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

school Seymour School District R2
IFCB Posted : Sep 20, 2025
Bid Deadline : Tuesday, Nov 18, 2025

Questions Due By : Tuesday, Oct 21, 2025
Applicant Address : Seymour, MO 65746
IFCB ID : 260001622

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 the system is down before the 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. The applicant reserves the right to request and obtain bids outside of the website system if the bid deadline has passed and zero or one bid is received (the intent for this is to follow USAC guidance on obtaining cost-effective bids).

·      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. SPAM and/or robotic responses will not be considered valid bid responses and will be disqualified from consideration.

 

·       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.

 

·       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 includes these manufacturers will have their bid 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 ONLY: Vendors who wish to bid must attend one of two mandatory site visits. Vendors who submit a bid but have not attended a meeting will be disqualified.

 

·       DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Service providers are required to bid an entire Project A and/or Project B.  Bids for individual components, or bids that do not include all of the requested items for the project will be disqualified.

 

 


Services and Equipment Requested :

UPDATE 10/15/25  A THIRD MANDATORY SITE VISIT HAS BEEN ADDED FOR PROJECT A.  THIS THIRD MANDATORY SITE VISIT WILL BE HELD ON 10/20/25 AT 10AM.  THE QUESTION AND BID DEADLINES HAVE BOTH BEEN EXTENDED.

UPDATE 9/30/25 - MAPS ARE NOW AVAILABLE FOR DOWNLOAD ALONG WITH THIS IFCB.

Category Two:

MANDATORY SITE VISIT

Vendors wishing to submit bids for IC PROJECT A ONLY must attend one of two mandatory site visits. The site visits will be held on October 6th, 2025 and October 13th, 2025. Both will begin at 10am. Vendors will meet at 625 E Clinton Ave, Seymour MO. Vendors will meet with Neil Flake. Bids from vendors who did not attend either of the site visits will be disqualified.

 

INTERNAL CONNECTIONS

The district is requesting cabling 120 Drops and Network Closet. Hallway runs can have Jhooks. Drops in the room must be conduit to match existing Cat6 drops. Main District NOC Switch rack needs re-arranged so it goes patch panel ->Switch -> Patch panel -> and so on. This should match what has been completed at the Elementary and MS. Patch panels need to be pass through Cat6 Junctions, Patch cables small 6-12” Cat6. Preferably different colors for AP/Camera/Computer drops. Work to be started on July 1, 2026 - Will Require a Walk through and w/ have Installation map showing location of drops. There will be some Cable Mitigation in a few locations, but that will be completed outside of e-rate funding, however the winning bidder will be the one contracted for that scope of work.

 

IC PROJECT A- Cabling & NOC Work

Bids from vendors who did not attend either of the site visits will be disqualified.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Cabling

120 CAT 6 Drops

Re-arrange NOC w/ new

passthrough 24/48 Port Patch

Panels & Mini Patch cables.

Jhooks for hallway runs.

To be started July 01 ‘26

 

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS – PROJECT A ONLY: Vendors who wish to bid must attend one of two mandatory site visits. Vendors who submit a bid but have not attended a meeting will be disqualified.

 

IC PROJECT B- UPS

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

UPS/Battery Backup

1

Main District NOC – 5-6k Volt

Lithium ION! 30P Connection. Rack Mount

UPS/Battery Backup

2

EL/T1 NOC – 500-1000Va, 120V

Lithium Ion! Rack Mount

UPS/Battery Backup

1

MS NOC- 500-1000VA, 230V,

Lithium Ion! Rack Mount

 

 

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 includes these manufacturers will have their bid 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 ONLY: Vendors who wish to bid must attend one of two mandatory site visits. Vendors who submit a bid but have not attended a meeting will be disqualified.

 

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Service providers are required to bid an entire Project A and/or Project B.  Bids for individual components, or bids that do not include all of the requested items for the project will be disqualified.

     


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

2026_C2_Bidding_Instructions_31.pdf
SEYMOUR_C2_COVER_PAGE1.pdf
SeymourRII_PropsedDropsMap.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




IC Project A- Cabling & NOC Work Will maps be provided in advance of walkthrough or will they be given at the time of walkthrough? Is conduit and wall plates provided by the district or do we need to include those in our bid? Are all drops running back to the same closet? Are there specific color assignments required for AP, camera, and computer drops (e.g., blue for data, yellow for APs, etc.), or can we propose a standard? IC Project B- UPS Are the EL/T1 NOC & MS NOC UPS systems intended for network racks only, or will other critical devices also be connected? What runtime are you looking for in UPS options? Should management cards be included for each UPS unit?

Answer:

1) Cabling - YES -Network maps are attached to the IFCB.

2)Conduit/plates - NO - Vendor should include those in their bid.

2.5)  Drops are going to separate  closets and  all will be clear w/ the provided map. 

3) Color Assignments - YES/NO - While not required, it is requested their be different color patch cables for different equipment (Data/AP's/Cameras) Reason is  w/ upgrading to Cat6 some of our AP's utilize 2.5 and 5 gbit links and this will be an easy way to tell which devices are pulling the higher bandwidth and/or POE requirements.

4) UPS -  MAIN NOC isa network rack, but is floor to ceiling and the Current UPS is on the ground.  MS/EL/T1 NOC's are in network racks above.  I will actually install the UPS's,so this  is just a hardware sale.

5) UPS Run Time -> just provide the specs on the bid, didn't have a set runtime, just power requirement.

6) Management Cards -> Just need UPS Power backup, if it has built in network jack for monitor, that is fine, any  extra management beyond that is not required.  Even with that, if it has zero management, it would still work.

In trying to find a UPS to match your specifications of "MS NOC- 500-1000VA, 230V, Lithium Ion! Rack Mount" we are finding that spec is not a US option but rather international so not recommended. We can get a 500-1000VA 120V option but if it has to be 230V it’s going to be a larger model than 500-1000VA. Depending on brand, 3000VA is the smallest but it might even be 5000VA for some others. If you can please let us know the approximate load in each room, we can make an educated recommendation based on what's available.

Answer:

We have a 220V Connection in our MS NOC.   I looked these up on a vendor's site before putting in the request.  Please bid as close to the specifications as possible.

Can you confirm what input and output plug types are needed for each UPS?

Answer:

HS NOC -> 30amp (Nema 5-30)

MS Noc -> 220v -> 6-20R

Rest are normal 110 15amp plug ins (Nema 5-15)

1. Is this a prevailing wage job? 2. Is this a plenum return air environment above the drop tile ceiling? Do you require plenum cable to be used, or is riser-rated rated appropriate? 3. Can you please confirm that we are not responsible for removing the old wiring, besides what is required for the installation of the new? 4. To confirm, we can use plastic raceway as a pathway for the vertical drops and or conduit at our discretion? 5. Will all the mounted hardware, like cameras, AP's, etc. remain or will we need to mount new?

Answer:

1) No

2) No

3) Abatement is not required.

4) Prefer it to be metal per the walkthrough, but it's not required.

5) They will remain and be plugged into the new cat6 run to them.

Running into some issues building accurate BOM for IC Project B given the information provided so in order to not quote out the wrong equipment that is needed, could you provide the following information to help gather a better overall picture: • Desired battery runtime during outage (e.g., 5, 10, or 15 minutes at load). • Plug Type Inputs and Outputs for EACH UPS that is needed • Network management requirements (SNMP, cloud monitoring, etc.) • If you have current UPS that you are using Any information you can provide will help ensure that accurately spec'd UPSs are provided.

Answer:

Request in the Initial bid is the common ground everyone should bid on.  It would be difficult to get overly specific, especially with runtime since it is subjective to lots of factors. That is why it is listed this way.

1) runtime – no preference

2) Plugin types – previously answered in the Q&A section

3) no management required.