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

school Oklahoma Union ISD
IFCB Posted : Sep 17, 2021
Bid Deadline : Monday, Nov 8, 2021

Questions Due By : Saturday, Oct 9, 2021
Applicant Address : South Coffeyville, OK 74072
IFCB ID : 220000769

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.

 

·         If there is a request for Internal Connections (Category Two) equipment, or Category One equipment listed on this IFCB the applicant will accept bids for functionally equivalent equipment.

 

·         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: 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: 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 was manufactured for use outside of the United States 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 BMIC PROJECT A AND/OR PROJECT B: Service providers are required to bid the entire maintenance project.  Bids for individual components of the project will be disqualified.

·         DISQUALIFICATION FACTOR BMIC PROJECT A AND/OR PROJECT B: Vendors must complete and include the C2 Cover Page with their bid. Bids received without the cover page will be disqualified.

·         DISQUALIFICATION FACTOR BMIC PROJECT A AND/OR PROJECT B: 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.

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

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


Services and Equipment Requested :

UPDATE 9/30/21 - THERE WILL BE A THIRD VOLUNTARY SITE VISIT ON THURSDAY, OCTOBER 7 AT 10:00 AM. SAME ADDRESS AS LISTED BELOW.

UPDATE 9/30/21 – Form 470 #220001037 has been filed for 30 cabling drops for the requested AP. Please include bids for AP as well as drops. Question and bid deadlines have been extended.


Category Two

Internal Connections

VOLUNTARY SITE VISIT

Vendors wishing to bid on internal connections can attend a voluntary site visit either September 21, 2021 or September 28, 2021, both at 9:00am. Vendors will meet at 13925 State Hwy 10, South Coffeyville, OK 74072 (new 911 address), RR1 Box 377-7, South Coffeyville, OK 74072 (old address).

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Access Points

30

Aruba 305/505

 

COMPATIBILITY REQUIREMENT

All AP must be compatible with existing Aruba AP. 

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: Service providers are required to bid the entire hardware project.  Bids for individual components of the project will be disqualified.

Basic Maintenance of Internal Connections (BMIC)

BMIC Project A – New AP only

District would like a two-year manufacturer’s warranty on the new 30 AP requested above under IC.

BMIC Project B – Existing Equipment

District would like a block of 40 hours per month for existing equipment listed below.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall

1

FortiGate 601E

Switches

8

Extreme X440-48

Switches

2

Extreme X440-G2-48-10 GE 4

Switches

1

HP ProCurve 2610-24

Switches

2

HP ProCurve 1810 G-24

Switches

2

HP ProCurve 1700-24

Switches

1

Extreme X440-8t

Wireless Access Points

5

Aruba IAP-205-US

Wireless Access Points

11

Aruba IAP-305-US

Caching Server

1

Dell PowerEdge R720

Caching Server

1

Dell PowerEdge R730

Caching Server

1

Dell PowerEdge R200

Caching Server

11

Virtual servers

 

DISQUALIFICATION FACTOR BMIC PROJECT A AND/OR PROJECT B: Service providers are required to bid the entire maintenance project.  Bids for individual components of the project will be disqualified.

DISQUALIFICATION FACTOR BMIC PROJECT A AND/OR PROJECT B: Vendors must complete and include the C2 Cover Page with their bid. Bids received without the cover page will be disqualified.

DISQUALIFICATION FACTOR BMIC PROJECT A AND/OR PROJECT B: 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.

Managed Internal Broadband Services

MIBS – Existing Equipment

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall

1

FortiGate 601E

Switches

8

Extreme X440-48

Switches

2

Extreme X440-G2-48-10 GE 4

Switches

1

HP ProCurve 2610-24

Switches

2

HP ProCurve 1810 G-24

Switches

2

HP ProCurve 1700-24

Switches

1

Extreme X440-8t

Wireless Access Points

5

Aruba IAP-205-US

Wireless Access Points

11

Aruba IAP-305-US

Caching Server

1

Dell PowerEdge R720

Caching Server

1

Dell PowerEdge R730

Caching Server

1

Dell PowerEdge R200

Caching Server

11

Virtual servers

Wireless Access Points

30

New from IC request above

 

 

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

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


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

OK_Union_C2_COVER_PAGE1.pdf
2022_C2_Bidding_Instructions3.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Is any new cabling needed for the 30 AP install or is there existing cabling to be used?

Answer:

Yes, there will be cabling needed for the 30 AP install.  

Good morning, What models are the existing APs ? Will you accept bids for Internal Connections only ? Is it mandatory for the APs to be TAA compliant ? Thank you

Answer:

The models are Aruba IAP-205-US and some Aruba IAP-305-US.  We are hoping to receive BMIC bids (warranty) for the new WAPs requested under Internal Connections as well. No, it is not mandatory for  the APs to be TAA compliant.

One of the Q/A responses was that cabling is needed for the new wireless access points. There is no cabling listed on the FCC Form 470 or RFP. Do you want a bid for cabling outside of E-rate? If cabling is needed, are there maps showing the locations of the new wireless access points? Is there a need for a lift in any areas for cabling or for mounting the new wireless access points? The new wireless access points are being added to the existing 16 WAP's and not replacing?

Answer:

We’ve filed another 470 for the drops and “attached” it to this IFCB. The WAPs  are being added - would only replace if the current WAP is not working.  A lift is not required.  There are no maps - but certainly welcome to conduct a walk through on the provided dates.  The WAPS will be installed in the ES, MS, and HS building.