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

school Cedar Park Library
IFCB Posted : Feb 2, 2023
Bid Deadline : Thursday, Mar 2, 2023

Questions Due By : Monday, Feb 6, 2023
Applicant Address : Cedar Park, TX 78613
IFCB ID : 230018063

IFCB Requirements :

·         All Questions and Bids must be submitted using the on-line Invitation for Competitive Bids (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.

 

·         Bidder must read and agrees to comply with the terms the Cedar Park Library RFP, listed as an attachment to this IFCB at www.crwconsulting.com/ifcb, and incorporated herein.

 

·         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 City of Cedar Park (hereinafter “Applicant” or “City”) 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 City determines that the bidding company has offered any employee of the City 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 City Council 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: 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 or Project B.  Bids for individual components of a single project will be disqualified.

 

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

Category Two:

INTERNAL CONNECTIONS

The Cedar Park Public Library is a key civic destination that empowers everyone to learn, create and have fun. The Library serves more than 330,000 visitors annually with exceptional service and a wide range of programming for all ages. To meet the ever-changing needs of our diverse community, the City is building a new library https://www.cedarparktexas.gov/newlibrary at the Bell District, planned to open in 2024.

 

With the input and support of Cedar Park residents, the City has reimagined the modern library experience. The new Library will be home to a growing collection of books, resources and technology, with dedicated space for kids, teens, adults and outdoor reading. Additionally, the building will be equipped with two makerspaces for creative projects and a flexible event space for community use.

 

Located in the Bell District https://belldistrict.com/, Cedar Park’s central hub, the Library will be nestled among 12 acres of greenspace, serving as a gateway to nature and within walking distance to shops, cafes and more. While our location is changing, we will continue to be the “Library of Yes” by offering the same warm service, inclusive programming and engaging experience that our community has come to know and love. Welcome to the “Library of Yes!”

 

An RFP with additional information is available for download along with this IFCB.

 

IC Project A – Firewall

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall service and components

1

Fortinet with 10 GB bandwidth capable

 

 

IC Project B – Network Equipment

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

5

LC Fiber Adapter Panel, OM3/OM4, LC Duplex, Aqua

Antennas, Connectors and Related Components

10

Cat 6 Punchdown Keystone Patch Panel, 48 Port

Antennas, Connectors and Related Components

3

Cat 6 Punchdown Keystone Patch Panel, 24 Port

UPS/Battery Backup

5

APC Smart-UPS SRT 5000VA RM 3U On-Line UPS Battery Backup, needs NEMA L6-30P on the wall

Switches

10

Cisco Meraki Cloud Managed MS355-48X2

Switches

3

Cisco Meraki Cloud Managed MS355-24X2

Wireless Access Points

 21

Cisco Catalyst 9164I

Wireless Access Points

 13 

Cisco Meraki MR86 

 

NOTE: We are requesting WAP or 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).

 

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: 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 or Project B.  Bids for individual components of a single project will be disqualified.

 

BASIC MAINTENANCE OF INTERNAL CONNECTIONS:

 

BMIC Project C – Firewall

The City requires a manufacturer’s support contract for these items:

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall service and components

1

Fortinet with 10 GB bandwidth capable

 

 

BMIC Project D – Network Equipment

The City requires a manufacturer’s support contract for these items:

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

UPS/Battery Backup

5

APC Smart-UPS SRT 5000VA RM 3U On-Line UPS Battery Backup, needs NEMA L6-30P on the wall

Switches

10

Cisco Meraki Cloud Managed MS355-48X2

Switches

3

Cisco Meraki Cloud Managed MS355-24X2

Wireless Access Points

 21

Cisco Catalyst 9164I

Wireless Access Points

 13

Cisco Meraki MR86 

 

DISQUALIFICATION FACTOR BMIC: Service providers are required to bid an entire Project C and/or Project D.  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_Instructions196.docx
CEDAR_PARK_LIBRARY_C2_COVER_PAGE_.pdf
Cedar_Park_Library_RFP.docx

Questions Received with Applicant Answers   ( Ask Questions? )




1. For Cisco (21) Wireless Access Points Cisco Catalyst 9164I. Does COCP Lib have an existing Cisco Controller management system? If yes, which one. If no, are you purchasing outside this RFP? Do we include licensing DNA which version? And/or do we included Meraki support and licensing, which one and term of agreement? 2. Meraki switches and access points. Meraki offerings licensing and support for 1, 3, 5 and 7 year support contracts. RFP states one year with the optional renewals, with this being Erate, would COCP Lib, use a 3 or 5 year coverage under eligible Erate funding? 3. Fortinet Firewall, will any additional licensing be needed (if yes, which ones and how many)? For support, under Erate we can request 1 or 3 or 5, years support, which one is best for COCP Lib. 4. We see the request for panels. No coper jumpers, fiber jumpers, optics in the hardware, cable management, labeling, punch down, fiber testing or certifying, this is all out of scope? 5. No cabling for internal nor external access points? 6. Mounting for the access points, if needed what is needed? 7. Anything over a 6-8 ft ladder for mounting, will COCP Lib provide the lift and mounts, or other?

Answer:

: 1. For Cisco (21) Wireless Access Points Cisco Catalyst 9164I. Does COCP Lib have an existing Cisco Controller management system? If yes, which one. If no, are you purchasing outside this RFP? Do we include licensing DNA which version? And/or do we included Meraki support and licensing, which one and term of agreement?

This will be 9164I-MR, cloud managed AP.  Meraki support and licensing for 5 years preferred

2. Meraki switches and access points. Meraki offerings licensing and support for 1, 3, 5 and 7 year support contracts. RFP states one year with the optional renewals, with this being Erate, would COCP Lib, use a 3 or 5 year coverage under eligible Erate funding?

5 years coverage preferred

 

3. Fortinet Firewall, will any additional licensing be needed (if yes, which ones and how many)? For support, under Erate we can request 1 or 3 or 5, years support, which one is best for COCP Lib.

We are looking for Fortinet FortiGate 1801F - security appliance or comparable with 5 years support preferred. I believe most of the features are included with this appliance.

4. We see the request for panels. No coper jumpers, fiber jumpers, optics in the hardware, cable management, labeling, punch down, fiber testing or certifying, this is all out of scope?

That is out of scope of this RFP

5. No cabling for internal nor external access points?

Done by contractor

 

6. Mounting for the access points, if needed what is needed?

It will be mix of wall mount and ceiling mounts

7. Anything over a 6-8 ft ladder for mounting, will COCP Lib provide the lift and mounts, or other?

 

Will be done by contractor