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

school Cedar Park Library
IFCB Posted : Sep 15, 2023
Bid Deadline : Friday, Oct 27, 2023

Questions Due By : Sunday, Sep 24, 2023
Applicant Address : Cedar Park, TX 78613
IFCB ID : 240001089

IFCB Requirements :

·        Before the bid deadline, all Questions and Bids must be submitted using the on-line IFCB system. Bids submitted before the bid deadline outside of this system will be disqualified. 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.

·       For all requested services and/or products listed on this IFCB: proposals that include generic/encyclopedic price lists will be considered non-responsive and will be disqualified.

 

·        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 1 GB bandwidth capable

FortiGate 400F or similar

Modules, GBIC, transceivers

2

Fortinet FN-TRAN-SFP+SR

 

 

IC Project B – Network Equipment

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

6

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

Antennas, Connectors and Related Components

10

Cat6 Modular Patch Panel, 48 Port

Antennas, Connectors and Related Components

3

Cat6 Modular Patch Panel, 24 Port

Antennas, Connectors and Related Components

26

Meraki Dual Band Patch Antenna (MA-ANT-25)

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

Switches

2

Cisco Catalyst C9500-32QC

Modules, GBIC, transceivers

2

Cisco QSFP-100G-LR4

Modules, GBIC, transceivers

4

Cisco QSFP-100G-SRBD

Modules, GBIC, transceivers

10

Cisco QSFP-40G-SRBD

Modules, GBIC, transceivers

10

Cisco Meraki MA-QSFP-40G-SR-BD

Modules, GBIC, transceivers

2

Cisco SFP-10G-SR

Wireless Access Points

 21

Cisco Catalyst 9164I AP (W6E, tri-band 4x4) w/Meraki

Wireless Access Points

 13 

Cisco Meraki MR86 Wi-Fi 6 Outdoor AP

 

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

5 Year support for Fortinet with 1 GB bandwidth capable

FortiGate 400F or similar

 

 

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

5 years support

Switches

3

Cisco Meraki Cloud Managed MS355-24X2

5 years support

Switches

2

Cisco Catalyst C9500-32QC

5 years support

Wireless Access Points

 21

Cisco Catalyst 9164I

5 years support

Wireless Access Points

 13

Cisco Meraki MR86 Wi-Fi 6 Outdoor

5 years support

 

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.

 

Questions Received with Applicant Answers   ( Ask Questions? )




Is the applicant purchasing new equipment they will manage themselves or will the MIBS contract offer management by a 3rd party?

Answer:

All new purchased equipment will be managed by us.

Will the applicant entertain a bid for an equivalent solution that is sold as a service under a MIBS contract and where the equipment is essentially leased without an option to purchase the equipment at the end of the contract?

Answer:

We’re not looking for any leased equipment, but you can propose equivalent equipment for the purchase of hardware. 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).

Will the applicant accept and evaluate a bid from an equivalent solution that requires zero configuration and provided automated monitoring and management of the network but is sold as a service under a MIBS contract?

Answer:

We’re not looking for any leased equipment, but you can propose equivalent equipment for the purchase of hardware. 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).

1. Which FW is needed? 401F or 400F (01 model to have the hard drive with the firewall vs relying on system memory for logging information on the box) 2. COCP, requested (21) Cisco Catalyst 9164I AP (W6E, tri-band 4x4) w/Meraki for indoor. Does COCP have a Cisco Wireless controller and licenses to support them? Or should we recommend a Meraki equivalent to be managed in the cloud, like the (13) Outdoor Meraki Aps? 3. Any additional types of mounts for the Aps or the normal/included mounts for indoor Aps and outdoor? 4. Not listed in the request, cabling or fiber, patch down or patch cables, fiber or fiber jumpers, test of any sorts for power, rack, cooling, is this all out of scope? 5. If no cabling included in this request, it would be more cost effective to have the cabling provider, do all the mounting of the Aps (indoor and out) as they will already have the latter, flight, maybe the 25 Ft service loops for the cabling. With no installation that will also be a cost savings to COCP to have the cabling provider mount. Estimated cost to rent a lift is 2-3k for a week, plus labor hours, travel, etc. the cabling provider will already in at the exact location and pulling the cabling runs. COCP would be paying twice for the costs splitting them out. Should we include mounting of Aps or omit that from this response? 6. Posted/requested is installation, configuration and mounting for all Cisco, APC, Meraki and Fortinet. Last time, that was removed, is that needed for this request or should be it be removed? No services outside manufacture Support and Maintenance.

Answer:

1. Which FW is needed? 401F or 400F (01 model to have the hard drive with the firewall vs relying on system memory for logging information on the box)

401F

2. COCP, requested (21) Cisco Catalyst 9164I AP (W6E, tri-band 4x4) w/Meraki for indoor. Does COCP have a Cisco Wireless controller and licenses to support them? Or should we recommend a Meraki equivalent to be managed in the cloud, like the (13) Outdoor Meraki Aps?

All access points should be Meraki cloud managed

 

3. Any additional types of mounts for the Aps or the normal/included mounts for indoor Aps and outdoor?

Access points will be ceiling or wall mounted for indoor, and wall mounted for outdoor.

 

4. Not listed in the request, cabling or fiber, patch down or patch cables, fiber or fiber jumpers, test of any sorts for power, rack, cooling, is this all out of scope?

 

Yes, all patch cables will be supplied by customer, cooling is done trough GC

 

5. If no cabling included in this request, it would be more cost effective to have the cabling provider, do all the mounting of the Aps (indoor and out) as they will already have the latter, flight, maybe the 25 Ft service loops for the cabling. With no installation that will also be a cost savings to COCP to have the cabling provider mount. Estimated cost to rent a lift is 2-3k for a week, plus labor hours, travel, etc. the cabling provider will already in at the exact location and pulling the cabling runs. COCP would be paying twice for the costs splitting them out. Should we include mounting of Aps or omit that from this response?

 

Vendor can propose optional service for WiFI install and we will consider that as option. It is more difficult to change contract with cabling company to add AP install.

 

6. Posted/requested is installation, configuration and mounting for all Cisco, APC, Meraki and Fortinet. Last time, that was removed, is that needed for this request or should be it be removed? No services outside manufacture Support and Maintenance.

As stated in previous response vendor can bid on AP install, all other equipment install will be done by our staff.

(4) QSFP-100G-SRBD are end of sale. Should this be (4) SFP-100G-SRBD or (2) QSFP-100G-SR1.2= 0r (2) QSFP-100G-SM-SR= (2) QSFP-100G-LR4- Should that be single mode? (13) MR86-HW should we add (26) MA-ANT-25 to go with that outdoor AP or different one? For (2) C9500-32QC should that be (2) C9500-32QC-E or (2) C9500-32QC-A? Should they have dual Power C9K-PWR-650WAC-R/2 and do they need SSD drives?

Answer:

4) QSFP-100G-SRBD are end of sale. Should this be (4) SFP-100G-SRBD or (2) QSFP-100G-SR1.2= 0r (2) QSFP-100G-SM-SR= (2) QSFP-100G-LR4- Should that be single mode?

 

The right model for the sfp is QSFP-40/100-SRBD (dual-rate 40G/100G BiDi QSFP+, LC connectors with multi-mode fiber), qty 4. The LR SFP module should be single mode.

 

(13) MR86-HW should we add (26) MA-ANT-25 to go with that outdoor AP or different one?

 

MA-ANT-25 to go with the MR84s are already requested

 

 

For (2) C9500-32QC should that be (2) C9500-32QC-E or (2) C9500-32QC-A? Should they have dual Power C9K-PWR-650WAC-R/2 and do they need SSD drives?

 

Dual power, no SSD

Are Performance and Payment Bonds required?

Answer:
No these will not be required for this project.