning bidder).

·         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 ALL PROJECTS: 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: 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: Applicant will not accept bids for refurbished equipment. Any bids containing refurbished equipment will be disqualified.

·         DISQUALIFICATION FACTOR INTERNAL CONNECTIONS ALL PROJECTS: Bids that include equipment that was manufactured for use outside of the United States will be disqualified.

·         DISQUALIFICATION FACTOR INTERNAL CONNECTIONS PROJECT A AND PROJECT 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 INTERNAL CONNECTIONS: Service providers are required to bid an entire Project A, Project B or Project C.  Bids for individual components of a single project will be disqualified.

·         DISQUALIFICATION FACTOR BMIC ALL PROJECTS: Service providers are required to bid the entire maintenance project.  Bids for individual components of the project will be disqualified.

·         DISQUALIFICATION FACTOR BMIC ALL PROJECTS: Vendors must complete and include the C2 Cover Page with their bid. Bids received without the cover page will be disqualified.

·         DISQUALIFICATION FACTOR BMIC ALL PROJECTS: 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.

 


Services and Equipment Requested :

Category 1

 

Internet Access – District currently has 5 GB bandwidth. Please provide pricing for 10 GB bandwidth. Please provide a contract term of 1 year with 4 x 1-year voluntary renewals. Circuit terminates at 2000 S Cherokee St, Catoosa, OK 74015. E-rate rules require applicants to evaluate the cost of eligible goods and services, and to cost-allocate out the amount for ineligible services from their funding request. If your company will be bidding internet access service, please identify the amount to be cost-allocated out for the ineligible services – email service, web hosting, content filtering, or other bundled ineligible services.

NOTE: Applicant will accept any technologies bid. It is our intention to meet all OUSF Fair and Open Competitive Bidding requirements. If you are a NECA/tariffed company, bids for your tariffed rates are allowed. If any of the specified bandwidth speeds are not a tariffed/NECA rate, please bid the closest rate you have available, within the limits of the bandwidth range specified on the 470.

NOTE: Per USAC’s current guidance about applying for Internet access this applicant is checking the Leased Lit Fiber, Internet Access: ISP Service only and Internet Access and Transport Bundled.

INTERNET ACCESS 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.

INTERNET ACCESS DISQUALIFICATION FACTOR: Bidders who are not eligible to provide OUSF support will be disqualified. By placing a bid for these services, the bidder agrees to file the completed OUSF affidavit within 90 days of the start of service (applicant agrees to complete their portion in a timely fashion after the request for completion by the winning bidder).

 

Category 2

Internal Connections

Voluntary Site Visits – Vendors wishing to bid on any project can attend a voluntary site visit on January 20, 2021 or January 22, 2021. Vendors should report to the Administration Office, 2000 S. Cherokee St, Catoosa, OK 74015 at 1:30pm. Masks are required.

Project A – The district is upgrading 6 network closets. District will purchase switches and equipment for each closet as they are ready for the project. They will not be purchasing all items at one time.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Model

Switches

2

Extreme 5520-24X or functional equivalent

Switches

7

Extreme 5420F-48P or functional equivalent

UPS/Battery Backup

6

No preference

Racks

6

No preference, but must be enclosed and lockable

Antennas, Connectors and Related Components

4

350W AC PSU FB 100Gb (10953) or functional equivalent

Antennas, Connectors and Related Components

2

QSFP28 0.5m (10410) or functional equivalent

Antennas, Connectors and Related Components

9

Cord, 15A, USA, NEMA5-15, C15 (10099) or functional equivalent

 

COMPATIBILITY REQUIREMENT

All switches must be compatible with existing Extreme management software. 

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.

 

Project B – Wireless Access Points

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Model

Wireless Access Points

40

Extreme or functional equivalent

Wireless Controller

1

Extreme or functional equivalent

Drops

40

No preference

 

COMPATIBILITY REQUIREMENT

All AP must be compatible with existing Extreme management software. 

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.

 

Project C – Firewall

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Model

Firewall

1

Fortinet FG-1101E or functional equivalent

 

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS ALL PROJECTS: 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: 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: Applicant will not accept bids for refurbished equipment. Any bids containing refurbished equipment will be disqualified.

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS ALL PROJECTS: Bids that include equipment that was manufactured for use outside of the United States will be disqualified.

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS PROJECT A AND PROJECT 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 INTERNAL CONNECTIONS: Service providers are required to bid an entire Project A, Project B or Project C.  Bids for individual components of a single project will be disqualified.

 

Basic Maintenance of Internal Connections (BMIC)

Project D – Switch BMIC – The district would like manufacturer’s support maintenance on the switches in Project A.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Model

Switches

2

Extreme 5520-24X or functional equivalent

Switches

7

Extreme 5420F-48P or functional equivalent

 

Project E – Wireless BMIC - The district would like manufacturer’s support maintenance on the wireless access points and wireless controller in Project B.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Model

Wireless Access Points

40

Extreme or functional equivalent

Wireless Controller

1

Extreme or functional equivalent

 

Project F – Firewall BMIC - The district would like manufacturer’s support maintenance on the firewall in Project C.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Model

Firewall

1

Fortigate FC-10-F11E1-950-02-12 or functional equivalent

 

DISQUALIFICATION FACTOR BMIC ALL PROJECTS: Service providers are required to bid the entire maintenance project.  Bids for individual components of the project will be disqualified.

DISQUALIFICATION FACTOR BMIC ALL PROJECTS: Vendors must complete and include the C2 Cover Page with their bid. Bids received without the cover page will be disqualified.

DISQUALIFICATION FACTOR BMIC ALL PROJECTS: 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.

 


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

CATOOSA_C2_COVER_PAGE.pdf
2021_C2_Bidding_Instructions163.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Rack Questions: 1.? Two post or four post racks? 2.? If four post, does it need to have sides? 3.? What is the desire Rack Height? 4.? Is there cable management requested? 5.? Is there an example part number(s) that could be given?

Answer:

Cable management yes they will  be completely enclosed cabinets one will be wall mount. Additional details about part numbers will be available at the walkthrough

Do you require installation and configuration on projects A and B? Is the cable already in place for the new wireless access points? Do you require installation on project C, if so how many devices, and do you require content filtering?

Answer:

No wiring in place for the APs, we require cabling and installation. The Fortinet does not have to have filtering but we posted part numbers for the exact model that we prefer.

For projects D, E, and F each specifies"manufacture support" -- are you also asking for us to provide a maintenance bid on top of manufacture support?

Answer:

No we don’t need support a support agreement from vendor just annual agreement from manufacture for service and software updates