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

school Navajo ISD
IFCB Posted : Dec 21, 2022
Bid Deadline : Friday, Feb 3, 2023

Questions Due By : Friday, Jan 6, 2023
Applicant Address : Altus, OK 73521
IFCB ID : 230010223

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

·        DISQUALIFICATION FACTOR BMIC: Service providers are required to bid the entire maintenance Project H, Project I and/or Project J.  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.

·        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 MIBS Project K.  Bids for individual components of the project will be disqualified.


Services and Equipment Requested :

UPDATE 1/5/23: Additional information from the vendor walkthrough along with a map is now availble for download with this IFCB. 

UPDATE 12/30/22:  The narrative on IC Project F has been updated from "one year" to "three year" licensing.  The narrative on IC Project G has been updated from "one year" to "five year" licensing.

Category Two:

VOLUNTARY SITE VISIT

Vendors wishing to bid on internal connections can attend a voluntary site visit either January 4th, 2023, or January 5th, 2023. Both will begin at 10am. Vendors will meet at the Superintendent’s Office - 15695 South County Road 210, Altus, OK 73521.  Vendors will check in with Sean Roach.

 

INTERNAL CONNECTIONS

IC Project A – Cabling

Installation needed. Multi-mode fiber connection from the Elementary building to the Field House.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Cabling

Approx. 350 ft

Multi-mode fiber from the Elementary Building to the Field House.

 

IC Project B – Firewall; 1 year licensing option

No installation needed. The district will move forward with either IC Project B or IC Project C or Project D – not all three.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and components

1

Application based Next-Generation firewall with content filter and Ips; 1 year licensing

 

IC Project C – Firewall; 3-year licensing option

No installation needed. The district will move forward with either IC Project B or IC Project C or Project D – not all three.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and components

1

Application based Next-Generation firewall with content filter and Ips; 3 year licensing

 

IC Project D – Firewall; 5-year licensing option

No installation needed. The district will move forward with either IC Project B or IC Project C or Project D – not all three.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and components

1

Application based Next-Generation firewall with content filter and Ips; 5-year licensing

 

 

IC Project E – Network Equipment; 1 year licensing option

Installation needed for all switches and WAPs. One year Licensing needed for all equipment.  

NOTE: The district will move forward with either IC Project E or IC Project F or IC project G, not all three.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

18

10GB SFP+ modules

Antennas, Connectors and Related Components

2

SFP+ transceivers. Single mode preferred

Cabling

26

CAT6A cabling drops for the WAPs

Switches

8

No preference, 12 port minimum, PoE+ across all ports, 10 GB SFP+ capable; at least 4 SFP+ ports per switch; with 1 year licensing option

Wireless Access Points

26

No preference, cloud management, WiFi 6 certified, 4x4;4 streams; with 1 year licensing option

 

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).

 

 

IC Project F – Network Equipment; 3-year licensing option

Installation needed for all switches and WAPs. One year Three year Licensing needed for all equipment.  

NOTE: The district will move forward with either IC Project E or IC Project F or IC project G, not all three.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

18

10GB SFP+ modules

Antennas, Connectors and Related Components

2

SFP+ transceivers. Single mode preferred

Cabling

26

CAT6A cabling drops for the WAPs

Switches

8

No preference, 12 port minimum, PoE+ across all ports, 10 GB SFP+ capable; at least 4 SFP+ ports per switch; with 3-year licensing option

Wireless Access Points

26

No preference, cloud management, WiFi 6 certified, 4x4;4 streams; with 3-year licensing option

 

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).

 

 

IC Project G – Network Equipment; 5-year licensing option

Installation needed for all switches and WAPs. One year Five year Licensing needed for all equipment.  

NOTE: The district will move forward with either IC Project E or IC Project F or IC project G, not all three.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

18

10GB SFP+ modules

Antennas, Connectors and Related Components

2

SFP+ transceivers. Single mode preferred

Cabling

26

CAT6A cabling drops for the WAPs

Switches

8

No preference, 12 port minimum, PoE+ across all ports, 10 GB SFP+ capable; at least 4 SFP+ ports per switch; with 5-year licensing option

Wireless Access Points

26

No preference, cloud management, WiFi 6 certified, 4x4;4 streams; with 5-year licensing option

 

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, Project B, Project C, Project D, Project E, Project F and/or Project G.  Bids for individual components of a single project will be disqualified.

BASIC MAINTENANCE OF INTERNAL CONNECTIONS:

BMIC Project H – Firewall; 1 year licensing option

The district would like a manufacturer’s support contract for these items. NOTE – this district will move forward with either BMIC Project H or BMIC project I or BMIC project J, not all three.  

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and components

1

Application based Next-Generation firewall with content filter and Ips; 1 year licensing option

 

BMIC Project I – Firewall; 3-year

licensing option

The district would like a manufacturer’s support contract for these items. NOTE – this district will move forward with either BMIC Project H or BMIC project I or BMIC project J, not all three.  

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and components

1

Application based Next-Generation firewall with content filter and Ips; 3-year licensing option

 

BMIC Project J – Firewall; 5-year licensing option

The district would like a manufacturer’s support contract for these items. NOTE – this district will move forward with either BMIC Project H or BMIC project I or BMIC project J, not all three.  

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and components

1

Application based Next-Generation firewall with content filter and Ips; 5 year licensing option

 

 

DISQUALIFICATION FACTOR BMIC: Service providers are required to bid the entire maintenance Project H, Project I and/or Project J.  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.

 

Managed Internal Broadband Service (MIBS):

MIBS Project K – Existing Equipment

The district would like MIBS services for the following existing equipment

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Cabling

80

Cabling runs; existing equipment

Firewall Service and Components

1

Ubiquiti USG-PRO-4; existing equipment

Switches

1

Ubiquiti US-16-XG; existing equipment

Switches

10

Ubiquiti USW-PRO-48-PoE; existing equipment

Switches

6

Ubiquiti US-8-60W; existing equipment

Switches

8

No preference, 12 port minimum, PoE+ across all ports, 10 GB SFP+ capable; at least 4 SFP+ ports per switch; new equipment

Wireless Access Points

33

Ubiquiti UAP-NANO HD; existing equipment

Wireless Access Points

15

Ubiquiti UAP-AC-PRO; existing equipment

Wireless Access Points

26

No preference, cloud management, WiFi 6 certified, 4x4;4 streams; new equipment

Wireless Controller

1

Ubiquiti Unifi Controller; 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 MIBS Project K.  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_Instructions171.docx
NAVAJO_C2_COVER_PAGE_.pdf
Notes_from_e-rate_walkthrough_20230104.pdf
School_map.png

Questions Received with Applicant Answers   ( Ask Questions? )




Will bids be considered without installation?

Answer:

Vendors are required to provide installation services for Projects A, E, F and G. The other projects do not require on-site installation.

What is the throughput needed for your firewall? Do you have plans for future growth? Are you planning on decrypting?

Answer:

2.5 GBpS on either side. Scalable as we increase our bandwidth coming into the campus in order to ensure that the firewall doesn't become the bottleneck.