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 18, 2022
Bid Deadline : Thursday, Dec 1, 2022

Questions Due By : Wednesday, Nov 2, 2022
Applicant Address : Carl Junction, MO 64838
IFCB ID : 230002584

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.

 

·         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: Bids submitted for services to an incorrect address will be disqualified.

 

·         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 WIDE AREA NETWORK CIRCUIT DISQUALIFICATION FACTOR: Vendors who wish to bid must attend one of two mandatory site visits. Vendors who submit a bid but have not attended a meeting will be disqualified.

 

·         LEASED WIDE AREA NETWORKCIRCUIT DISQUALIFICATION FACTOR: Bids submitted for services to an incorrect address will be disqualified.

 

·         LEASED WIDE AREA NETWORK CIRCUIT 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 NETWORK CIRCUIT 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.

 

·         SELF PROVISIONED NETWORK DISQUALIFICATION FACTOR: Vendors who wish to bid must attend one of two mandatory site visits. Vendors who submit a bid but have not attended a meeting will be disqualified.

 

·         SELF PROVISIONED NETWORK DISQUALIFICATION FACTOR: Bids submitted for services to an incorrect address will be disqualified.

 

·         SELF PROVISIONED NETWORK 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

 

·         SELF PROVISIONED NETWORK 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 CATEGORY ONE NETWORK EQUIPMENT: Service providers are required to bid the entire hardware project.  Bids for individual components of the project will be disqualified.

 

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

 

·         DISQUALIFICATION FACTOR CATEGORY ONE EQUIPMENT: 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.

 

·         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 A, B AND E ONLY: 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 who wish to bid must attend one of two mandatory site visits. Vendors who submit a bid but have not attended a meeting 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: Service providers are required to bid an entire Project A, Project B, Project C, Project D, and/or Project E.  Bids for individual components of a single project will be disqualified.

·         DISQUALIFICATION FACTOR BMIC: Service providers are required to bid an entire Project F and/or Project G.  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.


Services and Equipment Requested :

11/3/2022 UPDATE: THE BID DEADLINE HAS BEEN UPDATED TO 12/01/2022. Q&A from the second site visit is now available for download along with this IFCB. 
10/27/2022 UPDATE 2: Additional Q&A from the site visit is now available for download along with this IFCB.
10/27/2022 UPDATE -  Q&A from the site visit walkthrough is now available for download along with this IFCB.

Category One:

VOLUNTARY SITE VISIT – CATEGORY ONE, INTERNET ACCESS

Vendors wishing to bid on internet access can attend a voluntary site visit on October 24, 2022, at 1PM and November 1, 2022 at 9AM. Vendors will meet at Carl Junction Schools, 201 S. Broadway, Door C7, Carl Junction, MO 64834. Vendors will check in with Jamie Fowler. 

 

Internet Access – This is a new connection, terminating address for this circuit is located at 201 S Verbryck, Carl Junction, MO 64834. Vendors should provide bids for 2 GB, 3 GB, 5 GB and 10 GB. Bids should include 253 usable public, static IP addresses (/24 network). Please indicate on your bid if you own the entire circuit for Internet Access or if you must lease a portion (the last mile) from a separate provider.  The district is seeking a scalable- 5-year contract. The district is looking for a fiberoptic hand off.

 

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: Bids submitted for services to an incorrect address will be disqualified.

 

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.

 

MANDATORY SITE VISIT – CATEGORY 1, LEASED WIDE AREA NETWORK CIRCUITS AND SELF PROVISIONED NETWORKS

Vendors wishing to submit bids for leased wide area network circuits and self-provisioned networks must attend one of two mandatory site visits. The site visits will be held on October 24, 2022, at 2PM and November 1, 2022 at 10AM. Vendors will meet at Carl Junction Schools, 201 S. Broadway, Door C7, Carl Junction, MO 64834. Vendors will check in with Jamie Fowler.  Bids from vendors who did not attend either of the site visits will be disqualified.

 

Leased Wide Area Network Circuit- Six connections any delivery/technology type. Leased dark fiber bidders should bid 8 fiber strands. Lit leased fiber bidders should bid 10 GB. These connections will terminate from the hub located at 201 S. Verbryck, Carl Junction, MO 64834 to the following:

1.       Primary K-1 School – 301 S. Broadway, Carl Junction, MO 64834

2.       Intermediate School – 401 W. Well Street, Carl Junction, MO 64834

3.       Junior High School -306 Keeney Street, Carl Junction, MO 64834

4.       High School – #1 Bulldog Lane, Carl Junction, MO 64834

5.       Central Office – 206 S. Roney, Carl Junction, MO 64834

6.       Instructional Services Center/ Alternative School – 201 S. Broadway, Carl Junction, MO 64834

 

LEASED WIDE AREA NETWORK CIRCUIT DISQUALIFICATION FACTOR: Vendors who wish to bid must attend one of two mandatory site visits. Vendors who submit a bid but have not attended a meeting will be disqualified.

 

LEASED WIDE AREA NETWORKCIRCUIT DISQUALIFICATION FACTOR: Bids submitted for services to an incorrect address will be disqualified.

 

LEASED WIDE AREA NETWORK CIRCUIT 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 NETWORK CIRCUIT 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.

 

Self-Provisioned Network - The district will accept bids for any type of technology that can achieve their connectivity goals including fiber, wireless, purchased radio/wireless bridges, etc. Minimum 8 strands OS2 single mode fiberoptic cable, minimum capacity 10 GB. Circuits should be terminated into existing 19” teleco racks using LC connectors.

These connections will terminate from the hub located at 201 S. Verbryck, Carl Junction, MO 64834 to the following:

1.       Primary K-1 School – 301 S. Broadway, Carl Junction, MO 64834

2.       Intermediate School – 401 W. Well Street, Carl Junction, MO 64834

3.       Junior High School -306 Keeney Street, Carl Junction, MO 64834

4.       High School – #1 Bulldog Lane, Carl Junction, MO 64834

5.       Central Office – 206 S. Roney, Carl Junction, MO 64834

6.       Instructional Services Center/ Alternative School – 201 S. Broadway, Carl Junction, MO 64834

 

SELF PROVISIONED NETWORK DISQUALIFICATION FACTOR: Vendors who wish to bid must attend one of two mandatory site visits. Vendors who submit a bid but have not attended a meeting will be disqualified.

 

SELF PROVISIONED NETWORK DISQUALIFICATION FACTOR: Bids submitted for services to an incorrect address will be disqualified.

 

SELF PROVISIONED NETWORK 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

 

SELF PROVISIONED NETWORK 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-

Vendor must be an authorized Aruba re-seller.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

2

Aruba 6200F 48G Class4 PoE 4SFP+ 370W Switch (JL727A)

Switches

1

Aruba CX 6400 Series Switch with minimum 24 ports SFP+, 48 ports 10/100/100BASE-T PoE, and dual power supplies.

Modules, GBIC, Transceivers

14

SM Fiberoptic jumper cables with LC-LC connectors for connecting to switch transceivers

Modules, GBIC, Transceivers

14

Aruba 10G SFP+ LC LR 10km SMF XCVR (J9151D or J9151E)

Modules, GBIC, Transceivers

2

Aruba 10G SFP+ LC ER 40km SMF Transceiver (J9153D)

 

COMPATIBILITY REQUIREMENTS:

Equipment must be compatible with existing Aruba 5406R zl2 and Aruba CX 6405 switches 

DISQUALIFICATION FACTOR CATEGORY ONE NETWORK EQUIPMENT: Service providers are required to bid the entire hardware project.  Bids for individual components of the project will be disqualified.

 

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

 

DISQUALIFICATION FACTOR CATEGORY ONE EQUIPMENT: 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.

 

Category Two:

MANDATORY SITE VISIT – CATEGORY 2, INTERNAL CONNECTIONS PROJECTS A, B, C, D, AND E.

Vendors wishing to submit bids for category two projects must attend one of two mandatory site visits. The site visits will be held on October 24, 2022, at 2PM and November 1, 2022, at 10AM. Vendors will meet at Carl Junction Schools, 201 S. Broadway, Door C7, Carl Junction, MO 64834. Vendors will check in the Jamie Fowler. Bids from vendors who did not attend either of the site visits will be disqualified.

 

INTERNAL CONNECTIONS

Carl Junction Schools 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 wireless controllers, Aruba access points, and Aruba network switches.

 

The district is seeking bids to replace internal fiberoptic cable runs between wiring closets. All proposals for internal fiberoptic cabling must include all materials, installation, and later to install, route and terminate cabling using LC connectors into existing 19” telco racks. Additionally, the proposals will include fiberoptic jumper cables or adequate length with LC-LC connectors to connect existing equipment. All fiberoptic cable proposals require a walkthrough.

 

All proposals are to include required items to comprise a usable solution including materials, mounting hardware, licensing, activation, initial configuration, testing/certification, and any other related fees. Please indicate any deviations or recommendations in your bid.

 

Prevailing wage information is available to download along with this IFCB.

 

Project A – Network Switches

No installation or cabling drops needed for project A. Vendor must be an authorized Aruba re-seller.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

1

Aruba 6100 48G Class4 PoE 4SFP+ 370W (JL675A)

Antennas, Connectors, and related components

22

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

Antennas, Connectors, and related components

2

Aruba 10G SFP+ LC SR 300M MMF XCVR (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:

Switches and transceivers must be compatible with existing Aruba/HPE switch infrastructure.

 

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS – PROJECT A, B AND E ONLY: 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.

 

Project B – WAPs

No installation or cabling drops needed for project B. Vendor must be an authorized Aruba re-seller.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Access Points

34

Aruba AP-505 (US) Dual Radio 2x2:2 802.11ax Internal Antennas Unified Campus AP (R2H29A)

Wireless Access Points

5

Aruba AP-535 (US) Dual Radio 4x4:4 802.11ax Internal Antennas Unified Campus AP (JZ337A)

 

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:

Wireless access points must be fully compatible with existing Aruba wireless controllers.

 

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS – PROJECT A, B AND E ONLY: 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.

 

Project C – Cabling

Installation needed for project C.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Cabling

3

Internal Fiberoptic cabling runs in Primary K-1 School, OS1 SM fiberoptic cable, terminate runs into existing 19” telco racks using LC connectors

Cabling

3

Internal Fiberoptic cabling runs in Primary 2-3 School, OS1 SM fiberoptic cable, terminate runs into existing 19” telco racks using LC connectors

Cabling

4

Internal Fiberoptic cabling runs in Intermediate School, OS1 SM fiberoptic cable, terminate runs into existing 19” telco racks using LC connectors

Cabling

1

Internal Fiberoptic cabling runs in Junior High School, OS1 SM fiberoptic cable, terminate runs into existing 19” telco racks using LC connectors

Cabling

5

Internal Fiberoptic cabling runs in High School, OS1 SM fiberoptic cable, terminate runs into existing 19” telco racks using LC connectors

Cabling

4

Internal Fiberoptic cabling runs in Instructional Services Center OS1 SM fiberoptic cable, terminate runs into existing 19” telco racks using LC connectors

Cabling

38

SM Fiberoptic jumper cables with LC-LC connectors for connecting to switch transceivers

 

 

Project D – Cabling for Maintenance/Transportation

 

Approximately 2,500 ft of OS2 SM cable. This will run from 201 S. Verbryck, Carl Junction, MO 64834 to 202 S. 5th Street, Carl Junction, MO 64834. Installation needed.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Cabling

2,500 FT

OS2 single-mode cable, 8 strands terminated with LC connectors into existing 19” telco racks

Cabling

2

SM Fiberoptic jumper cables with LC-LC connectors

 

 

Project E – Transceivers

Vendor must be an authorized Aruba re-seller.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

38

Aruba 10G SFP+ LC LR 10km SMF XCVR (J9151D)

 

COMPATIBILITY REQUIREMENT:

Switches and transceivers must be compatible with existing Aruba/HPE switch infrastructure.

 

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 A, B AND E ONLY: 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 who wish to bid must attend one of two mandatory site visits. Vendors who submit a bid but have not attended a meeting 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: Service providers are required to bid an entire Project A, Project B, Project C, Project D, and/or Project E.  Bids for individual components of a single project will be disqualified.

 

 

BASIC MAINTENANCE OF INTERNAL CONNECTIONS:

BMIC Project F – Firewall

The Palo Alto Networks support bids should include 1-year premium support renewal, as well as 1 year threat prevention subscription, PAN-PA-3220-TP, and 1 year URL filtering subscription, PAN-PA-3320-URL4). This is NOT a bid request for firewall hardware.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Services and components

1

Palo Alto PAN-SVC-PREM-3220

 

 

BMIC Project G – Wireless Controller

The Aruba support bids should include 1 year support renewal, previously purchased as part #H3DR1E and H7LE8E. This is NOT a bid request for wireless hardware.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Controller

2

Aruba/HPE Foundation Care support, maintenance, and software updates for (2) Mobility Masters

Wireless Controller

2

Aruba /HPE Foundation Care support, maintenance, and software updates for (2) 7210 Mobility Controllers

 

 

DISQUALIFICATION FACTOR BMIC: Service providers are required to bid an entire Project F and/or Project G.  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.

 

Questions Received with Applicant Answers   ( Ask Questions? )




Is there anybody we should reach out to at the district to inform them of our plans to attend the site visit?

Answer:
There is no need to verify plans to attend at site visit. 

1. Can we submit a partial bid? The IFCB states “The applicant may choose to do all or part of the project upon funding notification.” 2. The allowable contract date on the FCC website (https://legacy.fundsforlearning.com/470/230002584) is 11/15/22, while the IFCB pdf states the bid deadline is due by 11/30/22. Can you please confirm when we need to submit the bids by?

Answer:

1. Can we submit a partial bid? The IFCB states “The applicant may choose to do all or part of the project upon funding notification.” That language means that after the bid award we may choose to not do the entire project. You can choose which project(s) you want to bid, but if the bid for any individual project is incomplete your bid will be disqualified.  

2. The allowable contract date on the FCC website (https://legacy.fundsforlearning.com/470/230002584) is 11/15/22, while the IFCB pdf states the bid deadline is due by 11/30/22. Can you please confirm when we need to submit the bids by? The date listed on the 470 is the allowable contract date, which is the first day that USAC allows applicants to evaluate bids (29 days after the 470 was posted).. The bid deadline of 11/30/2022 is the actual deadline for this IFCB (the bid deadline is not always the ACD).