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

school Tomball ISD
IFCB Posted : Nov 2, 2022
Bid Deadline : Wednesday, Dec 14, 2022

Questions Due By : Friday, Nov 11, 2022
Applicant Address : Tomball, TX 77375
IFCB ID : 230003566

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

 

·        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 NETWORK CIRCUITS 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.

 

·        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: The applicant will not accept bids from manufacturers of equipment deemed a national security threat by the Federal Communications Commission. The list of prohibited equipment is available here: https://www.fcc.gov/supplychain/coveredlist . Vendors that submit bids that includes these manufacturers will have their bid 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: 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 and/or Project B.  Bids for individual components of a single project will be disqualified.

 

·        DISQUALIFICATION FACTOR BMIC: Service providers are required to bid the entire maintenance Project C and/or Project D.  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 11.8.22 -  Vendor Q&A from the voluntary walkthroughs are now available for download.

Category One:

VOLUNTARY SITE VISIT - LEASED WIDE AREA NETWORK CIRCUITS  & MAINTENANCE AND OPERATIONS

Vendors wishing to bid on Leased Wide Area Network Circuits can attend a voluntary site visit either November 7th, 2022, or November 8th, 2022, both at 9:00am. Vendors will meet at Tomball ISD Technology and Staff Development Center 1302 Keefer Road, Suite B, Tomball, TX 77375. Vendors will check in with JB Bryant, Technology Project Manager.

 

Leased Wide Area Network Circuits – 25 connections any delivery/technology type, the district will accept bids for any cost-effective topologies that meet our connectivity goals. Leased dark fiber bidders should bid 4 fiber strands per location. Lit leased fiber bidders should bid 10 GB per location.  Bids should be based on a 10 year term.

 

The service provider should indicate in their bid if they are using a 3rd party for operations and maintenance for the network (emergency repairs and splicing). Service providers should indicate in their bid if they fully own and maintain the entire run of the WAN circuits, including splice cases and pathways. Bids should include service level agreements for repairs. Bids should include the location of the repair facility and distance in miles from Tomball ISD’s most distant campus. Indicate on your bid if you own the entire circuit pathway and are not sharing the circuit with other service providers. Bids should include what percentage of the fiber is buried underground vs aerial.

 

1.      Lakewood Elementary - 15614 Gettysburg Drive, Tomball, 77377

2.      Canyon Pointe Elementary - 13002 Northpointe Blvd., Tomball, 77377

3.      Willow Creek Elementary - 18302 North Eldridge Parkway, Tomball, 77377

4.      Decker Prairie Elementary - 27427 Decker Prairie Rosehill Rd., Magnolia, 77355

5.      Creekside Forest Elementary - 5949 Creekside Forest, The Woodlands, 77389

6.      Timber Creek Elementary - 8455 Creekside Green Dr., The Woodlands, 77389

7.      Rosehill Elementary - 17950 Waller Tomball Rd., Tomball, 77377

8.      Tomball Elementary - 1110 Inwood Street, Tomball, 77375

9.      Creekview Elementary - 8877 W New Harmony Trail, The Woodlands, 77375

10.   Wildwood Elementary - 13802 Northpointe Blvd, Tomball, 77377

11.   Oakcrest Intermediate - 18202 Shaw Road, Cypress, 77429

12.   Tomball Intermediate - 723 West Main, Tomball, 77375

13.   Tomball Junior High - 30403 Quinn Road, Tomball, 77375

14.   Willow Wood Junior High - 11770 Gregson Rd., Tomball, 77377

15.   Tomball High - 30330 Quinn Road, Tomball, 77375

16.   Tomball Memorial High - 19100 Northpointe Ridge Lane, Tomball, 77377

17.   Ancillary Services - 1110 Baker Drive, Tomball, 77375

18.   Aquatic Center Natatorium - 13850 Zion Road, Tomball, 77375

19.   Transportation - 1055 Baker Drive, Tomball, 77375

20.   Central Administration - 310 Cherry St., Tomball, 77375

21.   Creekside Park Junior High - 8711 Creekside Green Drive, The Woodlands, 77375.

22.   Grand Oaks ES - 20241 Cypress Rosehill Rd

23.   Tomball Innovation Center - 11211 FM 2920, Tomball, 77375

24.   New ES #12 - 17702 Mueske Road, Cypress, 77433

25.   Technology and Staff Development Center - 1302 Keefer St. Suite B, Tomball, Texas 77375 (sometimes referred to as 133 Buvinghausen St)

 

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

 

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 NETWORK CIRCUITS 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.

 

 

Operations and Maintenance services – 25 connections. Bids should include service level agreements for repairs. Bids should include the location of the repair facility and distance in miles from Tomball ISD’s most distant campus. 

 

1.      Lakewood Elementary - 15614 Gettysburg Drive, Tomball, 77377

2.      Canyon Pointe Elementary - 13002 Northpointe Blvd., Tomball, 77377

3.      Willow Creek Elementary - 18302 North Eldridge Parkway, Tomball, 77377

4.      Decker Prairie Elementary - 27427 Decker Prairie Rosehill Rd., Magnolia, 77355

5.      Creekside Forest Elementary - 5949 Creekside Forest, The Woodlands, 77389

6.      Timber Creek Elementary - 8455 Creekside Green Dr., The Woodlands, 77389

7.      Rosehill Elementary - 17950 Waller Tomball Rd., Tomball, 77377

8.      Tomball Elementary - 1110 Inwood Street, Tomball, 77375

9.      Creekview Elementary - 8877 W New Harmony Trail, The Woodlands, 77375

10.   Wildwood Elementary - 13802 Northpointe Blvd, Tomball, 77377

11.   Oakcrest Intermediate - 18202 Shaw Road, Cypress, 77429

12.   Tomball Intermediate - 723 West Main, Tomball, 77375

13.   Tomball Junior High - 30403 Quinn Road, Tomball, 77375

14.   Willow Wood Junior High - 11770 Gregson Rd., Tomball, 77377

15.   Tomball High - 30330 Quinn Road, Tomball, 77375

16.   Tomball Memorial High - 19100 Northpointe Ridge Lane, Tomball, 77377

17.   Ancillary Services - 1110 Baker Drive, Tomball, 77375

18.   Aquatic Center Natatorium - 13850 Zion Road, Tomball, 77375

19.   Transportation - 1055 Baker Drive, Tomball, 77375

20.   Central Administration - 310 Cherry St., Tomball, 77375

21.   Creekside Park Junior High - 8711 Creekside Green Drive, The Woodlands, 77375.

22.   Grand Oaks ES - 20241 Cypress Rosehill Rd

23.   Tomball Innovation Center - 11211 FM 2920, Tomball, 77375

24.   New ES #12 - 17702 Mueske Road, Cypress, 77433

25.   Technology and Staff Development Center - 1302 Keefer St. Suite B, Tomball, Texas 77375 (sometimes referred to as 133 Buvinghausen St)

 

 

Category Two:

VOLUNTARY SITE VISIT- CATEGORY TWO

Vendors wishing to bid on internal connections can attend a voluntary site visit either November 7th, 2022, or November 8th, 2022, both at 10:00am. Vendors will meet at Tomball ISD Technology and Staff Development Center 1302 Keefer Road, Suite B, Tomball, TX 77375. Vendors will check in with JB Bryant, Technology Project Manager.

 

INTERNAL CONNECTIONS

Tomball ISD will be replacing all of its existing Aruba AP200 series wireless access points with Aruba AP635 access points in 2 comprehensive high schools, 1 alternative school, 3 junior highs, 3 intermediates, 10 elementaries, and 4 support sites. Cabling is existing and the new access points will be a 1 for 1 replacement so no design services are necessary. Please provide a quote for 1800 Aruba AP635 access points with installation, mounting brackets, configuration, and 5 years of maintenance/support. We would like Aruba Central licensing for 5 years for all 1800 access points.

 

IC Project A – WAPs

Installation and configuration needed for all WAPs and Aruba Central software.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

1800

HPE Aruba 635 mounting bracket. R3J16A

Wireless Access Points

1800

HPE Aruba AP 635 – indoor access point, tri radio, 2.4GHz, 5GHz and 6GHz (concurrent) 802.11ax 2x2 MIMO Part number R7J28A with Aruba Central 5-year licensing Q9Y60AAE

 

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:

All wireless access points must be compatible with HPE Aruba wireless controllers and utilize Aruba Central.

 

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS – PROJECT A: 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.

 

IC Project B – UPS

Installation needed. No configuration needed.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

137

APC UPS Network Management Card 3

UPS/Battery Backup

22

APC Smart – UPS 3000VA (MDF)

UPS/Battery Backup

115

APC Smart – UPS 2200VA (IDF)

UPS/Battery Backup

10

APC Smart – UPS x 1500VA (Small IDF)

 

 

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: The applicant will not accept bids from manufacturers of equipment deemed a national security threat by the Federal Communications Commission. The list of prohibited equipment is available here: https://www.fcc.gov/supplychain/coveredlist . Vendors that submit bids that includes these manufacturers will have their bid 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: 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 and/or Project B.  Bids for individual components of a single project will be disqualified.

 

BASIC MAINTENANCE OF INTERNAL CONNECTIONS:

BMIC Project C – WAPs

The district would like a 5-year manufacturer’s support contract for these items:

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Access Points

1800

HPE Aruba AP 635 – indoor access point, tri radio, 2.5GHz, 5GHz and 6GHz (concurrent) 802.11ax 2x2 MIMO Part number R7J28A with Aruba Central 5-year licensing Q9Y60AAE

 

 

BMIC Project D – UPS

The district would like a 5-year manufacturer’s support contract for these items:

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

UPS/Battery Backup

22

APC Smart – UPS 3000VA (MDF)

UPS/Battery Backup

115

APC Smart – UPS 2200VA (IDF)

UPS/Battery Backup

10

APC Smart – UPS x 1500VA (Small IDF)

 

 

·        DISQUALIFICATION FACTOR BMIC: Service providers are required to bid the entire maintenance Project C and/or Project D.  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.

TOMBALL_C2_COVER_PAGE_.pdf
2023_C2_Bidding_Instructions108.docx
Tomball_QA_11_08_22.docx

Questions Received with Applicant Answers   ( Ask Questions? )




1. Can this work be scheduled for next summer? 2. Are there any WAP locations higher that 15ft.?

Answer:

1. Yes, the work will begin in the summer of 2023.

2, Yes, there are access points in high locations such as in gymnasiums at several campuses. This is primarily at the JH and HS campuses.

Questions: UPS’s 1.) Just to confirm, we can provide a response for Project B and Project D ONLY? 2.) Project D, BMIC for UPS’s: Manufacturer Warranty is included/bundled in the quote for the UPS’s. - Are you wanting Services “above” what the Manufacturer provides? - If so to the above, can you expand on what you’re looking for here? 3.) How many locations will the UPS’s be deployed, do you have the breakdown per building? 4.) What do you want the awarded vender to do with the UPS’s being Removed? 5.) Is a 900W power UPS acceptable? 6.) Is an integrated Network Card something you’d be interested in? 7.) Are you interested in looking at Lithium Battery UPS Solution? 8.) Is a 10-year Warranty acceptable in place of a 2-year? - We work with a manufacturer that has 10-years as their standard for Lithium UPS’s 10.) Is there a required Run Time? 11.) Are you requesting: 15AMP or 20AMP? We are assuming 120V? Our assumption is that all UPS’s would be Rack Mounted? 11. )Are there advantages in your environment for Online Double Conversion vs. Line Interactive? 12.) Can you expand on what you are requesting regarding MIBS? - Is this to cover yourselves in regard to Licensing: BMIC, MIBS, IC? - If it’s more than what we asked above, please expand on what you’re looking for here? Questions: AP’s 1.) Can we provide a bid on “install services ONLY”? If so, please see our list of questions below: • Will a scissor lift, inside or out, be required as part of the installation of the new access points? o If yes, will the school district provide or does the service provider need to plan on bringing? • How many sites are included in this bid and how many per site? • Upon award, can the access point hardware be delivered to our company to pre-project prep? o Then we would be responsible for delivery to the schools • How do you plan to address if there’s an issue with any of the existing Cabling/Connections? • Would you be open for an On-Site walk-through of a few of your buildings? o Example: scheduled half day visit of 2 or 3 of your “most common” school buildings. Or if you have a couple of “unique/challenging” buildings that would be beneficial also.

Answer:

UPS: 

1. Yes

2. We are looking for a 5 year total manufacturer warranty if available on electronic components.

3. 25; not at this time. We are still working on a full inventory of what is needed and what is in place.

4. Tomball ISD will dispose of the old UPS units.

5. No

6. Not at this time.

7. We are open to this discussion.

8. We are open to this discussion.

9. No question noted (it appears number 9 was skipped).

10. At least 30 minutes.

11. 20AMP; 120V; Yes

11. We are open to this discussion. (There are two number 11s).

12. We are requesting a 5 year manufacturer's support contract to provide support/replacement for electronic components.

 

AP:

1. No, vendors are required to bid all components of the project, including the equipment and installation services.

1. Does the district have a required turnup date? 2. In the case of leased lit fiber, what is the districts’ preference for the type of hand-off media (Copper, MMF, SMF)? 3. At the data center "hub site" if the circuits are aggregated they will have a combined bandwidth of 240Gb. What is the prefered hand-off for this? 4. Could we get a list of the make/ model and port allocation of core/edge switching for each of the sites?

Answer:

1. Spring 2024

2. SMF

3. Circuits will not be aggregated. We will require a SMF handoff.

4. This will be determined by the design of the network. We will be using HPE Aruba switching hardware.