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

school Midland ISD
IFCB Posted : Nov 7, 2023
Bid Deadline : Tuesday, Dec 19, 2023

Questions Due By : Thursday, Nov 16, 2023
Applicant Address : Midland, TX 79701
IFCB ID : 240003296

IFCB Requirements :

·         Before the listed deadlines, 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.

 

·         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 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 there is a request for Internal Connections (Category Two) equipment, or Category One equipment listed on this IFCB the applicant will accept bids for functionally equivalent equipment.

·         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 include these manufacturers will have their bids 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: Service providers are required to bid an entire Project A, Project B, Project C or Project D.  Bids for individual components of a single project 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 PROJECT A: 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 B: 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 C: 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: 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.



Services and Equipment Requested :

Category 2

Internal Connections

Project A – Physical installation needed including providing a detailed inventory list of where each item was installed. Configuration is not required beyond physical installation. Physical installation may require relocation of patch panels in rack to accommodate new switches. Switches must be able to provide 30W POE+ to at least 8 ports (60W or 90W is preferred and more ports is preferred). Switches with accessories (power supplies, fans, etc.) should not exceed 18” in depth. Please specify switch dimensions in bid. MultiGig Copper ports are preferred.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

45

Cisco C9404R

Switches

55

Cisco C9407R

Switches

6

Cisco C9410R

Antenna, Connectors and Related Components

212

Cisco C9400-Sup-1XL

Antenna, Connectors and Related Components

327

Cisco C9400-LC-48HX

 

PROJECT A COMPATIBILITY REQUIREMENT

All switches must be compatible and interoperable with existing Cisco switches and support Cisco Emergency Responder (CER) functionality. 

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS PROJECT A: 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.

Project B – Physical installation needed including providing a detailed inventory list of where each item was installed. Configuration is not required beyond physical installation. Physical installation may require relocation of patch panels in rack to accommodate new switches. Switches must be able to provide 30W POE+ to at least 8 ports (60W or 90W is preferred and more ports is preferred). There is no depth requirement for Project B, but please specify switch dimensions in bid. MultiGig Copper ports are preferred.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

348

Cisco C9300-48UN with 8 x 1/10G Uplink Ports and dual Power Supplies

 

PROJECT B COMPATIBILITY REQUIREMENT

All switches must be compatible and interoperable with existing Cisco switches and support Cisco Emergency Responder (CER) functionality. 

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS PROJECT B: 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.

Project C - Physical installation needed including providing a detailed inventory list of where each item was installed. Configuration is not required beyond physical installation. Physical installation may require relocation of patch panels in rack to accommodate new switches. Switches must be able to provide 30W POE+ to at least 8 ports (60W or 90W is preferred and more ports is preferred). Switches with accessories (power supplies, fans, etc.) should not exceed 20” in depth. Please specify switch dimensions in bid. MultiGig Copper ports are preferred.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

348

Cisco C9300X-48HXN with 8 x 1/10G Uplink Ports and dual Power Supplies

 

PROJECT C COMPATIBILITY REQUIREMENT

All switches must be compatible and interoperable with existing Cisco switches and support Cisco Emergency Responder (CER) functionality. 

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS PROJECT C: 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.

Project D - Physical installation needed including providing a detailed inventory list of where each item was installed. Configuration is not required beyond physical installation. Physical installation may require relocation of patch panels in rack to accommodate new switches. All UPS should be rack mountable. All UPS should have extendable runtime through additional external battery packs available.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

UPS

100

SRTL2K2RM1UC, 1U rack height, Lithium-Ion Batteries, 120V power input, at least 4x120V outlets compatible with 5-15 plugs

UPS

140

SRTL3KRM1UC, 1U rack height, Lithium-Ion Batteries, 120V power input, at least 4x120V outlets compatible with 5-15 plugs

UPS

30

SRTL5KRM2UT-5KRMTF, extendable runtime through additional external battery packs available, 120V or 240V (two phase) or equivalent power input, at least 8x120V outlets compatible with 5-15 plugs

UPS

60

SRT10KRMXLT, extendable runtime through additional external battery packs available, 240V (two phase) or equivalent power input, at least 8x120V outlets compatible with 5-15 plugs

 

 

PROJECT D COMPATIBILITY REQUIREMENT

All UPS devices must be compatible and interoperable with existing APCs EcoStruXure monitoring as well as SNMP monitoring. 

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS PROJECT D: 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: 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: Service providers are required to bid an entire Project A, Project B, Project C or Project D.  Bids for individual components of a single project will be disqualified.

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Applicant will not accept bids for refurbished equipment. Any bids containing refurbished equipment will be disqualified.


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

MIDLAND_ISD_C2_COVER_PAGE.pdf
2024_C2_Bidding_Instructions86.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Project A: 1. Regarding all Cisco C9400R switches, is Network Essentials or Network Advantage required? 2. Regarding all Cisco C9400R switches, what term DNA subscription is required (3YR, 5YR or 7YR?) 3. Regarding all Cisco C9400R switches, how many line cards (C9400-LC-48HX) should be installed in each model chassis (C9404R, C9407R, C9410R?) 4. Regarding all Cisco C9400R switches and power supply configurations, is power redundancy required (N+1/N+N)? 5. Regarding all Cisco C9400R switches and power supply configurations, please specify how many 3200W power supplies Midland ISD is requesting in each of the C9400R models (C9404R, C9407R, C9410R.) 6. Regarding all Cisco C9400R switches will Midland ISD require additional Cisco SMARTnet Support contracts to be quoted in addition to the EDU SKU 3YR TAC entitlement and limited lifetime warranty. If additional SMARTnet in excess of the EDU benefit is required, please advise what service level (24x7x4, 8x5xNBD, etc.) is required and what support duration (12, 36 or 60 months?) If EDU benefit is sufficient, please state so. 7. Regarding all Cisco C9400R switches does Midland ISD have a hard technical requirement that ALL line cards are able to support 10GB over copper? If significant savings are available, would Midland ISD consider line cards capable of supporting 5GB over copper for the line cards in these switches? 8. Regarding the line cards for the C9400R switches, kindly provide a breakout of quantity of line cards per chassis requested, especially if they are not all uniform. The district's request is for (106) chassis switches with (327) line cards. How will these line cards be distributed across each chassis? Example: (45) x C94040R with 3 line cards, total (135) line cards (55) x C9407R with 3 line cards, total (165) line cards (6) x C9410R with 4 line cards, total (24) line cards (3) spare line cards Total line cards: (327) 9. Regarding all C9400R switches, though it is unlikely, please clarify if Midland ISD require any SSD's with the Supervisor engine modules in the chassis switches? If yes, what size (240GB, 480GB, 960GB?) 10. Regarding all C9400R switches, please identify what type of power cable is being requested with each chassis switch. Does MISD require twist-lock or cabinet jumpers? 11. Regarding all C9400R switches, will chassis switch power cables be plugged into PDU's and if yes, what plug types are available? 12. Regarding all C9400R switches, are any fiber optic transceivers (SFP) modules required for Midland ISD to have these chassis switches installed? If yes, please identify transceiver type. If transceiver type is unknown, please identify fiber type and link distance required. 13. Regarding all C9400R switches and the physical installation request portion of this project, will Midland ISD supply patch cables for fiber and copper if needed? If not, please quantify and identify patch cable type, length and color. Project B: 1. Regarding all Cisco C9300 switches, is Network Essentials or Network Advantage required? 2. Regarding all Cisco C9300 switches, what term DNA subscription is required (3YR, 5YR or 7YR?) 3. Regarding all Cisco C9300 switches, will the Cisco C9300 switches be stacked? If yes, please provide all stack sizes by location and identify any stacking cable length requirements. Standard is 50CM and other options are 1M and 3M. Please help clarify/quantify. 4. Regarding all Cisco C9300 switches and the physical installation request portion of this project, will Midland ISD supply patch cables for fiber and copper if needed? If not, please quantify and identify patch cable type, length and color. 5. Regarding all Cisco C9300 switches, are any fiber optic transceivers (SFP) modules required for Midland ISD to have these chassis switches installed? If yes, please identify transceiver type. If transceiver type is unknown, please identify fiber type and link distance required. 6. Regarding all Cisco C9300 switches will Midland ISD require additional Cisco SMARTnet Support contracts to be quoted in addition to the EDU SKU 3YR TAC entitlement and limited lifetime warranty. If additional SMARTnet in excess of the EDU benefit is required, please advise what service level (24x7x4, 8x5xNBD, etc.) is required and what support duration (12, 36 or 60 months?) If EDU benefit is sufficient, please state so. Project C: 1. Regarding all Cisco C9300X switches, is Network Essentials or Network Advantage required? 2. Regarding all Cisco C9300X switches, what term DNA subscription is required (3YR, 5YR or 7YR?) 3. Regarding all Cisco C9300X switches, will the Cisco C9300 switches be stacked? If yes, please provide all stack sizes by location and identify any stacking cable length requirements. Standard is 50CM and other options are 1M and 3M. Please help clarify/quantify. 4. Regarding all Cisco C9300X switches and the physical installation request portion of this project, will Midland ISD supply patch cables for fiber and copper if needed? If not, please quantify and identify patch cable type, length and color. 5. Regarding all Cisco C9300X switches, are any fiber optic transceivers (SFP) modules required for Midland ISD to have these chassis switches installed? If yes, please identify transceiver type. If transceiver type is unknown, please identify fiber type and link distance required. 6. Regarding all Cisco C9300X switches as it pertains to the depth dimension requirement, is Midland ISD aware that the default primary power supply depth is 20.63" and is that acceptable? 7. Regarding all Cisco C9300 switches will Midland ISD require additional Cisco SMARTnet Support contracts to be quoted in addition to the EDU SKU 3YR TAC entitlement and limited lifetime warranty. If additional SMARTnet in excess of the EDU benefit is required, please advise what service level (24x7x4, 8x5xNBD, etc.) is required and what support duration (12, 36 or 60 months?) If EDU benefit is sufficient, please state so.

Answer:

Project A:

 

1. Regarding all Cisco C9400R switches, is Network Essentials or Network Advantage required?

Network Advantage

2. Regarding all Cisco C9400R switches, what term DNA subscription is required (3YR, 5YR or 7YR?)

3 yr

3. Regarding all Cisco C9400R switches, how many line cards (C9400-LC-48HX) should be installed in each model chassis (C9404R, C9407R, C9410R?)

All C9404R will include two linecards. C9407 will include between 3 and 5 linecards. C9410 will include between 6 and 8 linecards. The linecards are listed as separate items.

4. Regarding all Cisco C9400R switches and power supply configurations, is power redundancy required (N+1/N+N)?

Please assume that all chassis will be fully populated with 3200W A/C power supplies

5. Regarding all Cisco C9400R switches and power supply configurations, please specify how many 3200W power supplies Midland ISD is requesting in each of the C9400R models (C9404R, C9407R, C9410R.)

Please assume that all chassis will be fully populated with 3200W A/C power supplies

6. Regarding all Cisco C9400R switches will Midland ISD require additional Cisco SMARTnet Support contracts to be quoted in addition to the EDU SKU 3YR TAC entitlement and limited lifetime warranty. If additional SMARTnet in excess of the EDU benefit is required, please advise what service level (24x7x4, 8x5xNBD, etc.) is required and what support duration (12, 36 or 60 months?) If EDU benefit is sufficient, please state so.

No additional smartnet will be required

7. Regarding all Cisco C9400R switches does Midland ISD have a hard technical requirement that ALL line cards are able to support 10GB over copper? If significant savings are available, would Midland ISD consider line cards capable of supporting 5GB over copper for the line cards in these switches?

10GB Copper is a preference, not a requirement. If 5GB or 2.5GB options would provide a substantial savings, they would also be acceptable or preferable depending on the level of savings.

8. Regarding the line cards for the C9400R switches, kindly provide a breakout of quantity of line cards per chassis requested, especially if they are not all uniform. The district's request is for (106) chassis switches with (327) line cards. How will these line cards be distributed across each chassis?

(45) x C9404R with 2 line cards and 2 supervisors, total (90) line cards

Example:

(29) x C9407R with 3 line cards and 2 supervisors, total (87) line cards

(45) x C94040R with 3 line cards, total (135) line cards

(19) x C9407R with 4 line cards and 2 supervisors, total (76) line cards

(55) x C9407R with 3 line cards, total (165) line cards

(6) x C9407R with 5 line cards and 2 supervisors, total (30) line cards

(6) x C9410R with 4 line cards, total (24) line cards

(2) x C9410 with 6 line cards and 2 supervisors, total (12) line cards

(3) spare line cards

(4) x C9410 with 8 line cards and 2 supervisors, total (32) line cards

Total line cards: (327)

 

9. Regarding all C9400R switches, though it is unlikely, please clarify if Midland ISD require any SSD's with the Supervisor engine modules in the chassis switches? If yes, what size (240GB, 480GB, 960GB?)

No SSDs are required

10. Regarding all C9400R switches, please identify what type of power cable is being requested with each chassis switch. Does MISD require twist-lock or cabinet jumpers?

CAB-US515P-C19-US is the preferred power cable

11. Regarding all C9400R switches, will chassis switch power cables be plugged into PDU's and if yes, what plug types are available?

They will either be plugged into PDUs or directly into battery backups. Nema R-15 sockets will be available in every installation. Some other sockets might be available in certain installations

12. Regarding all C9400R switches, are any fiber optic transceivers (SFP) modules required for Midland ISD to have these chassis switches installed? If yes, please identify transceiver type. If transceiver type is unknown, please identify fiber type and link distance required.

No transceivers are required.

13. Regarding all C9400R switches and the physical installation request portion of this project, will Midland ISD supply patch cables for fiber and copper if needed? If not, please quantify and identify patch cable type, length and color.

Midland ISD will supply patch cables as needed

Project B:

 

1. Regarding all Cisco C9300 switches, is Network Essentials or Network Advantage required?

Network Advantage

2. Regarding all Cisco C9300 switches, what term DNA subscription is required (3YR, 5YR or 7YR?)

3

3. Regarding all Cisco C9300 switches, will the Cisco C9300 switches be stacked? If yes, please provide all stack sizes by location and identify any stacking cable length requirements. Standard is 50CM and other options are 1M and 3M. Please help clarify/quantify.

We will require stacking cables with all C9300 switches.
90x 3M
258x 1M

4. Regarding all Cisco C9300 switches and the physical installation request portion of this project, will Midland ISD supply patch cables for fiber and copper if needed? If not, please quantify and identify patch cable type, length and color.

Midland ISD will supply patch cables as needed

5. Regarding all Cisco C9300 switches, are any fiber optic transceivers (SFP) modules required for Midland ISD to have these chassis switches installed? If yes, please identify transceiver type. If transceiver type is unknown, please identify fiber type and link distance required.

No transceivers are required.

6. Regarding all Cisco C9300 switches will Midland ISD require additional Cisco SMARTnet Support contracts to be quoted in addition to the EDU SKU 3YR TAC entitlement and limited lifetime warranty. If additional SMARTnet in excess of the EDU benefit is required, please advise what service level (24x7x4, 8x5xNBD, etc.) is required and what support duration (12, 36 or 60 months?) If EDU benefit is sufficient, please state so.

No additional smartnet will be required

Project C:

 

1. Regarding all Cisco C9300X switches, is Network Essentials or Network Advantage required?

Network Advantage

2. Regarding all Cisco C9300X switches, what term DNA subscription is required (3YR, 5YR or 7YR?)

3

3. Regarding all Cisco C9300X switches, will the Cisco C9300 switches be stacked? If yes, please provide all stack sizes by location and identify any stacking cable length requirements. Standard is 50CM and other options are 1M and 3M. Please help clarify/quantify.

We will require stacking cables with all C9300X switches.
90x 3M
258x 1M

4. Regarding all Cisco C9300X switches and the physical installation request portion of this project, will Midland ISD supply patch cables for fiber and copper if needed? If not, please quantify and identify patch cable type, length and color.

Midland ISD will supply patch cables as needed

5. Regarding all Cisco C9300X switches, are any fiber optic transceivers (SFP) modules required for Midland ISD to have these chassis switches installed? If yes, please identify transceiver type. If transceiver type is unknown, please identify fiber type and link distance required.

No transceivers are required.

6. Regarding all Cisco C9300X switches as it pertains to the depth dimension requirement, is Midland ISD aware that the default primary power supply depth is 20.63" and is that acceptable?

It is acceptable

7. Regarding all Cisco C9300 switches will Midland ISD require additional Cisco SMARTnet Support contracts to be quoted in addition to the EDU SKU 3YR TAC entitlement and limited lifetime warranty. If additional SMARTnet in excess of the EDU benefit is required, please advise what service level (24x7x4, 8x5xNBD, etc.) is required and what support duration (12, 36 or 60 months?) If EDU benefit is sufficient, please state so.

No additional smartnet will be required. The EDU benefit is sufficient.

With only $160.00 remaining in C2 budget in the current budget cycle, does Midland ISD intend to purchase the products requested in this IFCB outside of E-Rate, or will this be a multi-year contract extending into when the districts budget resets in FY2026?

Answer:
The district is expecting an adjusted C2 budget for FY2024 and FY2025 based on a student population increase we are submitting.  Though we reserve the right to partially award the projects in FY2024, we are not anticipating that this project will run for multiple years, assuming no supply chain issues.    

Regarding all Cisco C9400R switches, would Midland ISD please elaborate on the minimum number of mGig copper ports per switch preferred on the line cards requested? There are some switches that can provide 8-MultiGigabit but that depends on the minimum requirement.

Answer:

Question : Regarding all Cisco C9400R switches, would Midland ISD please elaborate on the minimum number of mGig copper ports per switch preferred on the line cards requested? There are some switches that can provide 8-MultiGigabit but that depends on the minimum requirement.

Answer Minimum requirement would be 8, but our preference is for all copper ports to support MultiGig capability.

Project A: 1. Please provide the number of physical locations that switches will be physically installed across. Please provide count number of physical buildings. Project C: 1. Do any UPS systems require 2-post rail kits to be properly mounted in existing MISD 2-post racks? If yes, please confirm which systems require them and how many are required.

Answer:

Question : Project A: 1. Please provide the number of physical locations that switches will be physically installed across. Please provide count number of physical buildings. Project C: 1. Do any UPS systems require 2-post rail kits to be properly mounted in existing MISD 2-post racks? If yes, please confirm which systems require them and how many are required.

Answer: 

A.1) We have 42 sites that will require switch replacements Some of those sites have multiple buildings and I don't currently have an exact count of the number of buildings at each site that will need replacement switches. C.1) All UPS systems will require rail kits. 5Kva and 10Kva units will require 4 post kits if availalble. 2 post kits will be acceptable for smaller UPSes. Thus, if available, we are requesting (60) 4-post rail kits to the 10kVa units, (30) 4-post rail kits for the 5kVa units, and (240) 2-post rail kits for the smaller battery backups. If 4 post kits are not available, we would like the 2-post kits bid instead.

• What is the district’s WAN transport throughput to the Data Center from each campus? • What is the district’s Internet bandwidth? • What is the district’s peak current Internet usage now? • How many IDFs will these switches be deployed to? • Does the district require MGig every access port? • Does the district require and 60-90W on every access port? • Would the district accept an IDF design proposal that includes a combination of switches where some stack members are 1Gig/30W per port and others are MGig/60-90W per port? For example, a 6-switch IDF stack that includes 2 members of MGig/90W and 4 members of 1Gig/30W. • Will Stacking cables and GBICS be required? If so, what speeds, quantities and lengths

Answer:

Q : • What is the district’s WAN transport throughput to the Data Center from each campus?  

A: The requested switches will be used as access layer switches, so the WAN transport bandwidth is not relevant to the project.

 Q : • What is the district’s Internet bandwidth? 

A: The requested switches will be used as access layer switches, so the Internet bandwidth is not relevant to the project.

Q : • What is the district’s peak current Internet usage now?

A: Peak internet usage is not relevant to the RFP  

Q : How many IDFs will these switches be deployed to? 

A: The number of IDFs will be determined once the final quantity of switches to be replaced is chosen. The maximum number of IDFs will be 250, but the final number will likely be much less than that.

Q :  Does the district require MGig every access port? 

A: Previously answered. Full MGig capability is not a requirement, but is a preference.

 Q : Does the district require and 60-90W on every access port? 

A: 60W-90W is not a requirement, but is a preference.

Q :  Would the district accept an IDF design proposal that includes a combination of switches where some stack members are 1Gig/30W per port and others are MGig/60-90W per port? For example, a 6-switch IDF stack that includes 2 members of MGig/90W and 4 members of 1Gig/30W.  

A: The District would accept such a proposal but is not currently prepared to provide details on how many of each port type (M-Gig v gig or POE+ v UPOE/UPOE+) per IDF/installation is required.

Q : Will Stacking cables and GBICS be required? If so, what speeds, quantities and lengths

A: Stacking cables will be required in the length quantities previously mentioned. If the chassis/system proposed has multiple speed options for stacking cables, the fastest supported option should be part of the proposal. GBICS (transceivers) will not be required as part of this RFP as previously answered.

Questions regarding Project A 9400 Series Switches 1. Which level of DNA licensing is required (Essentials or Advantage)? a. What duration is required for DNA Licensing (3,5 or 7 year)? 2. Is single or dual Supervisor cards required? 3. Is an SSD Card required for the Supervisor? If so, what sized (240GB, 480GB or 960GB) 4. Which power supplies are required (2100 Watt or 3200 Watt)? a. How many power supplies per chassis are required? 5. Which power cords are required (5-20, 5-15, 6-20, L6-20 or C19)? 6. Is the HSEC License required? 7. The 9400 ships with 2 post rack mounts. If 4 post rack mount kits are required, please provide the quantity required. 8. Is Smartnet required? If so, please provide the type of Smartnet required and the required duration. Questions regarding Project B and C 9300 Series Switches 1. Which level of DNA licensing is required (Essentials or Advantage)? a. What duration is required for DNA Licensing (3,5 or 7 year)? 2. Is the SSD Card required (240GB only)? 3. Is the HSEC License required? (this only applies to the HXN model switch) 4. The 9300 ships with 2 post rack mounts. If 4 post rack mount kits are required, please provide the quantity required. 5. Is Smartnet required? If so, please provide the type of Smartnet required and the required duration. Installation Questions 1. Will the switches and UPSs be shipped directly to the client or is the vendor expected to store the equipment until install?

Answer:

Questions regarding Project A 9400 Series Switches

 

Q:  1. Which level of DNA licensing is required (Essentials or Advantage)? a. What duration is required for DNA Licensing (3,5 or 7 year)? A:Previously answered: 3 years of Network Advantage

 

Q:2. Is single or dual Supervisor cards required? A:Dual Supervisors is required

 

Q:3. Is an SSD Card required for the Supervisor? If so, what sized (240GB, 480GB or 960GB) A: Previously answered: no

 

Q:4. Which power supplies are required (2100 Watt or 3200 Watt)? a. How many power supplies per chassis are required? A: Previously answered: 3200W, chassis should be fully populated with power supplies

 

Q: 5. Which power cords are required (5-20, 5-15, 6-20, L6-20 or C19)? A: Previously answered: 5-15 to C19 cables preferred.

 

Q: 6. Is the HSEC License required? A: HSEC is not required at this time

 

Q:7. The 9400 ships with 2 post rack mounts. If 4 post rack mount kits are required, please provide the quantity required. A: 2 post kits are sufficient

 

Q: 8. Is Smartnet required? If so, please provide the type of Smartnet required and the required duration. A: No additional Smartnet (beyond the standard inclusion) is required

 

Questions regarding Project B and C 9300 Series Switches 

 

Q:1. Which level of DNA licensing is required (Essentials or Advantage)? a. What duration is required for DNA Licensing (3,5 or 7 year)?  A: 3 years of Network Advantage

 

Q: 2. Is the SSD Card required (240GB only)? A: No

 

Q:3. Is the HSEC License required? (this only applies to the HXN model switch) A: No

 

Q: 4. The 9300 ships with 2 post rack mounts. If 4 post rack mount kits are required, please provide the quantity required. A: 2 post kits will be sufficient

 

Q:5. Is Smartnet required? If so, please provide the type of Smartnet required and the required duration. A: No additional Smartnet (beyond the standard inclusion) is required

 

Installation Questions 

 

Q:1. Will the switches and UPSs be shipped directly to the client or is the vendor expected to store the equipment until install? A: All equipment will be shipped directly to MISD.

 

• What is the district’s WAN transport throughput to the Data Center from each campus? • What is the district’s Internet bandwidth? • What is the district’s peak current Internet usage now? • How many IDFs will these switches be deployed to? • Does the district require MGig every access port? • Is CER functionality a requirement? Or a scoring criterion of the RFP? • Would the district provide campus drawings to mark/locate new inventory? • Are we responsible for repatching the new switches? • Does the district require a 60-90W on every access port? • Would the district accept an IDF design proposal that includes a combination of switches where some stack members are 1Gig/30W per port and others are MGig/60-90W per port? For example, a 6-switch IDF stack that includes 2 members of MGig/90W and 4 members of 1Gig/30W. • Will stacking cables and GBICS be required? If so, what speeds, quantities, and lengths • Is APCs EcoStruXure interoperability a requirement or an RFP scoring criterion? • Is SNMP compatibility sufficient to interoperate with APC EcoStruXure? • Would a native monitoring system of the new UPS units be acceptable?

Answer:

Q: What is the district’s WAN transport throughput to the Data Center from each campus?

A:  The requested switches will be used as access layer switches, so the WAN transport bandwidth is not relevant to the project.

Q:What is the district’s Internet bandwidth?

A: The requested switches will be used as access layer switches, so the Internet bandwidth is not relevant to the project.

Q: What is the district’s peak current Internet usage now?

A: Peak internet usage is not relevant to the RFP.

Q: How many IDFs will these switches be deployed to?

A: The number of IDFs will be determined once the final quantity of switches to be replaced is chosen. The maximum number of IDFs will be 250, but the final number will likely be much less than that.

Q: 0Does the district require MGig every access port?

A: Previously answered. Full MGig capability is not a requirement, but is a preference.

Q: Is CER functionality a requirement? Or a scoring criterion of the RFP?

A: CER support is a compatibility requirement which may be considered as a scoring criterion. We are not replacing all of our switches, and we’d like to make sure that the CER functionally that we currently have is available on all of the new equipment.

Q: Would the district provide campus drawings to mark/locate new inventory?

A: We will provide this information during the contracting phase of the project.

Q: Are we responsible for repatching the new switches?

A: Yes

Q: Does the district require a 60-90W on every access port?

A: 60W-90W is not a requirement, but is a preference.

Q: Would the district accept an IDF design proposal that includes a combination of switches where some stack members are 1Gig/30W per port and others are MGig/60-90W per port? For example, a 6-switch IDF stack that includes 2 members of MGig/90W and 4 members of 1Gig/30W.

A: The District would accept such a proposal but is not currently prepared to provide details on how many of each port type (M-Gig v gig or POE+ v UPOE/UPOE+) per IDF/installation is required.

Q: Will stacking cables and GBICS be required? If so, what speeds, quantities, and lengths.

A: Stacking cables will be required in the length quantities previously mentioned. If the chassis/system proposed has multiple speed options for stacking cables, the fastest supported option should be part of the proposal. GBICS (transceivers) will not be required as part of this RFP as previously answered.

Q: Is APCs EcoStruXure interoperability a requirement or an RFP scoring criterion?

A: EcoStruxure support is a compatibility requirement which may be considered as a scoring criterion.

Q: Is SNMP compatibility sufficient to interoperate with APC EcoStruXure?

A: Possibly, if the device has the correct MIBs or MODBUS registers. See https://helpcenter.ecostruxureit.com/hc/en-us/articles/360020971853-How-can-I-see-if-my-device-is-currently-supported- for more information.

Q: Would a native monitoring system of the new UPS units be acceptable?

A: We will consider a native monitoring system, but our preference is a single system to monitor all devices.