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

school Taloga ISD
IFCB Posted : Dec 29, 2023
Bid Deadline : Thursday, Feb 8, 2024

Questions Due By : Thursday, Jan 11, 2024
Applicant Address : Taloga, OK 73667
IFCB ID : 240010724

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, Basic Maintenance of Internal Connections (BMIC), leased Managed Internal Broadband Services equipment (Category Two) 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.

·        SELF PROVISIONED NETWORK 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.

·        DISQUALIFICATION FACTOR C1 NETWORK EQUIPMENT: Service providers are required to bid the entire hardware project. Bids for individual components of the project will be disqualified.

·        DISQUALIFICATION FACTOR C1 NETWORK EQUIPMENT: Vendors must complete and include the C1 Cover Page with their bid. Bids received without the cover page will be disqualified.

·        DISQUALIFICATION FACTOR C1 NETWORK EQUIPMENT:  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 bid 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: Service providers are required to bid the entire hardware project.  Bids for individual components of the project will be disqualified.

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

·        DISQUALIFICATION FACTOR MIBS: Service providers are required to bid the entire project.  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 :

Voluntary Site Visits

Vendors wishing to bid on Category 1 or Category 2 services/equipment can attend a voluntary site visit either January 3, 2024 or January 10, 2024. Visits will begin at 10:30am both days. Vendors will report to Taloga HS, 500 W. Ruble, Taloga, OK and check in with Marsha Cusack.

Category 1

Leased Wide Area Network Circuits5 connections any delivery/technology type. Leased dark fiber bidders should bid one pair of fiber strands. Lit leased fiber bidders should bid 5 Gbps - 10 Gbps. There is a png map available to download with a map of the district – Taloga Map.

Hub: Taloga HS, 500 W Ruble, Taloga, OK

1.      Ag Building - 36.039199895636344, -98.97037131802247

2.      Maintenance Barn - 36.03904373659003, -98.97092653525483

3.      Gym - 36.03912772656739, -98.96962011931704

4.      Band Building - 36.03842235065052, -98.97054834380673

5.      Elementary - 36.037919813621116, -98.96914928833007

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.

 

Self-Provisioned Networks: the applicant will accept bids for any type of technology that can achieve our connectivity goals (fiber, wireless, purchased radio/wireless bridges, etc.). District would like multimode OM4 fiber. There is a png map available to download with a map of the district – Taloga Map.

Hub: Taloga HS, 500 W Ruble, Taloga, OK

1.      Ag Building - 36.039199895636344, -98.97037131802247

2.      Maintenance Barn - 36.03904373659003, -98.97092653525483

3.      Gym - 36.03912772656739, -98.96962011931704

4.      Band Building - 36.03842235065052, -98.97054834380673

5.      Elementary - 36.037919813621116, -98.96914928833007

SELF PROVISIONED NETWORK 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.

C1 Network Equipment

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

5

Ubiquiti 24 port POE, USW-Pro-24-POE (400W)

Switches

1

48 port PoE layer 3 managed switch that provides 8 SFP+ ports

Antennas, Connectors and Related Components

10

SFP modules for 10 GB MM fiber connections

 

DISQUALIFICATION FACTOR C1 NETWORK EQUIPMENT: Service providers are required to bid the entire hardware project. Bids for individual components of the project will be disqualified.

DISQUALIFICATION FACTOR C1 NETWORK EQUIPMENT: Vendors must complete and include the C1 Cover Page with their bid. Bids received without the cover page will be disqualified.

DISQUALIFICATION FACTOR C1 NETWORK EQUIPMENT:  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 bid disqualified.

 

Maintenance & Operations

Hub: Taloga HS, 500 W Ruble, Taloga, OK

1.      Ag Building - 36.039199895636344, -98.97037131802247

2.      Maintenance Barn - 36.03904373659003, -98.97092653525483

3.      Gym - 36.03912772656739, -98.96962011931704

4.      Band Building - 36.03842235065052, -98.97054834380673

5.      Elementary - 36.037919813621116, -98.96914928833007

 

Category 2

Internal Connections

Project A – Drops

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Cabling

120

Cat8 drops

 

Project B – Switches

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

1

48 port POE Unifi Switch, USW-Pro-48-POE

Switches

4

24 port POE Unifi, USW-Pro-24-POE

Switches

1

8 port, USW-Aggregation

 

NOTE: We are requesting WAP or switch licenses on this IFCB, which sometimes may be categorized as BMIC or MIBS by USAC (the BMIC and MIBS boxes on the 470 have been checked to cover this scenario).

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: The applicant will not accept bids from manufacturers of equipment deemed a national security threat by the Federal Communications Commission. The list of prohibited equipment is available here: https://www.fcc.gov/supplychain/coveredlist. Vendors that submit bids that 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: Service providers are required to bid an entire Project A or Project B.  Bids for individual components of a single project will be disqualified.

Managed Internal Broadband Services (MIBS)

The district would like bids to lease the equipment listed below.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

1

48 port POE Unifi Switch, USW-Pro-48-POE

Switches

4

24 port POE Unifi, USW-Pro-24-POE

Switches

1

8 port, USW-Aggregation

 

DISQUALIFICATION FACTOR MIBS: Service providers are required to bid the entire project.  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.

TALOGA_C1_COVER_PAGE.pdf
Taloga_Map.png
TALOGA_C2_COVER_PAGE1.pdf
2024_C2_Bidding_Instructions132.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Hello, I have the following questions: 1. In the IFCB under Category 2, MIBS it requests "the district would like bids to lease the equipment listed below" and lists the equipment listed in Project B - Switches. Can you please clarify if the school wants to purchase or lease this equipment? 2. Should BMIC and MIBS be quoted as separate line items? 3. Regarding the cable drops: a. How many drops are going into existing internal conduit? b. How many drops are going into existing external conduit? c. How many drops will require new external conduit to be installed?

Answer:

 1. In the IFCB under Category 2, MIBS it requests "the district would like bids to lease the equipment listed below" and lists the equipment listed in Project B - Switches. Can you please clarify if the school wants to purchase or lease this equipment? We have always owned in the past but I would like to see the cost of each to compare and make a decision.    2. Should BMIC and MIBS be quoted as separate line items?  Yes, please quote seperately  3. Regarding the cable drops: a. How many drops are going into existing internal conduit? b. How many drops are going into existing external conduit? c. How many drops will require new external conduit to be installed?  There are 70 old CAT5 network cables.  Twenty of these are short cable runs in a computer lab that has a network rack in the room.  The other fifty cables extend from network closets to offices and classrooms. We estimate adding an additional network cable drops in most classrooms, so 120 CAT6 cable drops. So 50 would be new conduit.