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

school Spring Hill USD 230
IFCB Posted : Jan 15, 2024
Bid Deadline : Wednesday, Feb 14, 2024

Questions Due By : Monday, Jan 22, 2024
Applicant Address : Spring Hill, KS 66083
IFCB ID : 240013389

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.

 

·       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.

 

·       DISQUALIFICATION FACTOR CATEGORY ONE EQUIPMENT: 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.

 

·       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: 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.




Services and Equipment Requested :

UPDATE 1/17/24: The bid deadline has been extended to 2/14/24. 

UPDATE 1/16/24: New document "Spring Hill Screenshots" available for download.

SERVICES SECTION

Category One:

 

Internet Access - District is requesting  5 GB bandwidth with an option to upgrade to 10 GB. The vendor can deliver the 5 Gbps circuit to any one of the three listed addresses below:

1.       19701 S Ridgeview Rd, Spring Hill, KS 66083

2.       17450 W. 167th Street Olathe, KS 66062

3.       18701 W. 191st Street Spring Hill, KS 66083.

The district is looking for a 3 year term.

Internet Service Provider Service Level Agreement (SLA): - Please provide the following and/or note specifically which items are not included.

Availability - 99.99% Uptime
Speeds - 5 Gbps Symmetrical Upload/Download
Latency - Average round trip transmissions should not exceed 20 milliseconds between USD 230 and the Internet Service Providers local data center. 
Denial of Service - Internet Service Provider will respond to DOS or DDOS attacks reported by USD 230 within 1 hour of opening a trouble ticket with the Internet Service Provider. 
Scheduled Maintenance - Internet Service Provider will notify USD 230 at least 24 hours prior to any scheduled maintenance. 
Outage Notifications - During known network outages impacting USD 230, the Internet Service Provider will provide hourly communications updates via email until the issue or outage is fully resolved.
Repair - 24 Hour Mean Time To Repair (MTTR)
Credits - USD 230 shall be eligible for a credit during any calendar month if USD 230 experiences performance that does not meet the applicable metrics set forth in this SLA. USD 230 and the Internet Service Provider must come to an agreement on the credit terms prior to signing the contract. 

 

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 1 Network Equipment-

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

7

C9300-48P-EDU Catalyst 9300 48-port PoE+, K12 including 5 year licensing

UPS

7

PWR-C1-715WAC-P= 715W AC 80+ platinum Config 1 Power Supply Spare

Cabling

7

STACK-T1-50CM= 50CM Type 1 Stacking Cable

Cabling

7

STACK-T1-3M= 3M Type 1 Stacking Cable

Switch

7

C9400-LC-24XS Cisco Catalyst 9400 Series 24-Port 10 Gigabit Ethernet(SFP+)

Module

7

SFP-10G-LR-S= 10GBASE-LR SFP Module, Enterprise-Class

Switch

1

C9400-LC-24XS Catalyst 9400 Series 24-Port 10 Gigabit Ethernet(SFP+)

 

COMPATIBILITY REQUIREMENT:

All equipment must be compatible with existing Cisco network

 

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.

 

DISQUALIFICATION FACTOR CATEGORY ONE EQUIPMENT: 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.

 

 

 

Category Two:

 

INTERNAL CONNECTIONS

 

Type of Equipment

Quantity Vendor Should Bid

Preferred Make/Manufacturer

Switches

45

C9300-48P-EDU including C9300-DNA-E-48-5Y

Switches

26

C9300-24P-EDU including C9300-DNA-E-24-5Y

Antenna, Connectors and Related Components

30

PWR-C1-715WAC-P=

Antenna, Connectors and Related Components

30

C9300-NM-8X=

Cabling

43

STACK-T1-50CM=

Cabling

9

STACK-T1-3M=

Cabling

43

CAB-SPWR-30CM=

Cabling

9

CAB-SPWR-150CM=

Switches

1

C9410R-96U-BDL-EDU including C9400-DNA-A-5Y

Antennas, Connectors and Related Components

2

SFP-10G-LRM=

Antennas, Connectors and Related Components

2

SFP-10G-SR-S=

Switches

1

C9200CX-12P-2X2G-E including C9200CX-DNAE12-3Y

Switches

1

C9200CX-12T-2X2G-E including C9200CX-DNAE12-3Y

Switches

2

C9400-LC-24XS Catalyst 9400 Series 24-Port 10 Gigabit Ethernet(SFP+)

Wireless Access Points

460

C9120AXI-B-EDU

Antennas, Connectors and Related Components

504

AIR-AP-BRACKET-1

Wireless Access Points

44

C9120AXE-B-EDU

Wireless Controller

2

EDU-C9800-40-K9 including LIC-C9800-DTLS-K9

Wireless Licensing

7

AIR-DNA-EDU including AIR-DNA-TRK-3Y, AIR-DNA-EDU-E and EDU-DNA-E-3Y

 

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:

All equipment must be compatible with existing Cisco network

 

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: Applicant will not accept bids for refurbished equipment. Any bids containing refurbished equipment will be disqualified.

 

BASIC MAINTENANCE OF INTERNAL CONNECTIONS:

The District would like a manufacturer’s support contract for these items:

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

1

CON-SNTP-C9410R9U SNTC-24X7X4 Catalyst 9400 Series 10 slot,Sup, 2xC940

Switches

1

CON-SNT-C920CXPO SNTC-8X5XNBD Catalyst 9000 Compact Switch 12-Port PoE

Switches

1

CON-SNT-C9200001 SNTC-8X5XNBD Catalyst 9000 Compact Switch 12-port Dat

Switches

2

CON-SNT-EDUC9849 SNTC-8X5XNBD EDU SKU - Cisco Catalyst 9800-40 Wireless

 

 

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.

 

470 ITEMS:

NOTE: Cabling request is for number of 204 drops, not feet.

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

Spring_Hill_C2_COVER_PAGE.pdf
Spring_Hill_C1_COVER_PAGE.pdf
2024_C2_Bidding_Instructions9.docx
Spring_Hill_Screenshots.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Hi there, Could you provide a more precise location(s) of the individual D-Marc or Internet Service Entrance at each of the school locations? A map showing each site would be helpful. Or if there are shared access vaults where fiber could be pulled?

Answer:

We have attached three pictures to the IFCB. The red lines represent district owned conduit/fiber paths and the yellow boxes are hand holes. From the street into the buildings we have a spare innerduct and/or conduit that can be used as a path into the dmarc location. The dmarc locations are indicated with a blue star.

Is the 16740 W 175th St location not one eligible for service delivery?

Answer:

This location is no longer available because the district has sold the building and will be removing all services from the building in the near future.