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

school Dardanelle School District
IFCB Posted : Oct 27, 2022
Bid Deadline : Thursday, Dec 8, 2022

Questions Due By : Thursday, Nov 10, 2022
Applicant Address : Dardanelle, AR 72834
IFCB ID : 230003111

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- PROJECT A ONLY: Vendors who wish to bid must attend one of two mandatory site visits. Vendors who submit a bid but have not attended a meeting will be disqualified.

·         DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Service providers are required to bid an entire Project A, Project B, Project D, Project D and/or Project E.  Bids for individual components of a single project will be disqualified.


Services and Equipment Requested :

UPDATE 11.10.22 - Additional information was provided during the vendor site visits. This information is now available for download along with this IFCB. 

UPDATE 10.27.22 - The mandatory site visit disqualification was included below Project A.

Category Two:

MANDATORY SITE VISIT, PROJECT A - WIRELESS ACCESS POINTS ONLY

Vendors wishing to submit bids for category two projects must attend one of two mandatory site visits. The site visits will be held on November 2nd, 2022, and November 9th, 2022. Both will begin at 9am. Vendors will meet at Dardanelle Tech Office, 209 Cedar Street, Dardanelle, AR 72834. Vendors will check in with Jon-Nathan George.  Bids from vendors who did not attend either of the site visits will be disqualified.

 

 

INTERNAL CONNECTIONS

 

The district is looking to do a full wireless refresh – replacing all current Extreme wireless access points with newer Cloud compatible access points. The district is also adding some switches and UPS systems and one P2P wireless system to connect buildings.

 

Project A – Wireless Access Points

Installation of all wireless access points needed. Migrating of current Extreme on-prem services (NAC, Wireless Controllers & Netsight) to the new Extreme Cloud service. Activation of all new cloud licenses needed. Majority of these WAPs have existing ethernet runs. 79 of the WAPs will need ethernet drops installed as well as the WAP mounted. There are an additional 36 drops needed for non WAP use. The WAPs must be installed as close to the middle of the classroom as possible. All cabling runs must be labeled on the WAP and Rack (RJ45 Jacks) to identify WAPs and runs. Configuration of the WAPs on building maps in the Extreme Cloud portal to identify their location in the building. Delivery of spreadsheet with WAP serial number and location of installation for all WAPs. Installation of Point 2 Point system connecting the Field House to the BOB Building.  Building maps and a spreadsheet with the Wireless Project details are available for download along with this IFCB.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Cabling

115

Cat 6 or better cabling drops

Wireless Access Points

2 (1 pair)

Ubiquiti P2p System to connect two buildings (1 GB bandwidth)

Wireless Access Points

207

Extreme AP4000 with 5-year Extreme Cloud Licensing

Wireless Access Points

5

Extreme AP5050 with 5-year Extreme Cloud Licensing

Wireless Access Points

29

Extreme AP5010 with 5-year Extreme Cloud 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- PROJECT A ONLY: Vendors who wish to bid must attend one of two mandatory site visits. Vendors who submit a bid but have not attended a meeting will be disqualified.


Project B – Switches, Extreme Solution

No installation needed; no site visit required. The district will purchase project B or C, not both.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

13

Extreme 5420 POE+48 Port w/1100W Power Supply with 5-year Extreme Cloud Licensing

 

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).

 

Project C – Switches, Aruba Solution

No installation needed; no site visit required.  The district will purchase project B or C, not both.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

13

Aruba 2930M POE+ 48 Port w/1050w Power Supply with 5-year Extreme Licensing for cloud console for non-extreme switches

 

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).

 

Project D – UPS

No installation needed; no site visit required.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

UPS/Battery Backup

6

TrippLite – 220-240V UPS. Bids should include 6000VA, 8000VA and 10,000VA systems and must include Network card/capabilities.

 

 

Project E – Modules, transceivers, and DAC cables.

No installation needed; no site visit required.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

60

HP/Aruba J9731A Expansion Module for HP 2920 2X SFP+ slots

Cabling

60

3M HP/ Aruba (compatible) 10G SFP+ to SFP+ 3M DAC Cable

Antennas, Connectors and Related Components

60

10G Base-SR SFP+ (multi-mode) transceiver compatible with HP/Aruba 2920 with J9731A module installed

 

 

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 ONLY: Vendors who wish to bid must attend one of two mandatory site visits. Vendors who submit a bid but have not attended a meeting 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.

 

Questions Received with Applicant Answers   ( Ask Questions? )




cable drops” – I ran this by my product management, and they are unfamiliar with this type of product. Would you be able to provide a part # we can reference or spec sheet? If the school is looking for actual Cat6 cables, then I’ll need to know the length and color that is needed.

Answer:
By cable drops, we mean we need a cable run from our networking cabinet to specific locations. From our patch panel to the intended location with punch-down blocks or wall plates. We can show these locations during the walk-throughs or they can be seen on the supplied maps. 

Could I get the correct part numbers to bid the specific products requested? Type of Equipment Quantity Vendor Should Bid Preferred Make/Manufacturer Cabling 115 Cat 6 or better cabling drops Wireless Access Points 2 (1 pair) Ubiquiti P2p System to connect two buildings (1 GB bandwidth) Wireless Access Points 207 Extreme AP4000 with 5-year Extreme Cloud Licensing Wireless Access Points 5 Extreme AP5050 with 5-year Extreme Cloud Licensing Wireless Access Points 29 Extreme AP5010 with 5-year Extreme Cloud Licensing Type of Equipment Quantity Vendor Should Bid Preferred Make/Manufacturer UPS/Battery Backup 6 TrippLite – 220-240V UPS. Bids should include 6000VA, 8000VA and 10,000VA systems and must include Network card/capabilities.

Answer:
We will accept bids on any equipment models (part numbers) that meet the specifications listed in the 470/IFCB.