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

school Neosho School District R5
IFCB Posted : Jan 6, 2023
Bid Deadline : Sunday, Feb 19, 2023

Questions Due By : Tuesday, Jan 17, 2023
Applicant Address : Neosho, MO 64850
IFCB ID : 230012102

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.

 

·         E-rate rules require applicants to evaluate the cost of eligible goods and services, and to cost-allocate out the amount for ineligible services from their funding request. If your company will be bidding internet access service, please identify the amount to be cost-allocated out for the ineligible services – email service, web hosting, content filtering, or other bundled ineligible services.

·         INTERNET ACCESS DISQUALIFICATION FACTOR: Bids submitted for services to an incorrect address will be disqualified.

 

·         INTERNET ACCESS DISQUALIFICATION FACTOR: Any and all installation charges must be identified on your bid. If you submit a bid indicating that installation charges may apply without listing those charges, we will consider your bid incomplete and disqualify your bid.

 

·         LEASED LIT FIBER DISQUALIFICATION FACTOR: Bids submitted for services to an incorrect address will be disqualified.

 

·         LEASED LIT FIBER DISQUALIFICATION FACTOR: Any and all installation charges must be identified on your bid. If you submit a bid indicating that installation charges may apply without listing those charges, we will consider your bid incomplete and disqualify your bid.

·         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 C & D ONLY: 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 – PROJECT D 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 and/or Project D.  Bids for individual components of a single project will be disqualified.

·         DISQUALIFICATION FACTOR BMIC: Service providers are required to bid the entire maintenance Project E.  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.


Services and Equipment Requested :

UPDATE 1/23/23: The number of Aruba 6200F 48G Class 4 PoE 4SFP+ 740 W (JL728A) switches in Project C has been increased from 6 to 9. The bid deadline has been extended to 2/19/23. 

Category One:

Internet Access - District currently has 10 GB bandwidth and seeking bids for 5 GB and 10 GB. The terminating address for this circuit is located at Neosho High School – 511 S. Neosho Blvd, Neosho, MO 64850. Vendors should bid a four-year term with option for (1) 4-year voluntary extension.

 

E-rate rules require applicants to evaluate the cost of eligible goods and services, and to cost-allocate out the amount for ineligible services from their funding request. If your company will be bidding internet access service, please identify the amount to be cost-allocated out for the ineligible services – email service, web hosting, content filtering, or other bundled ineligible services.

INTERNET ACCESS DISQUALIFICATION FACTOR: Bids submitted for services to an incorrect address will be disqualified.

 

INTERNET ACCESS DISQUALIFICATION FACTOR: Any and all installation charges must be identified on your bid. If you submit a bid indicating that installation charges may apply without listing those charges, we will consider your bid incomplete and disqualify your bid.

 

Leased Lit Fiber – This is a new connection from the hub site, Neosho High School – 511 S. Neosho Blvd, Neosho, MO 64850 to Rise Elementary, 201 N. Washington Street, Neosho, MO 64850. Vendors should bid 1 GB, four-year term with option for (1) 4-year voluntary extension.

 

LEASED LIT FIBER DISQUALIFICATION FACTOR: Bids submitted for services to an incorrect address will be disqualified.

 

LEASED LIT FIBER DISQUALIFICATION FACTOR: Any and all installation charges must be identified on your bid. If you submit a bid indicating that installation charges may apply without listing those charges, we will consider your bid incomplete and disqualify your bid.

 

Category Two:

MANDATORY SITE VISIT – PROJECT D 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 January 12th, 2023, and January 16th, 2023. Both will begin at 9am. Vendors will meet at RISE Elementary, 201 N Washington, Neosho, MO 64580. Bids from vendors who did not attend either of the site visits will be disqualified. Vendors will check in with Ginger King.

 

INTERNAL CONNECTIONS

IC Project A – Firewall

Installation and configuration needed for project A.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, connectors, and related components

4

FN-TRAN-SFP+SR -

10 GE SFP+ Transceiver Module, Short Range 

Firewall Service and Components

2

FG-601F-BDL-811-12 -

FortiGate-601F Hardware plus 1 Year FortiCare Premium and FortiGuard Enterprise Protection or approved equivalent (60-month term)

 

 

IC Project B – UPS Devices

Shipping with lift gate delivery needed.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

UPS/Battery backup

15

APC SMARTUPS 3000 or approved equivalent - SMX3000RMLV2UNC

UPS/Battery backup

20

APC SMART UPS Battery Pack - SMX120RMBP2U

 

 

IC Project C – Switches & WAPs

Installation and configuration needed for the entire project C.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

2

HPE Aruba X372 54VDC 1050W 110-240VAC Power Supply - / 54 V DC - JL087A

Antennas, Connectors and Related Components

2

Aruba 10G SFP+ LC SR 300m OM3 MMF Transceiver - J9150D

Antennas, Connectors and Related Components

2

Aruba 10G SFP+ LC LR 10km SMF Transceiver - J9151E

Antennas, Connectors and Related Components

1

Aruba Mount kit 10-Pack (solid surface) - Q9G71A

Antennas, Connectors and Related Components

4

Aruba Mount kit 10-Pack (drop ceiling) - Q9G69A

Cabling

6

Aruba 10G SFP+ to SFP+ 1m Direct Attach Copper Cable - J9281D

Cabling

2

Aruba 10G SFP+ to SFP+ 3m Direct Attach Copper Cable - J9283D

Switches

6 9

Aruba 6200F 48G Class4 PoE 4SFP+ 740W Switch or approved equivalent - JL728A

Switches

1

Aruba 6300M 48-port 1GbE Class 4 PoE and 4-port SFP56 Switch or approved equivalent - JL661A

Wireless Access Points

31

Aruba 505 Access Point - R2H29A w/ licensing

Wireless Access Points

3

Aruba 535 Access Point - Q9H63A w/ licensing

Wireless Access Licensing

34

HPE Software Licensing + 5 YR ArubaCare Support -License - K-12 School

 

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 Aruba controllers, WAPs and switches.

 

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS – PROJECT C ONLY: 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 – Cabling

MANDATORY SITE VISIT REQUIRED TO BID

There is a document with additional information available for download, RISE Elem IFCB along with the Prevailing wage information.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Cabling

40

HUBBELL/LEVITON CAT 6A SHIELDED MINI PATCH CABLE, 5', ORANGE (RACK & ENDPOINTS)

Cabling

40

HUBBELL/LEVITON CAT 6A SHIELDED MINI PATCH CABLE, 7', ORANGE (RACK & ENDPOINTS)

Cabling

150

HUBBELL/LEVITON CAT 6 HIGH-FLEX MINI PATCH CABLE, 3', corresponding colors (RACK) 

Cabling

250

HUBBELL/LEVITON CAT 6 HIGH-FLEX MINI PATCH CABLE, 5', corresponding colors (RACK) 

Cabling

300

HUBBELL/LEVITON CAT 6 HIGH-FLEX MINI PATCH CABLE, 7', corresponding colors (RACK) 

Cabling

350

HUBBELL/LEVITON CAT 6 HIGH-FLEX PATCH CABLE, 5', corresponding colors (ENDPOINTS)

Cabling

350

HUBBELL/LEVITON CAT 6 HIGH-FLEX PATCH CABLE, 7', corresponding colors (ENDPOINTS) 

Cabling

Approx. 250 Ft

Installation and termination of fiber cable from service entrance to MDF (SingleMode)

Cabling

Approx. 75 Ft

Installation and termination of fiber cable from MDF to IDF (MultiMode)

Cabling

271

Cat 6 data runs. Please provide separate clearly identifiable pricing for the 45 ineligible Cat6 data runs and any associated charges such as, but not limited to:  installation, configuration, activation and taxes.

Cabling

34

Cat 6A data runs

Racks

2

Hoffman 2 Post Floor Rack

Antennas, Connectors, and related components

1000

Wall plates, caddy j-hooks, saddle rings, brackets, etc.

Antennas, Connectors, and related components

80

HUBBELL OR LEVITON RJ45 CAT 6a, Orange (AP)

Antennas, Connectors, and related components

700

HUBBELL OR LEVITON RJ45, BLUE (DATA)

 

 

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

 

 

BASIC MAINTENANCE OF INTERNAL CONNECTIONS:

BMIC Project E – Firewall

The district would like a manufacturer’s support contract for these items:

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

2

FG-601F-BDL-811-12

FortiGate-601F Hardware plus 1 Year FortiCare Premium and FortiGuard Enterprise Protection

or approved equivalent (60-month term)

 

DISQUALIFICATION FACTOR BMIC: Service providers are required to bid the entire maintenance Project E.  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.

 


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

2023_C2_Bidding_Instructions180.docx
NEOSHO_C2_COVER_PAGE_.pdf
Prevailing_Wage3.pdf
RISE_Elem_ICFB.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




• How many rooms need wireless coverage? • How many open spaces? • Do you require outdoor wireless coverage? If yes, please provide a map of your campus detailing the areas needing coverage. • What is your enrollment? • What kind of cable do you have installed (5e, 6a, etc…)? • What kind of ceiling do you have (i.e. drop tile, solid surface, etc…)? • Can you share floorplans of your school(s) that identify the location of your switching closet(s) (i.e. MDF & IDF)?

Answer:

• How many rooms need wireless coverage? 19

• How many open spaces? 15

• Do you require outdoor wireless coverage? No

 • What is your enrollment? This building will have approx 225 students

• What kind of cable do you have installed (5e, 6a, etc…)? Cat 6A to access points

• What kind of ceiling do you have (i.e. drop tile, solid surface, etc…)? drop in classrooms, open ceiling in halls

• Can you share floorplans of your school(s) that identify the location of your switching closet(s) (i.e. MDF & IDF)? Please see the Data Cabling document attached to the IFCB.

• How many rooms need wireless coverage? • How many open spaces? • Do you require outdoor wireless coverage? If yes, please provide a map of your campus detailing the areas needing coverage. • What is your enrollment? • What kind of cable do you have installed (5e, 6a, etc…)? • What kind of ceiling do you have (i.e. drop tile, solid surface, etc…)? • Can you share floorplans of your school(s) that identify the location of your switching closet(s) (i.e. MDF & IDF)? Do you have floor plans available that you can share with us?

Answer:

• How many rooms need wireless coverage? 19

• How many open spaces? 15

• Do you require outdoor wireless coverage? No

 • What is your enrollment? This building will have approx 225 students

• What kind of cable do you have installed (5e, 6a, etc…)? Cat 6A to access points

• What kind of ceiling do you have (i.e. drop tile, solid surface, etc…)? drop in classrooms, open ceiling in halls

• Can you share floorplans of your school(s) that identify the location of your switching closet(s) (i.e. MDF & IDF)? Please see the Data Cabling document attached to the IFCB.

1. Item 6 page 1, what is the "Item 21 templates to be completed within one week"? 2. Under Cabling Project D, is says on page 5 we are installing the cable tray or is the electrical contractor? I do not need it on your BOM as Quantity Vendor Should Bid. 3. What day in August does this need to be done? 4. Observation: So am I reading the schedule and if the GC starts June 1st and he can begin with demo, then adding all the walls. The Electrician can then start adding all the conduit pathways and outlet boxes after the walls are done and then the sheetrock goes up. Then we as the data com contractor, can safely have a short time line to pull in 305 cables, buildout all the closets, install all the fiber, label and test and possibly have to do the cable tray, thus now allowing the Network Switch contractor and WAP contractor time to install and test their products all before the August turn over date? So our timeline is highly dependent on the electrician and the GC. It does not look like enough time to me unless it is August 31st. Maybe I am confused. 4.Can I get the E4.2 drawing details 5 & 6? Maybe a link to all the construction drawing would be better. 5. How much advance time from the finish date will the Contractors that win parts A, B, and C need to be done it time. That means the Part D contractor has a even shorter time frame.

Answer:

1. Item 6 page 1, what is the "Item 21 templates to be completed within one week"? this is the template of the BOM to be uploaded to the district’s form 471. CRW will complete this template but will ask that the winning vendor review it for accuracy.

2. Under Cabling Project D, is says on page 5 we are installing the cable tray or is the electrical contractor? I do not need it on your BOM as Quantity Vendor Should Bid. Contractor will purchase and install not electrician. 

3. What day in August does this need to be done? August 04

4. Observation: So am I reading the schedule and if the GC starts June 1st and he can begin with demo, then adding all the walls. The Electrician can then start adding all the conduit pathways and outlet boxes after the walls are done and then the sheetrock goes up. Then we as the data com contractor, can safely have a short time line to pull in 305 cables, buildout all the closets, install all the fiber, label and test and possibly have to do the cable tray, thus now allowing the Network Switch contractor and WAP contractor time to install and test their products all before the August turn over date? So our timeline is highly dependent on the electrician and the GC. It does not look like enough time to me unless it is August 31st. Maybe I am confused.  See answer below.

4.Can I get the E4.2 drawing details 5 & 6? Maybe a link to all the construction drawing would be better. Documents can be viewed and pictures taken during the mandatory walkthrough on Monday, Jan 16th.  

5. How much advance time from the finish date will the Contractors that win parts A, B, and C need to be done it time. That means the Part D contractor has a even shorter time frame.  See answer below.

 

Main contract bid has already been awarded and demo of existing interior has begun.  However, once the winning low voltage bid has been selected, they will be able to work with the Superintendent, Zac Clark on timelines.  The project most likely will have the ability to begin before June 1.