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

school Benton School District
IFCB Posted : Jan 3, 2024
Bid Deadline : Wednesday, Feb 7, 2024

Questions Due By : Wednesday, Jan 10, 2024
Applicant Address : Benton, AR 72015
IFCB ID : 240011140

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.

 

·         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.

 

·         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 PROJECT A, PROJECT B, PROJECT D, PROJECT E, PROJECT F, PROJECT G: 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: 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 an entire Project A, Project B, Project C, Project D, Project E, Project F, Project G, or Project H.  Bids for individual components of a single project will be disqualified.


Services and Equipment Requested :

UPDATE 1/10/24: The bid deadline has been extended to 02/07/24.

UPDATE 1/8/24: The bid deadline has been extended to 02/05/24.

UPDATE 1/5/24: The bid deadline has been extended to 02/02/24.

Category One:

Internet Access – The applicant currently has 1 Gbps bandwidth and requests bids for 1 Gbps, 1.5 Gbps, 2 Gbps, and 2.5 Gbps bandwidths. The terminating address is 211 N Border St., Benton, AR 72015. Bids should include pricing for a leased, on-premise router. Please provide pricing for a three-year contract term. The applicant is also requesting pricing to be included for 5 IPv4 Public IP addresses aside from the router’s public IP.

 

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.

Category Two:

BPSD is looking to refresh the District’s Aruba 2920 switches with newer PoE capable switches. We currently have single-mode fiber, linked at 10G between all IDFs and campuses; therefore, 10 GB capability is a must. We would like to reuse existing Aruba transceivers (Model # J9151A).

We are also looking to replace 37 aging lead acid UPSs with new lithium-ion units that have longer expected service lives/warranties.

Coordination with Baldwin & Shell required on projects: D, E, F, G, H and I. These projects must be completed by July 2025.

IC Project A – Switch Refresh 3-year licensing

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Cabling

90

Aruba 10 GB DAC Cables

Switches

100

Aruba JL728A include pricing for 3-year licensing

 

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 Aruba Central.

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.

IC Project B – Switch Refresh 5-year licensing

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Cabling

90

Aruba 10 GB DAC Cables

Switches

100

Aruba JL728A include pricing for 5-year licensing

 

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 Aruba Central.

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.

IC Project C – UPS Refresh

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

UPS

37

Lithium-ion battery backup preferred. N1C L2000|Battery backups should have minimum 8’ power cable or extension to reach that length

 

IC Project D – New Middle School Switches (3-year licensing)

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

17

Aruba JL728A

 

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 Aruba Central.

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.

IC Project E – New Middle School Switches (5-year licensing)

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

17

Aruba JL728A

 

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 Aruba Central.

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS PROJECT E: 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 F – New Middle School WAPs (3-year licensing)

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Access Points

60

Extreme Networks AP4000

 

NOTE: We are requesting WAP 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:

Wireless Access Points must be compatible with ExtremeCloudIQ.

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS PROJECT F: 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 G – New Middle School WAPs (5-year licensing)

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Access Points

60

Extreme Networks AP4000

 

NOTE: We are requesting WAP 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:

Wireless Access Points must be compatible with ExtremeCloudIQ.

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS PROJECT G: 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 H – New Middle School Data Drops

The applicant requires that data drops be punched down in the data rooms on 48-port patch panels, labeled with the remote location (RM xxx). Endpoint side, applicant requests labels indicating the data room (MDF/IDFxx), the patch panel letter (A, B, C, D) and the port number in the patch panel where it lands (ie: IDF2:B12 would be in IDF2, second patch panel (B), port 12)

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Cabling

728

CAT6 Blue Plenum cabling with blue keystones

 

IC Project I – New Middle School Non-E-Rate Eligible Items

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Cabling

248

(Non-E-Rate eligible) CAT6 Blue Plenum cabling with blue keystones

Wireless Access Points

18

(Non-E-Rate eligible) Extreme Networks AP4000

Switches

14

(Non-E-Rate eligible) Aruba JL728A

 

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 an entire Project A, Project B, Project C, Project D, Project E, Project F, Project G, or Project H.  Bids for individual components of a single project will be disqualified.

 


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

BENTON_C2_COVER_PAGE.docx
2024_C2_Bidding_Instructions135.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Hello there, 1) For Project H – New Middle School Data Drops, will floor plans be provided which identify the requested (728) cables? 2) For Project I – New Middle School Data Drops, will floor plans be provided which identify the requested (248) cables? Thank you.

Answer:

Due to security concerns we do not want to post those floor plans to the IFCB or 470. Vendors that would like to get a copy of the floor plans can email brian@bentonschools.org to receive them. All other questions about the 470/IFCB must be submitted through the website.

Will the switches and WAPs need to be configured and installed? Will there be a walk through and blue prints available for the network drops? What type of rack will the UPS units be installed? 4-post, 2-post, wallmount etc. What is the maximum mounting depth of the racks in which the UPS units will be installed?

Answer:

Q: Will the switches and WAPs need to be configured and installed? 

A: No, We only need the hardware and licenses. We will configure and install the AP's.

 

Q: Will there be a walk through and blue prints available for the network drops? 

A: Due to security concerns we do not want to post those floor plans to the IFCB or 470. Vendors that would like to get a copy of the floor plans can email brian@bentonschools.org to receive them. All other questions about the 470/IFCB must be submitted through the website. The new middle school is not far enough along for a walk-through at this time.

At this time, Area's C, D and E could start cabling as early as October 2024 followed by Area's A and B in January 2025. Timing is subject to change and will need to be coordinated with Baldwin & Shell. We expect to begin classes at this campus in late July or early August 2025 (depending on the school year calendar that will be set for 2025-2026). We must have this project completed enough ahead of this time to install and configure network switches, AP's, etc and begin campus operations.

 

Q: What type of rack will the UPS units be installed? 

A: Installation is not requested for the UPS units. We will install them in a mixture of wall-mount cabinets, 2-post racks and 4-post enclosed/locked cabinets.

 

Total 4-post 42U-48U data cabinets: 13

3 of these are 23 inch depth

1 is 27 inch depth

the rest are 29inch depth.

 

Total 2-post 42U-48U racks: 5

1 with a depth to the wall of 18 inches

The remainder have clearance of 29 inches or more to the wall.

 

Total Wall-mount cabinets: 16

1 with a depth to the wall of 15 inches

2 with a depth to the wall of 19 inches

4 with a depth to the wall of 20 inches

3 with a depth to the wall of 21 inches

1 with a depth to the wall of 24 inches

2 with a depth to the wall of 25 inches

2 with a depth to the wall of 26 inches

 

Q: What is the maximum mounting depth of the racks in which the UPS units will be installed?

A: We will install them in a mixture of wall-mount cabinets, 2-post racks and 4-post enclosed/locked cabinets.

Total 4-post 42U-48U data cabinets: 13

3 of these are 23 inch depth

1 is 27 inch depth

the rest are 29inch depth.

 

Total 2-post 42U-48U racks: 5

1 with a depth to the wall of 18 inches

The remainder have clearance of 29 inches or more to the wall.

 

Total Wall-mount cabinets: 16

1 with a depth to the wall of 15 inches

2 with a depth to the wall of 19 inches

4 with a depth to the wall of 20 inches

3 with a depth to the wall of 21 inches

1 with a depth to the wall of 24 inches

2 with a depth to the wall of 25 inches

2 with a depth to the wall of 26 inches

For project C: What type of rack will the UPS units be installed? 4-post, 2-post, wallmount etc. What is the maximum mounting depth of the racks in which the UPS units will be installed?

Answer:

Q: For project C: What type of rack will the UPS units be installed? 4-post, 2-post, wallmount etc. What is the maximum mounting depth of the racks in which the UPS units will be installed?

 

A: 

We will install them in a mixture of wall-mount cabinets, 2-post racks and 4-post enclosed/locked cabinets.

Total 4-post 42U-48U data cabinets: 13

3 of these are 23 inch depth

1 is 27 inch depth

the rest are 29inch depth.

 

Total 2-post 42U-48U racks: 5

1 with a depth to the wall of 18 inches

The remainder have clearance of 29 inches or more to the wall.

 

Total Wall-mount cabinets: 16

1 with a depth to the wall of 15 inches

2 with a depth to the wall of 19 inches

4 with a depth to the wall of 20 inches

3 with a depth to the wall of 21 inches

1 with a depth to the wall of 24 inches

2 with a depth to the wall of 25 inches

2 with a depth to the wall of 26 inches

For the New Middle School Cabling, the pricing request is only cable ran, patched down at MDF/IDF and jack installed at the field location. No rack or patch panel or other equipment for MDF/IDF buildout. No face plate in field location. Cable/ Label and jack only.

Answer:

Racks/cabinets will be provided.

All other components for complete and professional network cable runs will be needed (face plates, keystone jacks, patch panels, labels).

48-port patch panels will be needed (lower port counts are not desired).

White faceplates at the endpoint location will be needed to support the keystone jack(s).

Access Point drops will need a labeled box above the ceiling grid to securely plug a patch cable into for us to install an Access Point.

Will installation be required for the switches being replaced and setup or equipment delivery only. Will the AP 4000 need installed and programmed required. Will UPS installation be required or equipment delivery only.

Answer:

Switches, AP's and UPS's are equipment delivery only.

Programming and installation will not be required.

Switches and AP's will need licensing as described in the IFCB.

On projects D and E do you want DAC cables for the switches? On project I do you want licensing for the wireless and switches? On project I do you want DAC cables for the switches?

Answer:

Q: On projects D and E do you want DAC cables for the switches? :  
A: We did not include DAC cables as we are not sure exactly how many switches will be in each MDF/IDF at this time

Q: On project I do you want licensing for the wireless and switches? :
A: Yes. Will ideally match what is quoted on the E-Rate eligible items.

Q: On project I do you want DAC cables for the switches?:
A:  We did not include DAC cables as we are not sure exactly how many switches will be in each MDF/IDF at this time

1. Would you please elaborate on the coordination between Baldwin & Shell and the ISP? 2. Who is the current bandwidth provider? 3. AP Equipment: do you want the support contract in addition to the licensing? 4. UPS: do you want an extended warranty?

Answer:

Q:  Would you please elaborate on the coordination between Baldwin & Shell and the ISP? 2. Who is the current bandwidth provider?
A: Coordination with Baldwin & Shell is for the data cabling project (specifically Projects H and I). This is an active construction project that Baldwin & Shell is managing. The required coordination with Baldwin & Shell will be between the selected bidder and Baldwin & Shell's on-site project manager(s) and superintendent(s) regarding when the cabling project can begin based on the overall construction project status, access to the site, including available work hours as well as any rules that will be required (such as hard hat requirement, etc). Bidder is not providing internet service as an ISP (Internet Service Provider) through Category Two projects.

Q: Who is the current bandwidth provider?
A: Internet Access (Bandwidth) is requested in Category One of the IFCB. Current providers are the State of Arkansas (which will remain) and AT&T (this circuit is up for bid in Category One). Bandwidth demarcation point is at our High School campus which is the address listed in the Category One description. We connect our Internet Access routers to our internal firewall and extend access to our campuses internally through our fiber backbone (MAN). The new middle school MDF will tie into Mountain View Elementary's MDF next door via fiber and bandwidth will be dispersed to it through this internal network.

Q:  AP Equipment: do you want the support contract in addition to the licensing?
A: We currently utilize Extreme Networks access points (formerly Aerohive) and purchase ExtremeCloud IQ Pilot subscriptions for these which includes licensing and support. Yes, we will want support access, especially firmware update access but may need to contact the manufacturer for other hardware, software or operational support.

Q: UPS: do you want an extended warranty?
A: The N1C.L2000 UPS mentioned in Project C includes a 10-year UPS warranty and 10-year battery warranty upon registration. We will not need to extend this. If a different brand/model UPS is bid, a similar warranty would be desired for fair comparison.

Are projects A and B for the same switches but with two different license length? or is the request for 200 total switches and 100 with a 3 year license and 100 with a 5 year license? And same question for projects D,E,F,G.

Answer:
Q:  Are projects A and B for the same switches but with two different license length? or is the request for 200 total switches and 100 with a 3 year license and 100 with a 5 year license? And same question for projects D,E,F,G.
A: Projects A and B are to compare our options of going with either a 3-year license with the switch purchase OR a 5-year license with the switch purchase. Total DAC cables will be 90 and total switches will be 100 and either Project A or B would be selected. Projects D and E are to compare pricing between 3yr vs 5yr licenses with the switches, a total of 17 switches are needed. Either project D or E would be selected. Projects F and G are to compare pricing between 3yr vs 5yr licensing with the access points. A total of 60 access points are needed. Either project F or G would be selected.