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

school Rolla School District
IFCB Posted : Oct 23, 2025
Bid Deadline : Monday, Dec 8, 2025

Questions Due By : Friday, Nov 7, 2025
Applicant Address : Rolla, MO 65401
IFCB ID : 260003736

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: 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 – IC PROJECT A: 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: 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 and/or Project D.  Bids for individual components, or bids that do not include all of the requested items for the project will be disqualified.

        

·       DISQUALIFICATION FACTOR BMIC: Service providers are required to bid the entire maintenance Project E.  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.

·       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 F.  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 :

11/10/25 UPDATE: THE BID DEADLINE HAS BEEN UPDATED TO 12/8/25.

11/4/25 UPDATE: THE QUANTITIES FOR IC PROJECT B, FOR THE WYMAN ELEM HAS BEEN UPDATED FROM 1 TO 2.
FOR IC PROJECT C, QUANTITIES & M/M HAVE BEEN UPDATED. 


Category Two:

MANDATORY SITE VISIT – IC PROJECT A ONLY

Vendors wishing to submit bids for IC PROJECT A must attend one of two mandatory site visits. The site visits will be held on October 30th, 2025 and November 6th, 2025. Both will begin at 9am. Vendors will meet at 550 Blues Lake PKWY, Rolla, MO 65401. Vendors will meet with William Lewis. Bids from vendors who did not attend either of the site visits will be disqualified.

 

 

INTERNAL CONNECTIONS

This is a refresh of networking equipment in three elementary schools and the JHS with upgraded copper cabling for the requested WAPs and upgraded fiber cabling between the MDF and IDFs in the buildings. The Early Childhood Center isa  complete networking equipment and cabling install. All network cabling currently in the building should be removed and new cabling installed.

 

All WAPs, network switches and UPS devices should be installed and configured. All cabling to be tested and certified, patch panels and drop locations in rooms are to be labeled appropriately using school district labeling specifications. A report of cable certification to be delivered to the Director of Technology after cabling is installed and tested.

 

IC PROJECT A – ECC CABLING

Prevailing wages are available for download along with this IFCB.

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

1

ECC – 10 GB Fiber from MDF to IDF

Cabling

330

ECC – CAT 6 drops (191 will not be erate eligible)

Cabling

45

ECC – CAT 6A drops

 

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS – IC PROJECT A: 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 – ELEM/JHS CABLING

Prevailing wages are available for download along with this IFCB.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Cabling

2

Mark Twain Elem – 10 GB Fiber from MDF to IDF

Cabling

45

Mark Twain Elem – CAT 6A drops

Cabling

1

Truman Elem – 10 GB Fiber from MDF to IDF

Cabling

1 2

Wyman Elem – 10 GB Fiber from MDF to IDF

Cabling

40

Wyman Elem – CAT 6A drops

Cabling

4

JHS – 10 GB Fiber from MDF to IDFs

Cabling

70

JHS – CAT 6A drops

 

 

IC PROJECT C – NETWORK EQUIPMENT

Prevailing wages are available for download along with this IFCB. All equipment should include 5 year licensing.

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, connectors and related components

230

               HPE Aruba Networking AP-725 mount bracket kit - suspended ceiling rail or equivalent

Antennas, connectors and related components

8  5

HPE Aruba Networking AP-725 mount bracket kit - wall box or equivalent

Antennas, connectors and related components

3

HPE Aruba Networking AP-755 mount bracket kit – wall box or equivalent (*ADDED WITH 11/4 UPDATE)

Antennas, connectors and related components

15

HPE Aruba Networking  AP-755 mount bracket kit - solid surface or equivalent

Antennas, connectors and related components

4

HPE Aruba Networking  AP-270-MNT-V2 Outdoor short arm Pole/Wall mounting bracket or equivalent

Cabling

75

Boxes Category 6 cable 1000ft

Cabling

25

Boxes Category 6a cable 1000ft

Cabling

325

Category 6 termination ends for patch panel

Cabling

325

Category 6 termination ends for wall drop

Cabling

40

Category 6a termination ends for patch panel

Cabling

40

Category 6a termination biscuit ends

Cabling

75

4 drop category 6 wall faceplates

Racks

2

2 post 42U w/cable management and related components, or equivalent

Switches

15

HPE Aruba Networking CX 6200M 36G 12SR5 PoE 4SFP+ Switch (R8Q71A) with needed stacking components and Aruba Central licenses or equivalent

Switches

1

HPE Aruba Networking CX 6200F 48G PoE 4SFP+ 740W Switch (JL728B) with needed stacking components and Aruba Central licenses or equivalent

Switches

1

HPE Aruba Networking CX 6300M 48-port Smart Rate SFP56 Switch (JL559A) with PoE capability of 1440 watts, needed stacking components and Aruba Central licenses or equivalent

Switches

2

HPE Aruba Networking 6300M 32p SmartRate 8p SFP+ SFP56 50G Switch (S4P42A) with PoE capability of 1440 watts, needed stacking components and Aruba Central licenses or equivalent

Switches

6

HPE Aruba Networking CX 6200F 48G PoE 4SFP 740W Switch (S0M85A) with needed stacking components and Aruba Central licenses or equivalent

Switches

1

HPE Aruba Networking CX 6300F 48-port 1GbE 4 SFP56 Switch (JL665A) with needed stacking components and Aruba Central licenses or equivalent

Switches

1

HPE Aruba Networking 4100i 12p SFP+ DIN Mount Switch (JL817A) and Aruba Central license or equivalent

Switches

1

HPE Aruba Networking CX 6200F 12G PoE 2G/2SFP+ 139W Switch (R9Q72A) and Aruba Central license or equivalent

Modules, GBIC, transceivers

35

No preference – 10GB GBICs

UPS/Battery Backup

12

Vertiv UPS or equivalent

UPS/Battery Backup

22

Vertiv Battery Cabinets or equivalent

Wireless Access Points

235

HPE Aruba Networking AP-725 Tri Radio 2x2 Wi-Fi 7 Internal Antennas Campus Access Point or equivalent

Wireless Access Points

18

HPE Aruba Networking AP-755 Tri Radio 4x4 Wi-Fi 7 Internal Antennas Campus Access Point or equivalent

Wireless Access Points

5

HPE Aruba Networking AP-677 Tri Radio 2x2 Wi-Fi 6E Internal Directional Outdoor Access Point or equivalent

Wireless Access Points

10

HPE Aruba Networking AP-675 Tri Radio 2x2 Wi-Fi 6E Internal Directional Outdoor Access Point or equivalent

 

 

NOTE: We are requesting WAP and/or 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:

Equipment must be compatible with existing Aruba network.

 

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.

 

IC PROJECT D – FIREWALL

Prevailing wages are available for download along with this IFCB.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

1

Fortinet Fortigate 700G Firewall or equivalent with 5 year licensing

 

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).

 

COMPATIBILITY REQUIREMENT:

Equipment must be compatible with existing Aruba 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 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: 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 – IC PROJECT A: 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: 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 and/or Project D.  Bids for individual components, or bids that do not include all of the requested items for the project will be disqualified.

 

 

BASIC MAINTENANCE OF INTERNAL CONNECTIONS:

BMIC PROJECT E – FIREWALL

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

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

1

Fortinet Fortigate 700G Firewall or equivalent with 5 year licensing

 

 

DISQUALIFICATION FACTOR BMIC: Service providers are required to bid the entire maintenance Project E.  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.

Managed Internal Broadband Service (MIBS):

MIBS PROJECT F – EXISTING EQUIPMENT

The district would like MIBS services for district owned equipment listed on the attached PDF. There is an additional attachment for download that lists existing equipment for management.

 

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 F.  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_99.pdf
Phelps_County_Prevailing_Wage_October_13,_2025.pdf
ROLLA_C2_COVER_PAGE4.pdf
MIBS_Equipment_Request.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Please clarify the project C cabling request versus the Data drops listed in projects A & B. What is the objective?

Answer:

Project C cabling being requested is for cabling and needed parts for the cabling only. No installation by vendors.

Q&As from the walkthrough are below.

Answer:

1. Break out pricing for NON E-Rate and E-Rate network drops?
Yes
2. Color Code Patch Cables? Yes Black - Cameras White - Wireless Access Points Blue - Data Green - IP Clocks/Signage Red - Phones/SBC Orange - Paging/ATA
3. Are we doing cable trays or J-Hooks? J-Hooks
4. How many network equipment racks needed? 2 1-MDF 1st Flr. 1-IDF 2nd Flr.
5. How many pairs of Fiber, 2-pair with 4 strands or 6 strands? 6-strand OM3/4 Aqua
6. What is the cutoff date for questions? Nov 7th
7. How do you want the racks set up? Patch Panel - Switch - Patch Panel - Switch, etc.
8. Do you want the patch cable for the AP’s just hanging out of the ceiling tiles? Place a piece of tape on the ceiling grid metal showing the location where the cable for the AP is at.
9. Fiber ends? LC to LC

When looking at the drops placed on the maps, my counts appear to be different from what we see listed on the bid. Should we base our bid off the maps or the 330 total Cat6 drops (191 not being Erate eligible)?

Answer:
Please bid on the count of drops that was requested.

All questions pertaining to IC Project A following walkthrough- For the MDF, is the existing 4-post rack sufficient to handle all the hardware that you are planning to use for that building? (i.e. extra servers / UPS that require a 4-post rack) For the IDF, is a 2-post rack sufficient enough for all the hardware that is needed for the 2nd floor? Do we as the vendor need to supply cut in boxes & faceplates for the data drops inside of rooms for IC Project A? If we are only bidding on IC Project A, do we need to include cabling material listed on IC Project C in our bid? Or is IC Project A only labor needed for requested drops?

Answer:
All questions pertaining to IC Project A following walkthrough- For the MDF, is the existing 4-post rack sufficient to handle all the hardware that you are planning to use for that building? (i.e. extra servers / UPS that require a 4-post rack) 

Yes, it is sufficient, but please include patch panels, cable management, etc. for the 4-post rack.
 
For the IDF, is a 2-post rack sufficient enough for all the hardware that is needed for the 2nd floor? 
Yes, it is sufficient, but please include patch panels, cable management, waterfall cable tray, etc. in the data room.
 
Do we as the vendor need to supply cut in boxes & faceplates for the data drops inside of rooms for IC Project A?
Cut in boxes will be supplied by the contractor doing the renovation, faceplates and all other supplies needed to complete an installed drop will need to be furnished. 
 
 If we are only bidding on IC Project A, do we need to include cabling material listed on IC Project C in our bid? Or is IC Project A only labor needed for requested drops?
Project A is a complete install to provide all materials and supplies needed to obtain a functioning network for the building. Do not include cabling listed in Project C for Project A, that is a separate project.