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

school Greenville ISD
IFCB Posted : Sep 20, 2022
Bid Deadline : Friday, Oct 28, 2022

Questions Due By : Friday, Sep 30, 2022
Applicant Address : Greenville, TX 75401
IFCB ID : 230001268

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.

 

·         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 B & C 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 – PROJECT B & C  ONLY: Switches and wireless access points must be compatible with Fortiguard 2200e controller for device management. Bids that are not compatible with our existing Fortiguard 2200e controller 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 and/or Project C.  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 D 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 E will be disqualified.


Services and Equipment Requested :

Category Two:

VOLUNTARY SITE VISIT

Vendors wishing to bid on internal connections can attend a voluntary site visit September 26, 2022, or September 29, 2022, both will begin at 9am. Vendors will meet at the Wesley Martin Administration Building, 4004 Moulton Street, Greenville, TX 75401. Vendors will check in with Shannon Fulp.

 

INTERNAL CONNECTIONS

We are trying to get all our network management under one cohesive dashboard with reduction in cost from an annual licensing perspective. We are looking to replace our existing infrastructure due to it becoming EOL. Installation and configuration needed for firewalls, switching and access points to be conducted during the hours in which students are not in school. All necessary licensing should be for 5 years.

 

Project A – Firewall

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

1

Fortiguard 2200E

Firewall Service and Components

7

Fortiguard 600F

Firewall Service and Components

2

Fortiguard 200F

Firewall Service and Components

2

Fortiguard 100F

 

 

Project B – Switches

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Caching Server

1

Forti-analyzer VM licensed to cache data for all other equipment bid

Switches

1

Fortiswitch 1048E

Switches

10

Fortiswitch 1024E

Switches

157

Fortiswitch 148F-FPOE

Antennas, Connectors and Related Components

110

DAC Cables for switching stacks

 

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 access points must be compatible with firewall-based controller for device management.

 

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS – PROJECT B  & C 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 – PROJECT B & C ONLY: Switches and wireless access points must be compatible with Fortiguard 2200e controller for device management. Bids that are not compatible with our existing Fortiguard 2200e controller will be disqualified.

 

Project C – WAPs

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Access Points

578

FortiAP AP-231F

Wireless Access Points

6

FortiAP AP-431F

 

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:

Switches and access points must be compatible with firewall-based controller for device 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 B & C 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 – PROJECT B & C ONLY: Switches and wireless access points must be compatible with Fortiguard 2200e controller for device management. Bids that are not compatible with our existing Fortiguard 2200e controller 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 and/or Project C.  Bids for individual components of a single project will be disqualified.

 

 

BASIC MAINTENANCE OF INTERNAL CONNECTIONS:

BMIC Project D – Firewall

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

Fortiguard 2200E

Firewall Service and Components

7

Fortiguard 600F

Firewall Service and Components

2

Fortiguard 200F

Firewall Service and Components

2

Fortiguard 100F

 

DISQUALIFICATION FACTOR BMIC: Service providers are required to bid the entire maintenance project.  Bids for individual components of the Project D 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)

MIBS Project E – WAP

Wireless access point equivalent to or better than Forti-AP-231F, wifi 6 enabled. Fully managed wireless services to include controller and access points required for operation to include installation, configuration, and any required training.

 

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Access Points

578

FortiAP AP-231F

Wireless Access Points

6

FortiAP AP-431F

Wireless Controller

1

FortiAP

 

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 E will be disqualified.

 


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

GREENVILLE_C2_COVER_PAGE.pdf
2023_C2_Bidding_Instructions30.docx

Questions Received with Applicant Answers   ( Ask Questions? )




What FortiAnalyzer VM capacity (GB/sec) do you need? What speed and length of DAC cables do you need?

Answer:

For the Fortianalyzer we would like to have quoted, a FAZ VM with 500GB storage per day.

 

The DAC cables should be 10Gb DAC cables 3meters. 

Will the access points be mounted in the same place as existing APs? Is part of the scope for vendors to take down the old AP at the same time as installing the new? Also, will the vendor need to take all the old equipment to a designated location in the district or will that be done by district staff?

Answer:

Will the access points be mounted in the same place as existing APs?

Yes this is just a replace. Cabling is already in place.

Is part of the scope for vendors to take down the old AP at the same time as installing the new?

Yes configuration, removal of old hardware, and installation of new hardware should be included.

Also, will the vendor need to take all the old equipment to a designated location in the district or will that be done by district staff?

With this large of a project there will be a technician on site to assist with storing the old equipment on each individual campus.

1. What type of firewall features do you require? 2. Please provide details on the firewalls that are EOL (manufacturer, model, and OS version, and function, active interfaces etc)? 3. Please provide details on VPN requirements (Site to site and Remote Access, etc) environment. 3. Are you looking to replace the distribution and access layer infrastructure? 4. Please elaborate on the DAC cable requirement as Fortinet doesn’t support stacking. 5. Please elaborate on the antennas requirement? The APs mentioned do not support any antennas. 6. Please provide any pertinent network diagrams outlining internal and external connectivity. 7. Please provide details on the current network infrastructure being replaced such as manufacturer, model, and OS version, and function etc? 8. Is your distribution layer 1Gb/10Gb/40Gb? 9. Is a wireless site survey required or has one been completed recently that can be shared? 10. Can you please provide floor plans of each campus that show where each IDF/MDF closet is?

Answer:

1. What type of firewall features do you require? We require features equivalent to or better than the Fortiguard models as noted here:

 

2. Please provide details on the firewalls that are EOL (manufacturer, model, and OS version, and function, active interfaces etc)? None of the firewall equipment is currently EOL. EOL is a couple years out on network switching components.

3. Please provide details on VPN requirements (Site to site and Remote Access, etc) environment. IPsec capability is required using modern authentication/encryption methods. Licensing for remote access vpn is not required.

4. Are you looking to replace the distribution and access layer infrastructure? Yes both layers will be replaced.

5. Please elaborate on the DAC cable requirement as Fortinet doesn’t support stacking. 3 meter, 10Gb multimode DAC cables. While Fortinet does not support stacking, the switches can be grouped in a MC-Lag configuration which makes them appear as one device on the dashboard.

6. Please elaborate on the antennas requirement? The APs mentioned do not support any antennas.

Antennas should be equal to or better than the requirements posted for the Forti AP-231F and AP-431F as indicated within this spec sheet: https://www.fortinet.com/content/dam/fortinet/assets/data-sheets/fortiap-series.pdf.

7. Please provide any pertinent network diagrams outlining internal and external connectivity.

Due to security concerns, we do not want to publish floorplans or network diagrams. We will be happy to provide that information to the winning bidder once evaluations are complete.

8. Please provide details on the current network infrastructure being replaced such as manufacturer, model, and OS version, and function etc? Cisco Catalyst 2960x and Catalyst 3850 layer 2/3 switches.

9. Is your distribution layer 1Gb/10Gb/40Gb? 10Gb

10. Is a wireless site survey required or has one been completed recently that can be shared? Yes, one has not been completed recently.

11. Can you please provide floor plans of each campus that show where each IDF/MDF closet is?

Due to security concerns, we do not want to publish floorplans or network diagrams. We will be happy to provide that information to the winning bidder once evaluations are complete.

Is there a Managed Services contract in place for any existing network devices?

Answer:

No there is not currently a managed services contract in place.