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

school Henryetta Public Schools
IFCB Posted : Oct 2, 2023
Bid Deadline : Tuesday, Nov 21, 2023

Questions Due By : Thursday, Oct 19, 2023
Applicant Address : Henryetta, OK 74437
IFCB ID : 240001646

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 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 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.

·         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.

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

·         LEASED LIT FIBER DISQUALIFICATION FACTOR: Bidders who are not eligible to provide OUSF support will be disqualified. By placing a bid for these services, the bidder agrees to file the completed OUSF affidavit within 90 days of the start of service (applicant agrees to complete their portion in a timely fashion after the request for completion by the winning bidder).

·         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: Service providers are required to bid the entire hardware project.  Bids for individual components of the project 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: 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: Applicant will not accept bids for refurbished equipment. Any bids containing refurbished equipment will be disqualified.

·         DISQUALIFICATION FACTOR BMIC: Service providers are required to bid the entire maintenance project.  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 BMIC: 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 MIBS: Service providers are required to bid the entire Project A and/or Project B.  Bids for individual components of the project 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.

 


Services and Equipment Requested :

UPDATE 10/24/23: The bid deadline has been extended to 11/21/23.

UPDATE 10/12/2023 INTERNAL CONNECTIONS: THE QUANTITY OF 4U VERTICAL RACKS HAS BEEN INCREASED FROM 1 TO 3 AND THE QUANTITY OF 24 PORT USW-PRO-24 POE SWITCHES HAS INCREASED FROM 3 TO 4. THE TABLE BELOW HAS BEEN UPDATED.


Category 1

Leased Lit Fiber From Henryetta HS, 1800 Troy Aikman Drive, Henryetta, OK 74437 to Cameron Field, 401 E Broadway, Henryetta, OK 74434. Please provide bids for 1 GB bandwidth.

NOTE: Applicant will accept any technologies bid. It is our intention to meet all OUSF Fair and Open Competitive Bidding requirements. If you are a NECA/tariffed company, bids for your tariffed rates are allowed. If any of the specified bandwidth speeds are not a tariffed/NECA rate, please bid the closest rate you have available, within the limits of the bandwidth range specified on the 470.

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.

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

LEASED LIT FIBER DISQUALIFICATION FACTOR: Bidders who are not eligible to provide OUSF support will be disqualified. By placing a bid for these services, the bidder agrees to file the completed OUSF affidavit within 90 days of the start of service (applicant agrees to complete their portion in a timely fashion after the request for completion by the winning bidder).

 

Category 2

Internal Connections (IC)

Installation and configuration is needed for all switches and WAP. Installation is needed for all cabling, connectors, racks and patch panels.

MANDATORY SITE VISIT

Vendors wishing to submit bids for internal connections must attend one of two mandatory site visits. The site visits will be held on October 11, 2023 and October 18, 2023. Both will begin at 10am. Vendors will meet at the Board Office, 1600 W Gentry, Henryetta, OK 74437 and check in with Randy Witham. Bids from vendors who did not attend either of the site visits will be disqualified.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Cabling

3

Cat6 drops

Cabling

2

12 strand single mode armored fiber optic cable runs, approx. 325 meters each including LC single mode connectors, 1U fiber termination trays, LC-LC single mode duplex fiber patch cables and connector blocks

Racks

1 3

4U Vertical

Racks

1

25U Extended Depth Wall Mount

Switches

1

UniFi US-16-XG or better

Switches

3 4

UniFi USW-Pro-24-PoE or better

Modules, GBIC, transceivers

4

10G SFP

Wireless Access Points

2

UniFi U6 Pro or better

 

COMPATIBILITY REQUIREMENT

All switches and WAP must be compatible with existing UniFi Controller. 

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: 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: Service providers are required to bid the entire hardware project.  Bids for individual components of the project will be disqualified.

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

Basic Maintenance of Internal Connections (BMIC)

MANDATORY SITE VISIT

Vendors wishing to submit bids for BMIC must attend one of two mandatory site visits. The site visits will be held on October 11, 2023 and October 18, 2023. Both will begin at 10am. Vendors will meet at the Board Office, 1600 W Gentry, Henryetta, OK 74437 and check in with Randy Witham. Bids from vendors who did not attend either of the site visits will be disqualified.

 

District would like manufacturer’s support contracts for the items below.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

1

UniFi US-16-XG or better

Switches

3 4

UniFi USW-Pro-24-PoE or better

Wireless Access Points

2

UniFi U6 Pro or better

 

DISQUALIFICATION FACTOR BMIC: 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 BMIC: Service providers are required to bid the entire maintenance project.  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 Services (MIBS)

PROJECT A (FIREWALL)

The district would like MIBS for the district owned firewall listed below.  Vendors should be certified/authorized by Fortigate to work on the specified equipment.  Please provide a certificate or document showing that you are certified with your proposal.  Please identify your closet office to our location at 1801 Troy Aikman Dr, Henryetta, OK 74437.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall

1

Fortigate 601E

Firewall

1

Fortigate 30E

 

PROJECT B (SWITCHES, WAPS, CONTROLLER)

The district would like MIBS for the below listed district owned equipment.  Vendors should be certified/authorized by UniFi to work on the specified equipment.  Please provide a certificate or document showing that you are certified with your proposal.  Please identify your closet office to our location at 1801 Troy Aikman Dr, Henryetta, OK 74437.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

32

UniFi USW Pro 48 PoE

Switches

1

UniFi UXG-Pro

Switches

3

UniFi US-16-XG

Switches

1

UniFi US-24-250W

Switches

1

UniFi US-48-750W

Switches

4

UniFi US-8-60W

Switches

1

UniFi USW-Lite-16-PoE

Switches

1

UniFi USW-Lite-8-PoE

Wireless Access Points

3

UniFi U6 LR

Wireless Access Points

1

UniFi UAP AC M Pro

Wireless Access Points

71

UniFi UAP AC HD

Wireless Access Points

1

UniFi UWB XG

Wireless Access Points

44

UniFi UAP AC Pro

Wireless Controller

1

UniFi Windows Controller

 

DISQUALIFICATION FACTOR MIBS: Service providers are required to bid the entire Project A and/or Project B.  Bids for individual components of the project 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.

 


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

HENRYETTA_C2_COVER_PAGE.pdf
2024_C2_Bidding_Instructions23.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Hello the Gym will get two runs, to connect the Golf and Softball building. What is the preferred connection method to connect the Football Field Downtown to the High School (Which Building?) , a point to point connection was mentioned. Is new fiber needed at the Football field or will there be hardware only install with existing cabling? When connecting Football field to High School, a WISP with Radio to Radio connection was mentioned. Is the equipment for the WISP included in this request, would a separate project or new cable run need to be bored from Football Field to High School? Does the school have a lift available for the Gym or will a lift need to be provided? Thank you

Answer:

Football field to High School main bldg is C1-Leased Lit Fiber.  There is no existing fiber at the football field and radio to radio is not requested.  The district has a lift, if needed.

CRW Consulting here - below are the Q&As from the site visit.

Answer:

1.  Are the switches for replacement or additions?  All switches will be added to the existing network and will not be replacing any.

 

2.  Will patch panels be required?  Cat6 patch panels were not specified in the RFP.  If they are necessary, the district will cover the cost.

 

3.  What type of GBIC is requested?  We are currently using duplex GBICs and would prefer duplex with the requested switches.

Fiber Cabling: --Do you want buried duct/conduit or direct bury for the 2 fiber cable runs? --With buried duct, armored cable would not be needed and a copper line will be run with fiber to have the ability to locate. --If armored direct bury is damaged, then a new run would be needed. Not able to repair. --If buried duct is damaged, that can be repaired, and fiber could be spliced if needed. Sometimes just the duct is only damaged. ECC Building: --Is the goal to replace the existing cabinet with a 25U to accommodate items that are not currently in the cabinet? Not sure a larger one will fit in the space.

Answer:

Yes, 2 armored fiber cable runs buried in conduit.

Yes, we will be replacing the existing cabinet with a 25U.