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

school Prairie Grove School Dist 23
IFCB Posted : Sep 7, 2022
Bid Deadline : Wednesday, Oct 19, 2022

Questions Due By : Friday, Sep 16, 2022
Applicant Address : Prairie Grove, AR 72753
IFCB ID : 230000956

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: 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 C & D 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: 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 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, Project G, Project H, Project I, Project J and/ or Project K.  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 :

NOTE 09/09/2022 - QA from vendor walkthrough has been uploaded to this IFCB.

Category Two:

VOLUNTARY SITE VISIT

Vendors wishing to bid on internal connections can attend a voluntary site visit either September 9, 2022, or September 13, 2022, both at 9:00am. Vendors will meet at Prairie Grove Admin Office, 102 E. Buchanan Street, Prairie Grove AR 72753. Vendors will check in with Ray Ruland or Shawn Witt.

 

INTERNAL CONNECTIONS

Project A – Firewall

Bids should include Installation and configuration. The district is migrating from a Meraki MX-450. Bidders should include configuration and help transition settings from the old firewall.  Threat protection, URL filtering and premium support is needed for the firewall.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

1

Palo Alto (PA-3410) with Threat Prevention, URL filtering and Premium Support

 

Project B – Rack

Bids should include Installation and configuration. This rack is needed for the firewall listed in Project A.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Racks

1

Palo Alto 4 post rack mount kit – PAN-PA-2RU-RACK4 or equivalent for a PA-3410 FW

 

Project C – WAPs

The district will be upgrading WAPs in an entire building. Old WAPs need to be removed and replaced with new WAPs. Some locations will require a lift. No cabling drops needed for the WAPs. Bids should include 60 Aruba Central licenses (5 year).

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Access Points

60

Aruba AP515 with Aruba Central Licensing (5 year)

 

NOTE: We are requesting WAP 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 wireless access points must be compatible with existing Aruba Central.

 

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS – PROJECT C & D 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 D – Switches

No cabling drops needed for the switches. Bids should include 20 Aruba Central licenses (5 year).

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

20

Aruba 2930F, 48 port switches – JL558A with Aruba Central Licensing (5 Year)

Antennas, Connectors and Related Components

40

Aruba 10GB SFP+ - J9151E

 

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:

All switches must be compatible with existing Aruba Central.

 

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS – PROJECT C & D 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 E – UPS

UPS will need to be installed into existing racks.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

UPS/Battery Backup

12

Eaton 5P1500RT with network card and management software

 

 

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 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 district would like a block of 10 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 (PA-3410) with Threat Prevention, URL filtering and Premium Support

 

BMIC Project G – Firewall

The district would like a manufacturers support contract for the following

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

1

Palo Alto (PA-3410) with Threat Prevention, URL filtering and Premium Support

 

BMIC Project H – WAPs

The district would like a block of 5 hours per month for the support of eligible equipment.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Access Points

60

Aruba AP515 with Aruba Central Licensing

 

BMIC Project I – WAPs

The district would like a manufacturers support contract for the following

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Access Points

60

Aruba AP515 with Aruba Central Licensing

 

 

BMIC Project J – Switches

The district would like a block of 5 hours per month for the support of eligible equipment.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

20

Aruba 2930F, 48 port switches – JL558A with Aruba Central Licensing

 

BMIC Project K – Switches

The district would like a manufacturers support contract for the following

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

20

Aruba 2930F, 48 port switches – JL558A with Aruba Central Licensing

 

 

DISQUALIFICATION FACTOR BMIC: Service providers are required to bid an entire Project F, Project G, Project H, Project I, Project J and/ or Project K.  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.

 


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

2023_C2_Bidding_Instructions10.docx
PRAIRIE_GROVE_C2_COVER_PAGE2.pdf
site_visit_questions.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




How many switches will be installed at each location?

Answer:

We aren't requesting switches to be racked at any location by the vendor. IT staff will be racking them. We are only requesting a bid for (20) Aruba switches along with Aruba Central licensing and (5) hours of support. 

For the UPS Portion, Project E. It says UPS will install in existing racks. Are we supposed to include installation or will your IT Staff be doing the installation? If we are responsible for installation, will it have to be afterhours? For the 12-UPS's -- how many different buildings? From Google it looks like Elementary, Intermediate, Middle, High, and Junior High -- 5-buildings, maybe a district office = 6? Are all of the buildings within a mile or two of each other?

Answer:

Please include mounting UPS systems in racks. But, IT staff will connect the cabling later. We are only seeking the physical mounting of the units into existing racks.

 

 If we are responsible for installation, will it have to be afterhours? No

 

For the 12-UPS's -- how many different buildings? 4

 

Are all of the buildings within a mile or two of each other? Yes

Greetings, I hope my email finds you well! I wanted to reach out to you regarding your 470 (230000956). Would you be interested in reviewing a bid for Fortinet equivalents of the Palo Alto devices listed in your 470? I have some cost-effective options to share with you for your review. I look forward to hearing from you. Have a great day!

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