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

school South Coffeyville District 51
IFCB Posted : Jan 29, 2024
Bid Deadline : Friday, Mar 15, 2024

Questions Due By : Monday, Feb 5, 2024
Applicant Address : South Coffeyville, OK 74072
IFCB ID : 240016989

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.

 

·         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: 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.

·         INTERNET ACCESS DISQUALIFICATION FACTOR: Bids submitted for services to an incorrect address will be disqualified.

 

·         INTERNET ACCESS DISQUALIFICATION FACTOR: Bidders who are not eligible to provide OUSF support will be disqualified. By placing a bid for these services, the bidder agrees to file the completed OUSF affidavit within 90 days of the start of service (applicant agrees to complete their portion in a timely fashion after the request for completion by the winning bidder).

 

·         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, Project C, Project D, Project E.  Bids for individual components of a single 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 2/16/24: The bid deadline has been extended to 3/15/24.

CATEGORY ONE

INTERNET ACCESS

Applicant is requesting bids for 1GB bandwidth for their internet access at 600 East 5th Street, South Coffeyville, OK 74072.  Please include pricing for a leased router.

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.

NOTE: Applicant will accept any technologies bid. It is our intention to meet all OUSF Fair and Open Competitive Bidding requirements. If you are a NECA/tariffed company, bids for your tariffed rates are allowed. If any of the specified bandwidth speeds are not a tariffed/NECA rate, please bid the closest rate you have available, within the limits of the bandwidth range specified on the 470.

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.

INTERNET ACCESS DISQUALIFICATION FACTOR: Bids submitted for services to an incorrect address will be disqualified.

INTERNET ACCESS DISQUALIFICATION FACTOR: Bidders who are not eligible to provide OUSF support will be disqualified. By placing a bid for these services, the bidder agrees to file the completed OUSF affidavit within 90 days of the start of service (applicant agrees to complete their portion in a timely fashion after the request for completion by the winning bidder).

CATEGORY TWO

VOLUNTARY SITE VISIT

Vendors wishing to bid on any Category Two projects may attend a voluntary site visit on Friday, February 2, 2024.  Vendors should meet at 600 East 5th Street, South Coffeyville, OK 74072, at 10am and check in with Jade Dolan.

INTERNAL CONNECTIONS

PROJECT A (SWITCHES)

Please include pricing for installation and configuration.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

2

Summit 200-24

Switches

3

Summit x440-48p

Switches

1

Summit x440-24p-10g

Antennas, Connectors and Related Components

5

Finisar FTRJ8519P1BNDL-EX gbic/transceivers

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).

 

PROJECT B (ACCESS POINTS)

Please include pricing for installation and configuration.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Access Points

35

Ubiquiti Wifi 6

Wireless Controller

1

Ubiquti cloud key or Dream Machine

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 access points and controller need to be compatible with existing Unifi access points.

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.

PROJECT C (FIREWALL – 1 YEAR)

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

1

Fortinet 1 year subscription/license for existing Fortigate 100E

NOTE: We are requesting firewall 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).

 

PROJECT D (FIREWALL – 3 YEAR)

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

1

Fortinet 3 year subscription/license for existing Fortigate 100E

NOTE: We are requesting firewall 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).

 

PROJECT E (FIREWALL – 5 YEAR)

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

1

Fortinet 5 year subscription/license for existing Fortigate 100E

NOTE: We are requesting firewall 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: 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.  Bids for individual components of a single project will be disqualified.

BASIC MAINTENANCE OF INTERNAL CONNECTIONS

PROJECT F (FIREWALL – 1 YEAR)

The district is requesting bids for manufacturer support.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

1

Fortigate 100E

 

PROJECT G (FIREWALL – 3 YEAR)

The district is requesting bids for manufacturer support.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

1

Fortigate 100E

 

PROJECT H (FIREWALL – 5 YEAR)

The district is requesting bids for manufacturer support.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

1

Fortigate 100E

 

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.

South_Coffeyville_C2_COVER_PAGE1.pdf
2024_C2_Bidding_Instructions158.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Switches: --Is the quantity of 6 switches replacing all in the district? --Do you currently have Juniper switches in your network? --Usually, transceivers are in quantities of two, there is 5 listed on RFP. Is this correct? Wireless: --Are you replacing all existing Ubiquiti AP's in the district? --Is a scissor lift needed to install any AP's? --Existing cabling is in place? Firewall: --Which Fortinet security bundle do you currently have on the existing 100E firewall? Enterprise or Advanced or Unified Threat Protection

Answer:

Switches: --Is the quantity of 6 switches replacing all in the district?

No

--Do you currently have Juniper switches in your network?

No there are no juniper switches in the network.  There is a juniper device (router)  managed by the ISP.

--Usually, transceivers are in quantities of two, there is 5 listed on RFP. Is this correct?

No, There is currently 5 in use, however I would like to see the AG building connection moved to a SFP capable device so the media converter can be removed. 8 Fiber SFPs would be needed in this scenario.

Wireless: --Are you replacing all existing Ubiquiti AP's in the district?

Yes, I would like to see 6th Gen Aps and a wireless controller of some sort.  If Ubiquiti is chosen, I’d like to see a Dream machine added for managing the unify system. Any quality WiFi system will do the work.  As long as it has manageability. Meraki for example. 

--Is a scissor lift needed to install any AP's?

No, We have not needed a scissor lift to install APs so far.

--Existing cabling is in place?

Yes,

Firewall: --Which Fortinet security bundle do you currently have on the existing 100E firewall? Enterprise or Advanced or Unified Threat Protection

Currently, the firewall is not licensed with a security bundle, nor contract support. It is only being used for outbound NAT at this time.  However, having licensing for advanced feature sets would be a great value.

 

If the units can be stackable that would ease the management requirements for the infrastructure.  It’s easier to manage 5 management points than every switch separately.  In a perfect scenario, these would be chasis based units with line cards.  But if we are going with 1U units, I’d prefer them to be stackable so the stack can be managed as 1 unit.  Taking the existing port density requirements, and the current topology.  The server room needs L3 and POE+  capable devices, so that we can have inter-VLAN routing enabled.  The branches just need to be dot1Q and POE+ capable.