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

school Cole Co School District R1
IFCB Posted : Oct 6, 2023
Bid Deadline : Tuesday, Nov 21, 2023

Questions Due By : Tuesday, Oct 24, 2023
Applicant Address : Russellville, MO 65074
IFCB ID : 240001970

IFCB Requirements :

·         Before the bid deadline, 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 WIDE AREA NETWORK CIRCUITS 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 WIDE AREA NETWORK CIRCUITS DISQUALIFICATION FACTOR: Vendors must bid all connections. If vendors submit a bid missing any connection, we will consider your bid incomplete and disqualify your bid.

·         LEASED WIDE AREA NETWORK CIRCUITS DISQUALIFICATION FACTOR: Bids submitted for services to incorrect addresses will be disqualified.

 

·         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: 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 the entire hardware Project A and/or Project B.  Bids for individual components of either 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 BMIC: Service providers are required to bid the entire maintenance Project C and/or D.  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 :

CATEGORY ONE

Leased Wide Area Network Circuitsone connection any delivery/technology type. Leased dark fiber bidders should bid one pair of fiber strands. Lit leased fiber bidders should bid 250Mb, 275Mb, 500Mb, 750Mb, and/or 1GB bandwidths.  Please include pricing for leased switches/media converters.  The connection is from the High School, 13600 Route C, Russellville, MO 65074, to the Elementary/Middle School, 13111 Park Street, Russellville, MO 65074.

LEASED WIDE AREA NETWORK CIRCUITS 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 WIDE AREA NETWORK CIRCUITS DISQUALIFICATION FACTOR: Vendors must bid all connections. If vendors submit a bid missing any connection, we will consider your bid incomplete and disqualify your bid.

LEASED WIDE AREA NETWORK CIRCUITS DISQUALIFICATION FACTOR: Bids submitted for services to incorrect addresses will be disqualified.



CATEGORY TWO

VOLUNTARY SITE VISIT

Vendors who wish to bid on Category Two may attend a voluntary site visit either October 16, 2023, or October 23, 2023.  Both will begin at 9am.  Vendors will meet at the High School Office, 13600 Route C, and ask for Cathy Trigg.

 

INTERNAL CONNECTIONS

Replacement and upgrade of current Aruba switches that are longer supported.  Project includes installation, configuration and maintenance of switches.  Desire Aruba but will accept alternative that is comparable and compatible with current Aruba infrastructure.

IC PROJECT A – ELIGIBLE BUILDINGS

All 48 port switches must have 740w of P9E+.  All switches must be 10g capable.  Installation and configuration are needed.  Please include licensing costs.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

6

Aruba 6300F 48-port 1GbE Class 4 PoE and 4 port SFP 56 switch (JL665A) Must have full layer 3 capability

Switches

1

Aruba 6300F 24-port 1 GbE Class 4 PoE and 4-port SFP 56 switch (JL666A)

Cabling

9

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

Cabling

1

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

Switches

24

10G SR Transceivers

Switches

4

Aruba 6100 48G Class 4 PoE 4 SFP+ 740W switch (R9Y04A)

Switches

2

Aruba 6100 48G Class 4 PoE 4 SFP+ 370W switch (JL675A)

Switches

3

Aruba CX 6200F 48G Class 4 PoE 4 SFP+ 740W switch (JL728B)

 Switches

1

Aruba 6000 12G Class 4 PoE 2GB/2 SFP 139W Switch (R8N89A)

NOTE: We are requesting 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

Switches must be compatible with existing Aruba switches and Aruba wireless infrastructure.

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: It will be the bidder’s responsibility to provide documentation about the compatibility requirements listed in this IFCB. Vendors that submit bids without documentation demonstrating the required compatibility listed in this IFCB will have their bids disqualified, unless that vendor has bid the preferred make/model number listed.

 

IC PROJECT B – Ineligible Buildings

All 48 port switches must have 740w of P9E+.  All switches must be 10g capable.  Installation and configuration are needed.  Please include licensing costs.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

2

Aruba 6100 12G Class 4 PoE 2GB/2 SFP + 139 switch (JL679A)

NOTE: We are requesting 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

Switches must be compatible with existing Aruba switches and Aruba wireless infrastructure.

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: It will be the bidder’s responsibility to provide documentation about the compatibility requirements listed in this IFCB. Vendors that submit bids without documentation demonstrating the required compatibility listed in this IFCB will have their bids disqualified, unless that vendor has bid the preferred make/model number listed.

 

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: 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 the entire hardware Project A and/or Project B.  Bids for individual components of either project will be disqualified.

BASIC MAINTENANCE OF INTERNAL CONNECTIONS

BMIC PROJECT C – ELIGIBLE BUILDINGS

The district is requesting a block of 25 hours per month to be used as needed.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

6

Aruba 6300F 48-port 1GbE Class 4 PoE and 4 port SFP 56 switch (JL665A)

Switches

1

Aruba 6300F 24-port 1 GbE Class 4 PoE and 4-port SFP 56 switch (JL666A)

Cabling

9

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

Cabling

1

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

Switches

24

10G SR Transceivers

Switches

4

Aruba 6100 48G Class 4 PoE 4 SFP+ 740W switch (R9Y04A)

Switches

2

Aruba 6100 48G Class 4 PoE 4 SFP+ 370W switch (JL675A)

 Switch

1

Aruba 6000 12G Class 4 PoE 2GB/2 SFP 139W Switch (R8N89A)

 

BMIC PROJECT D – Ineligible Buildings

The district is requesting a block of 2 hours per month to be used as needed.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

2

Aruba 6100 12G Class 4 PoE 2GB/2 SFP + 139 switch (JL679A)

 

DISQUALIFICATION FACTOR BMIC: Service providers are required to bid the entire maintenance Project C and/or D.  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.

Cole_C2_Cover_Page.pdf
2024_C2_Bidding_Instructions33.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Hello CRW, I notice that the response rules detail that vendors need to submit the Cover Page, but I'm not sure how to go about this. We won't be submitted a bid for any internal equipment, and will only be bidding on a renewal of the existing dark fiber agreement, and internet service at 250 Mbps and 1 Gbps rates. Is the cover letter still needed, and if so, could you help advise how to complete it? Thanks for your time,

Answer:
The cover page is only required if you are bidding on Category Two items.

UPDATE - the site visit is for Category Two, not the Category One project.