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

school Harrah ISD 7
IFCB Posted : Dec 16, 2022
Bid Deadline : Friday, Jan 27, 2023

Questions Due By : Sunday, Dec 25, 2022
Applicant Address : Harrah, OK 73045
IFCB ID : 230009470

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: 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, Project C and/or Project D.  Bids for individual components of a single project will be disqualified.

·         DISQUALIFICATION FACTOR BMIC: Service providers are required to bid an entire Project E, Project F, Project G, Project H and/or Project I.  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.

 

·         DISQUALIFICATION FACTOR MIBS: Vendors must complete and include the C2 Cover Page with their bid. Bids received without the cover page will be disqualified.

·         DISQUALIFICATION FACTOR MIBS: Service providers are required to bid the entire Project J.  Bids for individual components of the project will be disqualified.


Services and Equipment Requested :

UPDATE 12/21/22: QA from the vendor walkthrough is now available for download along with this IFCB. Also, the narrative for BMIC Project G and Project H have been updated to to include, "Applicant is requesting that the BMIC from equipment vendor includes next day RMA and 24/7 technical support for equipment listed below." 

UPDATE 12/20/22:  THE EMAIL ADDRESS FOR COUN WEBSTER HAS BEEN UPDATED TO cwebster@harrahschools.com.  


Category Two:

VOLUNTARY SITE VISIT

Vendors wishing to bid on internal connections can attend a voluntary site visit on December 21, 2022, at 9am. Vendors should RSVP to Jsellers@harrahschools.com and Cwebster@harraschools.com. cwebster@harrahschools.com   Vendors will meet at Harrah High School – 20370 Elm Street, Harrah, OK 73045. Vendors will check in with Coun Webster.

 

INTERNAL CONNECTIONS

Installation and configuration needed for the firewalls in HA pairing. Remove and replace two post racks with cabinets and move all associated wiring, terminate, and label patch panels.

 

IC Project A – Firewall; 3-year licensing

NOTE: The district will move forward with IC Project A or IC Project B, not both.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

2

Fortinet FG110F or better w/ 3-year licensing

 

COMPATIBILITY REQUIREMENT:

Equipment must be compatible with existing Fortinet infrastructure.

 

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 – Firewall; 5-year licensing

NOTE: The district will move forward with IC Project A or IC Project B, not both.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

2

Fortinet FG110F or better w/ 5-year licensing

 

COMPATIBILITY REQUIREMENT:

Equipment must be compatible with existing Fortinet infrastructure.

 

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 C – Network Equipment; 3-year licensing option

NOTE: The district will purchase IC Project C or IC Project D, not both.

Existing cables must be moved to new racks from wall mount cabinets and terminated. No new cabling drops needed.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

20

QSFP

Antennas, Connectors and Related Components

30

Fortinet SFP+

Caching Server

2

PowerEdge R650 rack server with Raid 5, 4 HDD 32GB RAM and QSFP network card

Racks

8

Tripp Lite 42U Rack Enclosure Server Cabinet 750mm Extra Wide with 2 PDUs per enclosure

Switches

7

Fortinet FS1048 or better w/ 3-year licensing

Switch Licensing

1

Fortiswitch 1048E; 3-year licensing for existing equipment

Switch Licensing

35

Fortiswitch 148F FPOE; 3-year licensing for existing equipment

Switch Licensing

10

Fortiswitch M426E-FPOE; 3-year licensing for existing equipment

UPS/Battery Backup

7

Tripp Lite 2200VA UPS Smart AVR w installed WEBCARDLX 2URM

Wireless Access Points

15

Fortinet 431 w/ 3-year licensing

Wireless Access Point Licensing

119

Fortinet AP U231F; 3-year licensing for existing equipment

Wireless Access Point Licensing

117

Fortinet AP 431f; 3-year licensing for existing equipment

 

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).

 

COMPATIBILITY REQUIREMENT:

Equipment must be compatible with existing Fortinet infrastructure.

 

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 D – Network Equipment; 5-year licensing option

NOTE: The district will purchase IC Project C or IC Project D, not both.

Existing cables must be moved to new racks from wall mount cabinets and terminated. No new cabling drops needed.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

20

QSFP

Antennas, Connectors and Related Components

30

Fortinet SFP+

Caching Server

2

PowerEdge R650 rack server with Raid 5, 4 HDD 32GB RAM and QSFP network card

Racks

8

Tripp Lite 42U Rack Enclosure Server Cabinet 750mm Extra Wide with 2 PDUs per enclosure

Switches

7

Fortinet FS1048 or better w/ 5-year licensing

Switch Licensing

1

Fortiswitch 1048E; 5-year licensing for existing equipment

Switch Licensing

35

Fortiswitch 148F FPOE; 5-year licensing for existing equipment

Switch Licensing

10

Fortiswitch M426E-FPOE; 5-year licensing for existing equipment

UPS/Battery Backup

7

Tripp Lite 2200VA UPS Smart AVR w installed WEBCARDLX 2URM

Wireless Access Points

15

Fortinet 431 w/ 5-year licensing

Wireless Access Point Licensing

119

Fortinet AP U231F; 5-year licensing for existing equipment

Wireless Access Point Licensing

117

Fortinet AP 431F; 5-year licensing for existing equipment

 

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).

 

COMPATIBILITY REQUIREMENT:

Equipment must be compatible with existing Fortinet infrastructure.

 

 

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: 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, Project C and/or Project D.  Bids for individual components of a single project will be disqualified.

BASIC MAINTENANCE OF INTERNAL CONNECTIONS:

BMIC Project E – Firewall; 3-year licensing option

NOTE: The district will move forward with BMIC Project E or BMIC Project F or BMIC Project G, not all three. The district would like a 3 year manufacturer’s support contract for these items:

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

2

Fortinet FG110F or better w/ 3-year licensing

 

BMIC Project F – Firewall; 5-year licensing option

NOTE: The district will move forward with BMIC Project E or BMIC Project F, not both. The district would like a 5-year manufacturer’s support contract for these items:

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

2

Fortinet FG110F or better w/ 5-year licensing

 

 

BMIC Project G – 3-year support option

NOTE: The district will move forward with BMIC Project G or BMIC Project H, not both.
Applicant is requesting that BMIC from equipment vendor includes next day RMA and 24/7 technical support for equipment listed below. The district would like a 3-year manufacturer’s support contract for these items:

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

20

QSFP

Antennas, Connectors and Related Components

30

Fortinet SFP+

Caching Server

2

PowerEdge R650 rack server with Raid 5, 4 HDD 32GB RAM and QSFP network card

Racks

8

Tripp Lite 42U Rack Enclosure Server Cabinet 750mm Extra Wide with 2 PDUs per enclosure

Switches

7

Fortinet FS1048 or better

Switches

1

Fortiswitch 1048E; existing equipment

Switches

35

Fortiswitch 148F FPOE; existing equipment

Switches

10

Fortiswitch M426E-FPOE; existing equipment

UPS/Battery Backup

7

Tripp Lite 2200VA UPS Smart AVR w installed WEBCARDLX 2URM

Wireless Access Points

15

Fortinet 431

Wireless Access Points

119

Fortinet AP U231F; existing equipment

Wireless Access Points

117

Fortinet AP 431F; existing equipment

Wireless Access Points

30

Fortinet PU234; existing equipment

 

BMIC Project H – 5 Year support option

NOTE: The district will move forward with BMIC Project G or BMIC Project H, not both.
Applicant is requesting that BMIC from equipment vendor includes next day RMA and 24/7 technical support for equipment listed below. The district would like a 5 year manufacturer’s support contract for these items:

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

20

QSFP

Antennas, Connectors and Related Components

30

Fortinet SFP+

Caching Server

2

PowerEdge R650 rack server with Raid 5, 4 HDD 32GB RAM and QSFP network card

Racks

8

Tripp Lite 42U Rack Enclosure Server Cabinet 750mm Extra Wide with 2 PDUs per enclosure

Switches

7

Fortinet FS1048 or better

Switches

1

Fortiswitch 1048E; existing equipment

Switches

35

Fortiswitch 148F FPOE; existing equipment

Switches

10

Fortiswitch M426E-FPOE; existing equipment

UPS/Battery Backup

7

Tripp Lite 2200VA UPS Smart AVR w installed WEBCARDLX 2URM

Wireless Access Points

15

Fortinet 431

Wireless Access Points

119

Fortinet AP U231F; existing equipment

Wireless Access Points

117

Fortinet AP 431F; existing equipment

Wireless Access Points

30

Fortinet PU234; existing equipment

 

BMIC Project I – Block of hours

The district would like a block of 10 hours per month for the support of eligible equipment.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

20

QSFP

Antennas, Connectors and Related Components

30

Fortinet SFP+

Firewall Service and Components

2

Fortinet FG110F or better

Caching Server

2

PowerEdge R650 rack server with Raid 5, 4 HDD 32GB RAM and QSFP network card

Racks

8

Tripp Lite 42U Rack Enclosure Server Cabinet 750mm Extra Wide with 2 PDUs per enclosure

Switches

7

Fortinet FS1048 or better w/ 3-year licensing

Switches

1

Fortiswitch 1048E; existing equipment

Switches

35

Fortiswitch 148F FPOE; existing equipment

Switches

10

Fortiswitch M426E-FPOE; existing equipment

UPS/Battery Backup

7

Tripp Lite 2200VA UPS Smart AVR w installed WEBCARDLX 2URM

Wireless Access Points

15

Fortinet 431

Wireless Access Points

119

Fortinet AP U231F; existing equipment

Wireless Access Points

117

Fortinet AP 431F; existing equipment

Wireless Access Points

30

Fortinet PU234; existing equipment

 

DISQUALIFICATION FACTOR BMIC: Service providers are required to bid an entire Project E, Project F, Project G, Project H and/or Project I.  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.

 

Managed Internal Broadband Service (MIBS):

MIBS Project J:

The district would like MIBS services for the following existing equipment:

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

20

QSFP

Antennas, Connectors and Related Components

30

Fortinet SFP+

Firewall Service and Components

2

Fortinet FG110F or better

Caching Server

2

PowerEdge R650 rack server with Raid 5, 4 HDD 32GB RAM and QSFP network card

Racks

8

Tripp Lite 42U Rack Enclosure Server Cabinet 750mm Extra Wide with 2 PDUs per enclosure

Switches

7

Fortinet FS1048 or better w/ 3-year licensing

Switches

1

Fortiswitch 1048E; existing equipment

Switches

35

Fortiswitch 148F FPOE; existing equipment

Switches

10

Fortiswitch M426E-FPOE; existing equipment

UPS/Battery Backup

7

Tripp Lite 2200VA UPS Smart AVR w installed WEBCARDLX 2URM

Wireless Access Points

15

Fortinet 431

Wireless Access Points

119

Fortinet AP U231F; existing equipment

Wireless Access Points

117

Fortinet AP 431F; existing equipment

Wireless Access Points

30

Fortinet PU234; existing equipment

 

DISQUALIFICATION FACTOR MIBS: Vendors must complete and include the C2 Cover Page with their bid. Bids received without the cover page will be disqualified.

DISQUALIFICATION FACTOR MIBS: Service providers are required to bid the entire Project J.  Bids for individual components of the project will be disqualified.

 


There is an additional document associated with this IFCB. Please click the buttons to download the document.

2023_C2_Bidding_Instructions167.docx
HARRAH_C2_COVER_PAGE1.pdf
Harrah_Erate_FY_23_Walkthrough_QA.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




For the PowerEdge R650 rack server with Raid 5, 4 HDD 32GB RAM and QSFP network card. How much internal storage are you requesting? Also do you need a HBA? What speed processor do you want? Do you need a 1GB or 10GB QSFP network card? Does the server need Windows or Linux Operating System?

Answer:

Internal storage 500gb HDs x4, processor i5 or better, noHBA, 10GB SFP+ or QSFP, no OS we can install that ourselves and have licenses. 

Is the existing equipment listed for MIBS currently supported by a managed services contract?

Answer:

No it’s is not currently supported. 

Do you need Basic, Metered, or Smart PDUs?

Answer:
Smart PDUs