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

school Ottawa Unified Sch Dist No. 290
IFCB Posted : Sep 5, 2025
Bid Deadline : Saturday, Oct 18, 2025

Questions Due By : Saturday, Sep 20, 2025
Applicant Address : Ottawa, KS 66067
IFCB ID : 260001038

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: Service providers are required to bid the entire hardware Project A, Project B and/or Project C.  Bids for individual components, or bids that do not include all of the requested items for the project 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 BMIC: Service providers are required to bid the entire maintenance Project D, Project E and/or Project F.  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 :

Category Two:

 

VOLUNTARY SITE VISIT

Vendors wishing to bid on C2 can attend a voluntary site visit between September 15, 2025 through September 19, 2025. Vendors should RSVP to Adam Futrell at futrella@usd290.org to set up a time for a site visit between September 15, 2025 through September 19, 2025. THIS EMAIL IS TO RSVP ONLY. ALL QUESTIONS AND BIDS MUST STILL BE SUBMITTED VIA THE IFCB. BIDS NOT SUBMITTED VIA THE IFCB WILL BE DISQUALIFIED.

 

INTERNAL CONNECTIONS

The district is looking to replace their existing NetGate 1541 appliance in their datacenter. Looking for a comparable product but prefer Cisco to match the rest of our environment. Installation and configuration needed. The district is seeking bids for 1 year, 3 year and 5 year licensing. The district will move forward with one of the three options.

 

IC PROJECT A – 1 YEAR LICENSING

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

1

Cisco preferred, must have WAN ports capable of 2GB+ with 1 year licensing option

 

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).

 

 

IC PROJECT B – 3 YEAR LICENSING

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

1

Cisco preferred, must have WAN ports capable of 2GB+ with 3 year licensing option

 

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).

 

 

IC PROJECT C – 5 YEAR LICENSING

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

1

Cisco preferred, must have WAN ports capable of 2GB+ with 5 year licensing option

 

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

 

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, such as SmartNet for these items:

 

BMIC PROJECT D – 1 YEAR LICENSING

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

1

Cisco preferred, must have WAN ports capable of 2GB+ with 1 year licensing option

 

 

BMIC PROJECT E – 3 YEAR LICENSING

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

1

Cisco preferred, must have WAN ports capable of 2GB+ with 3 year licensing option

 

 

BMIC PROJECT E – 5 YEAR LICENSING

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

1

Cisco preferred, must have WAN ports capable of 2GB+ with 5 year licensing option

 

 

DISQUALIFICATION FACTOR BMIC: Service providers are required to bid the entire maintenance Project D, Project E and/or Project F.  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.

 

 


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

2026_C2_Bidding_Instructions_2.pdf
OTTAWA_C2_COVER_PAGE3.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Hi team, since you are looking to replace existing NetGate 1541 appliance, do you have a preferred model from Cisco that suits your requirement? Thank you.

Answer:

Personally, we do not have a lot of experience with the Cisco line of firewalls but in my own research, I gathered that the Cisco Secure Firewall 3110 or 3120 would be adequate for our environment.

• Total Students/Staff and users? • Current internet bandwidth (e.g., 50 Mbps)? • Anticipated bandwidth growth over the next 3 to 5 years? • What Firewall security features do you need? • Number and type of ports (1GE, 10GE, 40GE – fiber/copper)? • If using fiber, what type of fiber is being used (multimode vs singlemode) and what type of connector is necessary (LC vs SC etc.)? • Centralized management required? Will you require installation services

Answer:

· Total Students/Staff and users? ~2200 students, ~500 staff members.

· Current internet bandwidth (e.g., 50 Mbps)? We currently lease a 2GB fiber connection.

· Anticipated bandwidth growth over the next 3 to 5 years? I cannot see the district needing to expand bandwidth beyond 5GB in the next 3 to 5 years, if at all.

· What Firewall security features do you need?  VPN is very important for us. Otherwise, we just don't want to lose any features currently provided by our NetGate appliance.

· Number and type of ports (1GE, 10GE, 40GE – fiber/copper)? At least one 10GB SFP/SFP+ port would be plenty.

· If using fiber, what type of fiber is being used (multimode vs singlemode) and what type of connector is necessary (LC vs SC etc.)? ISP to NetGate is LC/LC SM fiber. NetGate to Internal Switches is done with a TwinAx cable.

· Centralized management required? This is not a requirement but would be a bonus. Ease of use is something we are very interested in, as only one of us knows how to navigate the NetGate currently.

· Will you require installation services? I am certain installation and configuration was requested in the IFCB.

Hi Team! Since, Cisco has 3 subscriptions for firewalls. 1 – (T) (Intrusion Detection & Prevention - IPS) 2- (M) Malware Defense 3 – (C ) URL filtering Above could be bought separate or combined TMC. Kindly confirm which security service, you want to purchase. Thankyou.

Answer:
Please provide a separate quote or line items for all three items. They are not E-rate eligible and we will need to separate the costs for those items

For the Managed Internal Broadband Services, we have a few questions which are given below: • Does the district expect full proactive monitoring and management of all LAN/WLAN equipment (firewalls, switches, APs, UPS), or only break/fix support? • Should vendors include 24x7 monitoring/NOC services, or only business-hours support? • Will the service provider be responsible for firmware upgrades, patching, and configuration changes, or will that remain with district IT staff? • Is vendor expected to provide performance reports (uptime, traffic utilization, security alerts)? • Is the said service required for the entire contract term , or only during initial installation and testing? • Should pricing be monthly recurring (MRC), annual, or one-time? • Are onsite visits included in service, or is remote management preferred with dispatch only when required? • if onsite is required, what response time/SLA should be assumed? • Should this service cover only the new equipment procured through this RFP, or also the district’s existing network infrastructure? • If covering existing equipment, can the district provide an inventory list and software/license status? • Please provide network support SLA metrics that you track and report. • How would you prefer to be notified about network issues or incidents (email, phone, or both)? • Please provide a high-level network diagram. • How are remote sites connected? (List physical sites, connection type and bandwidth) • Does your network topology include any next generation networking capabilities or frameworks like SDWAN, WAF, SASE, private 5G, etc.? Pls confirm • If remediation services for Broadband service are required, please provide hours of support required (24x7/9x6) for Network Remediation L2/L3 . • What is the SLA agreement with ISP? • Please share the ticket volume report along with issues from past year.

Answer:

Please make sure you are reading the details listed in the IFCB: 

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).