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

school Carl Junction School District
IFCB Posted : Oct 14, 2021
Bid Deadline : Thursday, Nov 25, 2021

Questions Due By : Saturday, Oct 23, 2021
Applicant Address : Carl Junction, MO 64838
IFCB ID : 220001874

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 the applicant is requesting purchases of new equipment, or maintenance of that new equipment, bids for functionally equivalent equipment will be accepted.

 

·         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: Applicant will not accept bids for refurbished equipment. Any bids containing refurbished equipment 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: Vendors must complete and include the C2 Cover Page with their bid. Bids received without the cover page will be disqualified.

·         DISQUALIFICATION FACTOR BMIC: Service providers are required to bid the entire maintenance 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 Two

Internal Connections

Narrative – Carl Junction School District is seeking bids to replace network switch hardware and wireless access points. The district currently utilizes Aruba Networks switches and wireless hardware. All proposals must maintain compatibility and support with existing Aruba wireless hardware including Aruba controllers, Aruba access points and network switches. All proposals are to include materials, mounting hardware, and any other related fees. Please indicate any deviations or recommendations in your bid.

Project A – Switches

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

4

Aruba 6100 48G 4SFP+ (JL676A)

Switches

1

Aruba 6100 24G 4SFP+ (JL677A)

Modules, GBIC, transceivers

10

Aruba 10G SFP+ LC SR 300m MMF Transceiver (J9150D)

 

NOTE: We are requesting 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).

COMPATIBILITY REQUIREMENT PROJECT A

All switches must be compatible with existing Aruba network. 

 

Project B - Wireless Access Points

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Access Points

44

Aruba AP-505 (US) Dual Radio 2x2:2 802.11ax AP with internal antennas

Wireless Access Points

44

Aruba Campus AP mount bracket kit, suspended ceiling rail, 15/16”

 

NOTE: We are requesting AP 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).

 

COMPATIBILITY REQUIREMENT PROJECT B

All AP must be compatible with existing Aruba network. 

 

Project C – UPS equipment

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

UPS/Battery Backup

10

APC Smart-UPS SRT 1500VA RM 120V with Network card

 

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: 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: Applicant will not accept bids for refurbished equipment. Any bids containing refurbished equipment 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.

Basic Maintenance of Internal Connections (BMIC) for manufacturer’s support

Project D – Firewall BMIC

Narrative: The Palo Alto Network support bids should include 1 year premium support renewal, as well as a 1 year threat prevention subscription (PAN-PA-3220-TP) and 1 year URL filtering subscription (PAN-PA-3220-URL4). The threat prevention and URL filtering subscription are not Erate eligible. This is NOT a bid request for firewall hardware.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall

1

Palo Premium Support Project for Palo Alto Networks PA-3220 firewall (MFG # PAN-SVC-PREM-3220)



Project E – Wireless Controller BMIC

Narrative: The Aruba support bids should include 1 year support level renewal (previously purchased as manufacturer part #H9PX3AC. This is NOT a bid request for wireless hardware.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Controller

1

Aruba/HP Foundation Care support, maintenance, and software updates for Aruba wireless controllers: (2) Mobility Master and (2) 7210 Mobility Controller

 

DISQUALIFICATION FACTOR BMIC: Service providers are required to bid the entire maintenance 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.

 


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

CARL_JUNCTION_C2_COVER_PAGE1.pdf
2022_C2_Bidding_Instructions44.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Project A - For the (4) requested Aruba 6100 48G 4SFP+ switches do they need to be PoE?

Answer:
Please provide pricing for PoE switches (JL675A).