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

school Winfield School District R-IV
IFCB Posted : Dec 11, 2020
Bid Deadline : Friday, Jan 22, 2021

Questions Due By : Monday, Dec 21, 2020
Applicant Address : Winfield, MO 63389
IFCB ID : 210008185

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: 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.

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

·         DISQUALIFICATION FACTOR BMIC: 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 2

 

Internal Connections

 

Project Narrative – The network switches and 36 of the wireless access points will be installed in a new middle school building currently under construction. The balance of the wireless access points (100) will be replacing access points currently installed in the high school, primary school and intermediate school. District would like 5 year license and support for wireless access points (JZ017AAE or functional equivalent). Wireless access points and switches must be installed and configured. UPS and Firewall will not need to be installed or configured.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Model

Wireless Access Points

130

Aruba AP-505 802.11ax - 2.4, 5 GHz - MIMO - Gigabit Ethernet (R2H29A) or functional equivalent

Wireless Access Points

6

Aruba AP-535 - 802.11ac - 2.4, 5 GHz - MIMO (JZ337A) or functional equivalent

Antennas, Connectors and Related Components

13

Aruba AP-MNT-MP10-B AP mount bracket 10 pack (Q9G69A) or functional equivalent

Antennas, Connectors and Related Components

1

Aruba AP-MNT-MP10-D AP mount bracket 10 pack (Q9G71A) or functional equivalent

Antennas, Connectors and Related Components

6

Oberon 11" ABS WAP Lock Box (1015-C) or functional equivalent

Switches

1

HPE 5406R 44GT PoE+/4SFP+ (No PSU) v3 zl2 Switch – 44 Ports - Manageable - 3 Layer Supported - Modular - Twisted Pair, Optical Fiber - 4U High - Rack-mountable -
Lifetime Limited Warranty (JL003A) or functional equivalent

Switches

1

HPE 5400R zl2 Management Module (J9827A) or functional equivalent

Switches

3

HPE 5400R 24-port 10/100/1000BASE-T PoE+ with MACsec v3 zl2 Module - For Data Networking - 24 RJ-45 1000Base-T LAN - Twisted Pair Gigabit Ethernet - 1000Base-T - 10 Gbit/s (J9986A) or functional equivalent

Switches

1

HPE Expansion Module - For Data Networking - 20 RJ-45 1000Base-T LAN, 4 RJ-45 10GBase-T LAN – Twisted Pair Gigabit Ethernet, 10 Gigabit Ethernet - 1000Base-T, 10GBase-T - 10 Gbit/s (J9991A) or functional equivalent

Switches

2

HPE 5400R 1100W PoE+ zl2 Power Supply - 1100 W - 120V AC, 230V DC (J9829A) or functional equivalent

Switches

2

Aruba 10G SFP+ LC LR 10km SMF Transceiver - For Data Networking, Optical Network - 1 LC 10GBase-LR Network - Optical Fiber - Single-mode - 10 Gigabit Ethernet - 10GBase-LR (J9151E) or functional equivalent

Switches

2

Aruba 10G SFP+ LC SR 300m OM3 MMF Transceiver - For Data Networking, Optical Network - 1 LC 10GBase-SR Network - Optical Fiber - Multi-mode - 10 Gigabit Ethernet- 10GBase-SR - Plug-in Module (J9150D) or functional equivalent

Switches

1

HPE 2930M 40G 8 HPE Smart Rate PoE+ 1-Slot Switch - 48 Ports - Manageable - 3 Layer Supported - Modular - Optical Fiber, Twisted Pair - Rack-mountable - Lifetime Limited Warranty (JL323A) or functional equivalent

Switches

1

Aruba 2930M 48G POE+ 1-Slot Switch - 48 Ports - 2 Layer Supported - Modular - Twisted Pair (JL322A) or functional equivalent

Switches

1

HPE Aruba 3810M 4SFP+ Module - For Data Networking, Optical Network Optical Fiber10 Gigabit Ethernet - 10GBase -X4 x Expansion Slots - SFP+ (JL083A) or functional equivalent

Switches

2

Aruba 2930 2-Port Stacking Module - For Data Networking2 x Expansion Slots (JL325A) or functional equivalent

Switches

4

HPE Aruba X372 54VDC 680W 100-240VAC Power Supply (JL086A) or functional equivalent

Switches

1

HPE 20-port 10/100/1000BASE-T PoE+ / 4-port 1G/10GbE SFP+ MACsec v3 zl2 Module - For Data Networking, Optical Network - 20 RJ-45 1000Base-T LAN - Twisted Pair, Optical Fiber Gigabit Ethernet, 10 Gigabit Ethernet - 1000Base-T, 10GBase-X - 10 Gbit/s - 4 x Ex (J9990A) or functional equivalent

Cabling

1

HPE 2920 0.5m Stacking Cable - 1.64 ft Network Cable for Network Device, Printer - Stacking Cable (J9734A) or functional equivalent

UPS/Battery Backup

2

APC Rackmount 3000VA (SMT3000RM2UC) or functional equivalent

Firewall

1

Fortinet FortiGate with minimum of 1 Gbps throughput or functional equivalent

 

NOTE: We are requesting WAP or switch 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).

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

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Model

Firewall

1

Fortinet FortiGate with minimum of 1 Gbps throughput or functional equivalent

 

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

DISQUALIFICATION FACTOR BMIC: 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.

WINFIELD_C2_COVER_PAGE.pdf
2021_C2_Bidding_Instructions153.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Do you have any compatibility requirements for your requested equipment?

Answer:
Equipment must be compatible with Aruba Clearpass network access control and existing HPE Aruba networking 

The pricing for the managed WAP solution we will be proposing is based off student population, how many students are within this district?

Answer:

If you are referring to a leased managed wireless solution – that is usually MIBS and we are not requesting any MIBS services, nor are we requesting leases. We are requesting the purchase of the listed equipment (Internal Connections). Current enrollment is approximately 1600 students, including PK.