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

school Midland ISD
IFCB Posted : Nov 23, 2021
Bid Deadline : Wednesday, Jan 5, 2022

Questions Due By : Tuesday, Dec 7, 2021
Applicant Address : Midland, TX 79701
IFCB ID : 220005258

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.

 

·         LEASED WIDE AREA NETWORK CIRCUITS 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.

 

·         LEASED WIDE AREA DISQUALIFICATION FACTOR: Vendors must bid all connections. If vendors submit a bid missing any connection, we will consider your bid incomplete and disqualify your bid.

 

·         DISQUALIFICATION FACTOR C1 NETWORK EQUIPMENT: Vendors must complete and include the C1 Cover Page with their bid. Bids received without the cover page will be disqualified.

 

·         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 – PROJECT F: 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 an entire Project A, Project B, Project C, Project D, Project E or Project F.  Bids for individual components of a single project 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 :

 

UPDATE 12/3/21 - The bid deadline has been extended to 11:59am Central Time on 1/5/2022. Bids received after 11:59am Central Time on 1/5/2022 will be disqualified. The bid opening date is now 1/5/2022 at 12:00pm Central Time.

Category One:

Leased Wide Area Network Circuit – Two connections any delivery/technology type. Leased dark fiber bidders should bid four fiber strands. Lit leased fiber bidders should bid 10GB. Vendors should provide pricing based on 1, 2-, 3-, 4- and 5-year terms.

1.       From 2910 W Michigan, Midland TX 79701 to 615 W Missouri, Midland TX 79701.

2.       From 2910 W Michigan, Midland TX 79701 to 3500 Neely Avenue, Midland TX 79701.

 

LEASED WIDE AREA NETWORK CIRCUITS 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.

LEASED WIDE AREA DISQUALIFICATION FACTOR: Vendors must bid all connections. If vendors submit a bid missing any connection, we will consider your bid incomplete and disqualify your bid.

 

 

Category 1 Network Equipment-

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switch

1

Cisco 9500-24Y4C

GBIC, Modules, Transceivers

4

10GBPS SFP+ (or better)

 

DISQUALIFICATION FACTOR C1 NETWORK EQUIPMENT: Vendors must complete and include the C1 Cover Page with their bid. Bids received without the cover page will be disqualified.



Category Two:

VOLUNTARY SITE VISIT

Vendors wishing to bid on C2 can attend a voluntary site visit December 1st, 2021 or December 6th, 2021. Vendors will check in with Chris Guynn. Vendors should RSVP to Chris Guynn at chris.guynn@midlandisd.net  to set up a time for a site visit on December 1st, 2021 or December 6th, 2021. THIS EMAIL IS TO RSVP ONLY. ALL QUESTIONS AND BIDS MUST STILL BE SUBMITTED VIA THE IFCB. BIDS NOT SUBMITTED VIA THE IFCB WILL BE DISQUALIFIED.

 

INTERNAL CONNECTIONS

PROJECT A – UPS

Installation needed for the UPS. Bids should include 5-year licensing/support.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

UPS/Battery Backup

1

AP Symmetra PX 40 KVa

 

PROJECT B – Racks

Installation needed for the racks.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Racks

100

12U, wall mount racks, enclosed, double hinged (access to front and back), deep enough for a Cisco 9300 series switch plus connections

 

PROJECT C – Switches

The district will award Project C or D, not both. No installation needed. Bids should include 5-year licensing/support.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

2

Cisco Nexus N9K-C93240YC-FX2

36+ port SFP+ (10/25G) & 8x+ QSFP (100G) port switches

Switches

2

Cisco Nexus N9K-C93108TC-FX

48 port ethernet (copper - 1/10G) + 6x QSFP (100G) port switches

GBIC, Modules, Transceivers

16

QSFP-40/100-SRBD

100G SQFP optics

 

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).

 

PROJECT D – Switches

The district will award Project C or D, not both. 2x chassis-based switches, each with at least 36 ports of 40G SQFP connectivity and 48 ports of ethernet (copper) 1/10G connectivity. No installation needed. Bids should include 5-year licensing/support.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

2

Cisco N9K-C9504-FM-G

Switches

2

Cisco N9K-X9736C-FX

Switches

2

Cisco M9K-X9788TC-FX

Switches

6

Appropriate supervisor/controller cards

Switches

6

Applicable power and fan modules

 

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).

 

PROJECT E – Switches

No installation needed. Bids should include 5-year licensing/support.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

100

Aruba 6300M

48 port, POE+, minimum 2x SFP+ links, cloud-based management

 

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).

 

PROJECT F – Wireless Access Points

No installation needed. Wireless access points should include 5-year licensing/support.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Access Points

100

Aruba 500H - In wall access points with POE and WiFi6

Wireless Access Points

100

Aruba AP-534 – WAPs with external antennas, WiFi 6, cloud managed

 

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).

 

COMPATIBILITY REQUIREMENT:

WAPS should be compatible with existing Aruba Clearpass for RADIUS authentication. The district prefers compatibility with existing Aruba Central for monitoring and management.

 

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 – PROJECT F: 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 an entire Project A, Project B, Project C, Project D, Project E or Project F.  Bids for individual components of a single project will be disqualified.

BASIC MAINTENANCE OF INTERNAL CONNECTIONS:

BMIC Project G-

The district would like a manufacturer’s support contract for these items

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

UPS/Battery Backup

1

APC Symmetra PX – 40KVA

 

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.

MIDLAND_C1_COVER_PAGE1.pdf
MIDLAND_C2_COVER_PAGE1.pdf
2022_C2_Bidding_Instructions109.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Please provide answers to the following questions: Category 1 Network Equipment 1. Switch 9500-24Y4C. What version (Essentials/Advantage) and term (3, 5, 7 years) of DNA subscription is preferred? 2. Are any other accessories (such as redundant power supply) needed for this switch? 3. GBIC, Modules and transceivers: Which version or standard (SR, LR) 10GBPS SFP+ is required? Category 2 Internal Connections Project C - Switches: 1. Please confirm which airflow option is preferred (port side intake or port side exhaust) 2. Does the district want NXOS mode quoted on all Nexus switches? Project D - Switches: 1. Please confirm which airflow option is preferred (port side intake or port side exhaust) 2. Does the district want NXOS mode quoted on all Nexus switches? Project D - Switches: please confirm which airflow option is preferred (port side intake or port side exhaust) 2. Does the district want NXOS mode quoted on all Nexus switches? Project E - Switches: please confirm that no DAC cables or SFP+ transceivers are required for these switches. If they are required, please specifically state which type of connections and lengths are required along with transceiver speeds (i.e. 1GB, 10GB, 40GB, etc.) Project F - Wireless Access Points: please clarify access point model desired is a 505H as listed 500H is not a valid Aruba model. Project F - Wireless Access Points: please clarify access point model desired is a 505H as listed 500H is not a valid Aruba model. Project F - Wireless Access Points: does the district require any access point mounting kits as they are not listed on the C2 request and are not included with the access point. If mount kits are needed, please provide model # for desired mounts and quantities.

Answer:

Category 1

1.) Essentials, 5 yr

2.) Redundant power

3.) SR

Category 2 - C & D

1.) port side intake

2.) yes

Category 2 - E

1.) Confirmed

Category 2 - F

1.) 505H

2.) Please include drop ceiling mounts

1. The 9300 comes in many varieties……C9300-48P Is 41” deep, the C9300L-48T-4G is 16.1” deep, the C9300-48S is 17.7” is deep, the C9300-48H is 19.1” is deep. Which model needs to be housed in the wall cabinet? 2. For the PX40 kva UPS, ? How much runtime for the UPS? ? Is turnkey installation required in the bid? ? What is the IT load to measure against for runtime? ? Does midland want the line up and match bypass cabinet that has the below features? This will make the installation easier for the electrician bringing a 480v feeder to the UPS from the electrical room. • External Maintenance bypass • 480/208 transformer • 2x 42 pole position panel board 3. Under basic maintenance, it says The district would like a manufacturer’s support contract for APC Symmetra PX – 40KVA. ? Should this maintenance contract be for 5 years? ? Should the PMs be scheduled for 5x8 or 7x24.

Answer:

1.) Our current access level switches are C9300-48UN-EDU (19.1" deep).  We expect that these racks will need to accomodate switches that size or smaller.
2.) 40 kva will provide the runtime we require. We would like the bypass cabinet with the listed features
3.) 5 years, 5x8