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 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 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 unless it comes with support. Any bids containing refurbished equipment without support 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 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 MIBS: Service providers are required to bid the entire hardware project. Bids for individual components of the project 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.
Category 2
Internal Connections
Voluntary Site Visits – Vendors wishing to bid on any C2 project can attend a voluntary site visit on December 2, 2020, December 3, 2020, December 8, 2020 or December 16, 2020. Vendors will need to call Julia Vasquez at 409-925-9060 to set up an appointment between 1:00 pm and 3:00 pm on December 2, 3 or 8 or between 9:00am and 11:00 on December 16. THIS PHONE NUMBER IS TO SET AN APPOINTMENT ONLY. ALL QUESTIONS AND BIDS MUST STILL BE SUBMITTED VIA THE IFCB. BIDS NOT SUBMITTED VIA THE IFCB WILL BE DISQUALIFIED. Vendors will be required to wear a mask and have a valid driver’s license to check in. Vendors will also be asked to sign a COVID-19 acknowledgement form.
Project A – UPS:
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
UPS/Battery Backup |
5 |
3000 Watts, 30 amp |
UPS/Battery Backup |
7 |
2200 Watts |
UPS/Battery Backup |
3 |
1500 Watts |
Project B – Wireless Access Points: District would like 5 year Meraki MR Enterprise licensing.
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
Wireless Access Points |
210 |
Meraki MR46 or functional equivalent |
Wireless Access Points |
5 |
Meraki MR76 Outdoor AP or functional equivalent |
Antennas, Connectors and Related Components |
10 |
MA-ANT-20 Meraki Dual band Omni Antennas for Outdoor AP or functional equivalent |
NOTE: We are requesting WAP licenses on this IFCB, which sometimes may be categorized as BMIC or MIBS by USAC (the BMIC and MIBS boxes on the 470 have been checked to cover this scenario).
All wireless access points must be compatible with existing Meraki AP.
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS 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 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 unless it comes with support. Any bids containing refurbished equipment without support 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.
Managed Internal Broadband Service (MIBS) – on existing equipment:
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
Wireless Access Points |
210 |
Meraki MR46 or functional equivalent |
Wireless Access Points |
5 |
Meraki MR76 Outdoor AP or functional equivalent |
Wireless Access Points |
210 |
Meraki MR34 |
Wireless Access Points |
190 |
Meraki MR42 |
Wireless Access Points |
89 |
Meraki MR52 |
Wireless Points |
11 |
Meraki MR74 |
Firewall |
2 |
Palo Alto PA-5220 |
Switches |
137 |
Aruba 3810M-48 port |
Switches |
42 |
Aruba 3810M-24 port |
Switches |
1 |
Aruba 2530-8 port |
Switches |
8 |
Aruba 5406R |
Switches |
4 |
Meraki MS220-8 port |
Switches |
9 |
Meraki MS250-24 port |
Switches |
3 |
Meraki MS25048FP |
Switches |
15 |
Meraki MS320-24P |
DISQUALIFICATION FACTOR MIBS: Service providers are required to bid the entire hardware project. Bids for individual components of the project 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.
SANTA_FE_ISD_C2_COVER_PAGE.pdf |
2021_C2_Bidding_Instructions132.pdf |
Answer:
Answer:
We would like to have approximately 30 minutes runtime.
Answer:
The Placement of the UPS will be in pretty much every MDF and IDF closets at the School Campus. With the exception of one or two that may not need to be replaced
Answer:
Project A – UPS: Are the UPS’s rack mounted or standalone? - Rack Mounted
Project B – Wireless Access Points: Is the bid for 5 year renewal licensing only, or is it for the wireless equipment listed, plus 5 year licensing? - Equipment plus 5 year licensing
Is installation required? - Installation will be handled by district
MIBS: What level of support is required for the MIBS? For example, for monitoring, is a specific tool required or will the provider use their tool of choice? - We currently utilize SolarWinds - we would need to know if additional tools would be required form the provider
Will the management of the systems be proactive or reactive? For example, will the provider manage alerts as they are produced, or is scanning and continuous testing of the environment with predictive analysis required? - Proactive analysis is preferred. We are looking at catching threats before they occur
Will the provider be required to do Moves, Adds, and Changes as part of the MIBS? - Please clarify or provide examples of moves, adds, changes. We would like the provider to have the ability to make changes when necessary
If so, estimated number per month? - need more information
Is Patch Management required? - preferred
Is Carrier Management required? For example, will the provider work with carriers on SFISD’s behalf for incident management? - No, can be handled in-house
Is there a specific SLA required for different severity levels? - no specific required but clarity preferred for various severity levels
How will the support workload be divided between the MIBS provider and the internal SFISD help desk? - this would be dependent on SLA agreement