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

school Neosho School District R5
IFCB Posted : Nov 23, 2021
Bid Deadline : Thursday, Jan 6, 2022

Questions Due By : Wednesday, Dec 8, 2021
Applicant Address : Neosho, MO 64850
IFCB ID : 220005300

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, Basic Maintenance of Internal Connections (BMIC), leased Managed Internal Broadband Services equipment (Category Two) or Category One equipment listed on this IFCB the applicant will accept bids for functionally equivalent equipment.

 

·         E-rate rules require applicants to evaluate the cost of eligible goods and services, and to cost-allocate out the amount for ineligible services from their funding request. If your company will be bidding internet access service, please identify the amount to be cost-allocated out for the ineligible services – email service, web hosting, content filtering, or other bundled ineligible services.

·         INTERNET ACCESS 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 LIT FIBER 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.

·         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: Service providers are required to bid the entire hardware project.  Bids for individual components of the project 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 BMIC: Service providers are required to bid an entire Project A, Project B, Project C or Project D.  Bids for individual components of a single 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.

·         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 12/09/21: The bid deadline has been updated to 1/6/2022.

UPDATE 12/8/21: All C2 requests on this IFCB has been cancelled – IC, BMIC and MIBS. A new 470 and IFCB 220007077 is now posted and active.

 
UPDATE 12/3/2021: Bidders are reminded that cabling projects over $75,000 must comply with Missouri state Prevailing Wage Rate Regulations.
https://labor.mo.gov/sites/labor/files/pubs_forms/PW-5-AI.pdf

Category One:

Internet Access – DSL/Cable modem connection 150mb/10mb bandwidth. The terminating address for this connection is located at 418 Fairground Road, Neosho, MO, 64850.

 

E-rate rules require applicants to evaluate the cost of eligible goods and services, and to cost-allocate out the amount for ineligible services from their funding request. If your company will be bidding internet access service, please identify the amount to be cost-allocated out for the ineligible services – email service, web hosting, content filtering, or other bundled ineligible services.

INTERNET ACCESS 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 Lit Fiber – 14 x 1 GB connections originating from the hub site Neosho High School – 511 Neosho Blvd, Neosho MO 64850 to the following sites:

1.       Benton Elementary – 1120 Carl Sweeny Parkway, Neosho MO 64850

2.       South Elementary – 111 Wornall Street, Neosho MO 64850

3.       Alternate School – 115 West Brook, Neosho MO 64850

4.       Field ECC – 302 Smith Street, Neosho MO 64850

5.       Parents As Teachers – 201 North Wood, Neosho MO 64850

6.       Central Elementary – 301 Big Spring Drive, Neosho MO 64850

7.       Neosho Middle School – 1400 Hale McGinty Drive, Neosho MO 64850

8.       Goodman Elementary – 117 School Street, Goodman MO 64843

9.       Carver Elementary – 12350 Norway Road, Neosho MO 64850

10.   Administrative Center – 418 Fairground Road, Neosho MO 64850

11.   NHS Football Press Box – 410 Veta Street, Neosho MO 64850

12.   NHS Endzone Facility – 310 Veta Street, Neosho MO 64850

13.   NHS Field House – 200 Veta Street, Neosho MO 64850

14.   Neosho Junior High – 14648 Kodiak Road, Neosho MO 64850

 

LEASED LIT FIBER 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.

 

Category Two:

VOLUNTARY SITE VISIT

Vendors wishing to bid on internal connections can attend a voluntary site visit either November 30th, 2021, or December 7th, 2021. Both will be held from 8am-3pm. Vendors will meet at Benton Elementary, 1120 Carl Sweeney Parkway Rd, Neosho, MO 64850. Vendors will check in with Scott Harris or CJ Wickstrom. Vendors should RSVP to Scott Harris at harrisscott@neoshosd.org to set up a time for a site visit on November 30th, 2021, or December 7th, 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

Rewire of Benton Elementary. Installation needed for the cabling and racks. Bids should include licenses for the 475 WAPs.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Cabling

Approximately 300

Berketec or Leviton – cabling drops

Racks

5

Hoffman

Switches

25

Aruba

Modules, GBIC, Transceivers

175

Aruba OEM

UPS/Battery Backup

41

APC

Wireless Access Points

475

Aruba 515

Wireless Controller

1

Aruba 7220

 

NOTE: We are requesting WAP or Controller 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).

 

COMPATIBILITY REQUIREMENT:

All equipment must be compatible with existing Aruba equipment.

 

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

 

BASIC MAINTENANCE OF INTERNAL CONNECTIONS:

BMIC Project A - Existing Equipment

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

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

1

Palo Alto PAN PA-5220

Wireless Controller

1

Aruba 7220

 

BMIC Project B – Existing Equipment

The district would like a block of 20 hours per month for the support of eligible equipment.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

1

Palo Alto PAN PA-5220

Wireless Controller

1

Aruba 7220

 

BMIC Project C – New Equipment

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

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Controller

1

Aruba 7220

 

BMIC Project D – New Equipment

The district would like a block of 20 hours per month for the support of eligible equipment.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Controller

1

Aruba 7220

 

DISQUALIFICATION FACTOR BMIC: Service providers are required to bid an entire Project A, Project B, Project C or Project D.  Bids for individual components of a single 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.

 

 

Managed Internal Broadband Service (MIBS):

The district would like MIBS services for the following existing equipment

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Access Points

575

Aruba 515

Wireless Controllers

2

Aruba 7220

 

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.

NEOSHO_C2_COVER_PAGE.pdf
2022_C2_Bidding_Instructions110.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Would Neosho School District be interested in viewing proposals, not including all 15 total sites? Removing Goodman Elementary would cut mileage by 1/3rd and dramatically reduce costs for prospective WAN services.

Answer:

We are looking for proposals that include connectivity to all of the 15 sites listed.

what is the total monthly charge for the 15 site WAN that Neosho R-V pays to the current provider? Please note if the monthly provided is pre or post USAC discount.

Answer:
We decline to provide that information

Can you please provide a list / BOM for preferred 25 Aruba switch models and also a list and quantity split on the 175 modules, gbic, tranceivers?

Answer:

Our preferred switch model from Aruba will be:

  • 20x - Aruba 6100 series with a specific model #JL675A 
  • 5x - Aruba 6300 series model #JL659A
  • 5x - Aruba power supplies model# JL087A

Optics will be:

 

40x - 10G SMF OEM Aruba optics Model #J9151E

135x - 10G MMF OEM Aruba optics  Model #J9150D

Can you confirm the Make and Model/ Size for the UPS/Battery Back up?

Answer:

We apologize, but we have cancelled all of the C2 requests and have issued a new 470/IFCB for the C2 project (which now does not include the cabling project). Please submit your question on IFCB 220007077

For the MIBS project, how many connections are being managed?

Answer:

We have cancelled all of the C2 requests and have issued a new 470/IFCB for the C2 project (which now does not include the cabling project). Please submit your question on IFCB 220007077