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

school Decatur ISD
IFCB Posted : Dec 5, 2022
Bid Deadline : Monday, Jan 16, 2023

Questions Due By : Wednesday, Dec 14, 2022
Applicant Address : Decatur, TX 76234
IFCB ID : 230007158

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.

 

·         DISQUALIFICATION FACTOR CATEGORY ONE NETWORK EQUIPMENT: 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 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.

 

·         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 B: 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: 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 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 12.06.22 - Installation has been included under Category 1 Equipment and IC Project A - Firewall. 
UPDATE 12.06.22 - IC Project A - Firewall, the modules have been reduced from 8 each to to 4 each. 

Category One:

 

Category 1 Network Equipment-
Installation and configuration needed.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

1

Cisco 4507

Switches

6

Cisco 4500X

 

DISQUALIFICATION FACTOR CATEGORY ONE NETWORK EQUIPMENT: 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 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.

 

 

Category Two:

INTERNAL CONNECTIONS

The district is upgrading to newer, higher capacity wireless access points. Cabling is in place, but bids should include 10 additional drops or relocated drops.

 

Project A – Firewall

Installation and configuration needed. 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

8 4

Fortinet 10 G SFP

Antennas, Connectors and Related Components

8 4

Cisco 10 G SFP

Firewall Service and Components

1

Fortinet 600F

 

 

Project B – WAPs

Installation and configuration needed for the wireless access points. Bids should include 5-year licensing for the WAPs.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Cabling

10

Drops for WAPs

Wireless Access Points

180

Meraki MR 56 or newer with 5-year licensing

 

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 existing Cisco/Meraki routers and switches.

 

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS – PROJECT B: 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 – WAP Licensing

WAP licensing for existing WAPs. Bids should include 5-year licensing.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Access Point Licensing

170

Meraki MR42 – 5-year licensing

 

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).

 

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 B: 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: 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

Fortinet 600F

 

DISQUALIFICATION FACTOR BMIC: Service providers are required to bid the entire maintenance 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.

2023_C2_Bidding_Instructions154.docx
DECATUR_ISD_C1_COVER_PAGE.pdf
DECATUR_ISD_C2_COVER_PAGE_.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Is there a site walk scheduled? I did not see anything about one in the RFP document, but I could have missed it.

Answer:

We do not plan to have site visits.

What is Switch's model where you plan to install the SFP connector? What type of connector: SR, LR? What type of Fiber do you have?

Answer:

We don't have a switch yet, the RFP should be to replace the existing out of service switch.  Should be long range if SFP is quoted.  

Hi, are the APs being replaced or newly installed ? Any high ceilings ? Thank you

Answer:

Replaced and yes, we have a few high ceilings.  A lift will be required for some of them.

For the Fortinet firewall, are any subscription required? If so, which subscriptions?

Answer:

The Enterprise bundle.  Prefer 5 year but will consider 3 year as well.

4507 is end of sale. Can you answer the following questions so a suitable replacement can be provided? 1) How many and what type of ports are needed on this switch? Speed 1gig, 2.5gig, 5gig, 10gig? POE power per port? 2) How many and what type of SFP, SFP+, SFP28 slots are required on these switches? 3) Is resilient power required? 4) Are any transceivers required and if so what speed and type? For example, GLC-SX-MMD or SFP-10G-LR

Answer:
We are replacing the 4507.  Looking for a newer Cisco switch with 24-10gig ports (SFP ports).  One 48 port POE gig blade and one 48 port non POE, gig blade.  No transceivers needed as we already have them.  Resilient power or redundant?  Dual power supply YES.