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

school Independence School District
IFCB Posted : Dec 5, 2023
Bid Deadline : Tuesday, Jan 9, 2024

Questions Due By : Tuesday, Dec 12, 2023
Applicant Address : Independence, MO 64055
IFCB ID : 240007127

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.

 

·       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: 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 and Project C.  Bids for individual components of a single 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.

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

Services and Equipment Requested :
UPDATE 12/12/23: The bid deadline has been extended to 01/09/2024.

Category Two:

INTERNAL CONNECTIONS

PROJECT A - FIREWALLS

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall

2

Fortigate - SKU: FG-1801F-BDL-809-60

 

PROJECT B - SWITCHES

No cabling drops are needed for the Switches.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

86

Aruba 6200M 48 port

Switches

46

Aruba 6200M 24 port

Switches

6

Aruba 6200M12SR36G POE+

 

PROJECT C - ARUBA CENTRAL

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Licenses

1400

Aruba Central Licenses (5 year) to support 1400 Aruba Access Points

 

NOTE: We are requesting WAP, firewall and 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 PROJECT A, PROJECT B AND PROJECT C:

All equipment must be compatible with existing HP / ARUBA Switches.

 

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: 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 and Project C.  Bids for individual components of a single project will be disqualified.

 

 PROJECT D Managed Internal Broadband Service (MIBS):

The district would like MIBS services for the following existing equipment

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall

2

Monitoring & Management of Fortigate Firewalls

 

 

DISQUALIFICATION FACTOR MIBS: Vendors must complete and include the C2 Cover Page with their bid. Bids received without the cover page 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.

 

 

 


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

Independence_C2_COVER_PAGE.pdf
2024_C2_Bidding_Instructions111.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




For Project A - Firewalls: Can we quote a equivalent or different / newer Fortinet Firewall model that meets or exceeds the technical specs of the 1801? For Project B - Switches: We don't see any power supplies listed / requested. The switches you have requested require the addition of at least one power supply to function and require two power supplies for full PoE budget. Please state how many power supplies should be quoted and which model supplies should be quoted. How many of these switches are going to be stacked together? How many stacking cables should be added to this quote? Do you require any Aruba Central Licenses for the switches being quoted? For Project C - Aruba Central: Does installation / configuration need to be quoted along with the licenses?

Answer:

Project A - Firewall.   I requested an 1801 but you can quote whatever you wish.

Project B - Switches.  We would like our units to be filled with Power Supplies.  That was a mistake on our part, we thought the switches came with a power supply and didn't know we could put extra power supplied in them. Please bid two power supplies for each switch so we have full POE capability.

                  Switches.  I am not stacking them.

                  Switches.  No additional Central Licenses are required

Project C   Aruba Central - No Installation or configuration needed, just the licenses.