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

school Salida School District R-32-J
IFCB Posted : Oct 30, 2025
Bid Deadline : Saturday, Dec 13, 2025

Questions Due By : Saturday, Nov 15, 2025
Applicant Address : Salida, CO 81201
IFCB ID : 260004497

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.

 

·         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: Bids submitted for services to an incorrect address will be disqualified.

 

·         INTERNET ACCESS DISQUALIFICATION FACTOR: Your bid must identify the bandwidth you are proposing and associated price or your bid will be disqualified.

 

·         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.

 

·         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 E, F & G: 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, Project F and/or Project G.  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 an entire Project H, Project I, Project J and/or Project K.  Bids for individual components, or bids that do not include all of the requested items for 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 :

11/10/25 UPDATE: NO INSTALLATION/ CONFIGURATION NEEDED FOR PROJECT E, F & G. 

Category One:

Internet Access50Mb internet access, the terminating address for this circuit is located at 10400 County Road, Poncha Springs, CO

 

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: Bids submitted for services to an incorrect address will be disqualified.

 

INTERNET ACCESS DISQUALIFICATION FACTOR: Your bid must identify the bandwidth you are proposing and associated price or your bid will be disqualified.

 

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.

 

 

Category Two:

VOLUNTARY SITE VISIT

Vendors wishing to bid on internal connections can attend a voluntary site visit on November 14th, 2025 at 9am. Vendors will meet at Salida High School – 26 Jones Ave, Salida, CO. Vendors will meet with Josh Buckerg.

 

INTERNAL CONNECTIONS

The district is seeking bids for one year, 3 year and 5 year licensing options, however, will only move forward with one of the three.

 

IC PROJECT A – CABLING

No installation needed.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Cabling

30,000FT

Approximately 30,000 FT CAT6 cabling throughout the district.

 

IC PROJECT B – FIREWALL  1 YR

Install and configuration needed.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

2

NGFW with Integrated Endpoint Detection and Response. 10 GB throughput for up to 1,700 users with 1 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).

 

IC PROJECT C – FIREWALL  3 YR

Install and configuration needed.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

2

NGFW with Integrated Endpoint Detection and Response. 10 GB throughput for up to 1,700 users with 3 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).

 

IC PROJECT D – FIREWALL  5 YR

Install and configuration needed.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

2

NGFW with Integrated Endpoint Detection and Response. 10 GB throughput for up to 1,700 users 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).

 

IC PROJECT E – WAPS 1 YR

Install and configuration needed.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Access Points

18

Juniper AP34 with 1 year licensing

Wireless Access Points

2

Juniper AP63 with 1 year licensing

 

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:

WAPs must be compatible with existing Mist network.

 

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS – PROJECT E, F & G: 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 F – WAPS 3 YR

Install and configuration needed.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Access Points

18

Juniper AP34 with 3 year licensing

Wireless Access Points

2

Juniper AP63 with 3 year licensing

 

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:

WAPs must be compatible with existing Mist network.

 

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS – PROJECT E, F & G: 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 G – WAPS 5 YR

Install and configuration needed.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Wireless Access Points

18

Juniper AP34 with 5 year licensing

Wireless Access Points

2

Juniper AP63 with 5 year licensing

 

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:

WAPs must be compatible with existing Mist 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 – PROJECT E, F & G: 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, Project F and/or Project G.  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 H – FIREWALL 1 YR

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

2

NGFW with Integrated Endpoint Detection and Response. 10 GB throughput for up to 1,700 users with 1 year licensing

 

BMIC PROJECT I – FIREWALL 3 YR

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

2

NGFW with Integrated Endpoint Detection and Response. 10 GB throughput for up to 1,700 users with 3 year licensing

 

BMIC PROJECT J – FIREWALL 5 YR

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

2

NGFW with Integrated Endpoint Detection and Response. 10 GB throughput for up to 1,700 users with 5 year licensing

 

BMIC PROJECT K – FIREWALL, BLOCK OF HOURS

The district would like a block of 2 hours per month for the support of eligible equipment

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

2

NGFW with Integrated Endpoint Detection and Response. 10 GB throughput for up to 1,700 users

 

DISQUALIFICATION FACTOR BMIC: Service providers are required to bid an entire Project H, Project I, Project J and/or Project K.  Bids for individual components, or bids that do not include all of the requested items for 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_122.pdf
SALIDA_C2_COVER_PAGE2.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




1) Just confirming that a responder does not have to bid on all IC Projects A through G, but can bid on some or all of them? 2) For IC Projects A through D, there is a requirement for EDR/XDR for up to 1700 users. As part of this, for the services required, do we need to scope services to deploy an EDR/XDR client to all 1700 users or is there a number the service provider can deploy, and Salida would be responsible for the rest. Example, service provider would demonstrate the deployment to 3 different client types, with a max of 100 clients, and Salida would replicate this for the remaining ones? 3) For IC Projects A through D, for the EDR/XDR component, from a services perspective, is there a defined number of policies or can we limit the services to say 3 policies, K-8 Students, 9-12 Students, and Faculty/Staff? Or is there a number Salida has already settled on? 4) For IC Projects A through D, for the EDR/XDR component. Are there known client operating systems that need to be supported by an endpoint agent? Assuming Windows 10/11, MacOS, ChromeOS? Are any mobile endpoints part of this? iPads, iPhones, Android devices? 5) For IC Projects A through D, for the NGFW. Due to licensing options in various vendors, is there a base set of functions Salida has decided it needs? NGFW can include many functions, i.e.: IPS/IDS, VPN endpoint, threat prevention, URL Filtering, DNS protection, malware protection, deep packet inspection, SSL inspection? 6) For IC Projects A through D, for the NGFW. From a services perspective, will the existing Salida firewall rules essentially be duplicated on the new NGFW and/or will there be new rules being created?? 7) For IC projects E through G, are the 20 AP’s listed installed in a single location or multiple locations or sites? Is there a known number of sites? Are they replacing existing AP’s or will these be net new AP’s? 8) For IC projects E through G, for the two AP63’s, is there a need for external antennas for RF control or is the internal antenna acceptable? Will these be building mounted or mast mounted? 9) For the BMIC project K, the block of hours requested does not give a timeline. Is it 2 hours a month for 1 year, 3 years?

Answer:

1.  No, a vendor can bid on what they would like and do not have to bid on all of the projects.

2.  We can replicate

3.  We may need up to 7 different EDR profiles based on OU's

4.  ChromeOS and Windows11 .  We have Jamf in place for Apple devices

5.  IDS/IPS, DLP, and Web Content Filtering.  Some Email filtering would also be beneficial.  We don't do a ton of NAT'ing or VPN, so there isn't a huge need for deep packet inspections.

6.  We will duplicate some rules but we aren't looking to do much more than a default ingress/egress with OU based web filtering.  

7.  Multiple sites and this will be as needed as we tune our network.

8.  Internal antennas are fine for now and we expect them to be mostly building mounted

9.  Two hours per month for the first year.