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

school Springfield School District
IFCB Posted : Nov 11, 2022
Bid Deadline : Friday, Dec 23, 2022

Questions Due By : Sunday, Nov 20, 2022
Applicant Address : Springfield, MO 65802
IFCB ID : 230004473

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: 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: Service providers are required to bid the entire hardware Project A and/or Project B.  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 BMIC: Service providers are required to bid an entire Project C, Project D, Project E and/or Project F.  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 :

UPDATE 11.17.22 - Additional information has been added to the narrative regarding the switches. 

Category Two:

INTERNAL CONNECTIONS

IC Project A – Switches, 1 year licensing option

 

No installation needed. Bids should include all necessary licensing. 45 of the 219 48- port switches need to be multi-gig (100M/1G/2.5G/5G) capable on all ports. All copper ports must be POE+ (802.3at) or better. Switches must be stackable, each switch must have 4 SFP ports capable of 25G or better. Switches must be compatible with Aruba NetEdit software. Switches must have hot-swappable redundant power supplies. The district will move forward with Project A OR Project B, not both.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

374

Aruba X372 54VDC 680W AC Power Supply JL086A

Antennas, Connectors and Related Components

90

Aruba X372 54VDC 1050W AC Power Supply JL087A

Antennas, Connectors and Related Components

6

Aruba 10G SFP+ LC SR 300m MMF Transceiver J9150D

Antennas, Connectors and Related Components

85

Aruba 25G SFP28 LC eSR 400m MMF Transceiver JL485A

Cabling

189

Aruba 50G SFP56 to SFP56 0.65m DAC Cable R0M46A

Cabling

28

Aruba 50G SFP56 to SFP56 3m DAC Cable R0M47A

Switches

174

Aruba 6300M 48G CL4 PoE 4SFP56 Switch JL661A

Switches

45

Aruba 6300M 48SR5 CL6 PoE 4SFP56 Switch JL659A

Switches

13

Aruba 6300M 24-port 1 GbE class 4 PoE and 4-port SFP56 switch JL662A

Switch Licensing

60

Aruba NetEdit Licenses – 1 Year

 

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 must be compatible with existing Aruba NetEdit software.

 

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.

 

 

IC Project B – Switches, 3-year licensing option

 

No installation needed. Bids should include all necessary licensing. All copper ports must be POE+ (802.3at) or better. Switches must be stackable, each switch must have 4 SFP ports capable of 25G or better. Switches must be compatible with Aruba NetEdit software. Switches must have hot-swappable redundant power supplies. The district will move forward with Project A OR Project B, not both.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

374

Aruba X372 54VDC 680W AC Power Supply JL086A

Antennas, Connectors and Related Components

90

Aruba X372 54VDC 1050W AC Power Supply JL087A

Antennas, Connectors and Related Components

6

Aruba 10G SFP+ LC SR 300m MMF Transceiver J9150D

Antennas, Connectors and Related Components

85

Aruba 25G SFP28 LC eSR 400m MMF Transceiver JL485A

Cabling

189

Aruba 50G SFP56 to SFP56 0.65m DAC Cable R0M46A

Cabling

28

Aruba 50G SFP56 to SFP56 3m DAC Cable R0M47A

Switches

174

Aruba 6300M 48G CL4 PoE 4SFP56 Switch JL661A

Switches

45

Aruba 6300M 48SR5 CL6 PoE 4SFP56 Switch JL659A

Switches

13

Aruba 6300M 24-port 1 GbE class 4 PoE and 4-port SFP56 switch JL662A

Switch Licensing

60

Aruba NetEdit Licenses – 3 Year

 

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 must be compatible with existing Aruba NetEdit software.

 

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: Service providers are required to bid the entire hardware Project A and/or Project B.  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.

 

BASIC MAINTENANCE OF INTERNAL CONNECTIONS:

BMIC Project C – Switches

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

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

174

Aruba 1Y FC NBD Exch E/R 6300M 48POE SVC [for JL661A]

Switches

45

Aruba 1Y FC NBD Exch E/R 6300M48SRPOE SVC [for JL659A]

Switches

13

Aruba 1Y FC NBD Exch E/R 6300M 24PoE SVC

 

BMIC Project D – Firewall, 1 yr option

The district would like a 1 yr annualized support contract for these items. The district will move forward with Project D, Project E OR Project F - not all three.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

2

Fortinet Fortigate 4210F – 1 year

 

 

BMIC Project E – Firewall, 3 yr option

The district would like a 3 yr annualized support contract for these items. The district will move forward with Project D, Project E OR Project F - not all three.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

2

Fortinet Fortigate 4210F  - 3 year

 

BMIC Project F – Firewall, 5 yr option

The district would like a 5 yr annualized support contract for these items. The district will move forward with Project D, Project E OR Project F - not all three.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

2

Fortinet Fortigate 4210F – 5 year

 

DISQUALIFICATION FACTOR BMIC: Service providers are required to bid an entire Project C, Project D, Project E and/or Project F.  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_Instructions129.docx
SPRINGFIELD_C2_COVER_PAGE_.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Thank you for the opportunity to participate. We have two questions as we work to put our proposal together. 1. Will the District consider solutions that have their own version of net edit software? 2. Would the District consider 8x10Gig or 2x40Gig uplink modules? Thank you, Brian Shaw

Answer:

  1. We will accept bids for different net edit software if it is compatible with our current Aruba infrastructure.
  2. No