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

school Hope Public Schools
IFCB Posted : Nov 7, 2025
Bid Deadline : Friday, Dec 19, 2025

Questions Due By : Wednesday, Nov 19, 2025
Applicant Address : Hope, AR 71801
IFCB ID : 260005490

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 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: Vendors who wish to bid on Project A or Project B 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 or Project B.  Bids for individual components of a single project, or bids that do not include all of the requested items for a single project will be disqualified.

·         DISQUALIFICATION FACTOR BMIC: Service providers are required to bid the entire maintenance project.  Bids for individual components of the project, 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 :

Category 2

Internal Connections

MANDATORY SITE VISIT

Vendors wishing to submit bids for Category 2 Project A,  Project B, Project C and/or Project D must attend one of two mandatory site visits. The site visits will be held on November 13th, 2025 and November 18th, 2025. Both will begin at 9:00am. Vendors will meet at Yerger MS, 400 East Ninth Street, Hope, AR 71801 and check in with Douglas Smith. Bids from vendors who did not attend either of the site visits will be disqualified.

For both Project A and Project B the vendor will remove all existing cabling, patch panels, etc. Vendor will install/configure/terminate all racks, switches, WAP, Cat 6 cabling, single mode fiber, UPS devices, cable management, patch panels, face plates and GBIC. District is expecting a turnkey solution. All racks must be lockable and secure. All AP must meet this criteria: 2.4GHz (2x2:2), 5 GHz (2x2:2), 6 GHz (2x2:2). All network switches must be stackable and include the stacking cables. District would like 5 year licensing for switches and AP – Extreme Platform One Standard Networking Tier A cloud management tool including ExtremeWorks Right-to-Use Subscription and TAC OS.

NOTE: Winning vendor for Project A and the winning vendor for Project B is required to be bonded up to $500,000 for the project.

Project A – Hope HS

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

4

48 port Cat 6 Patch panels

Antennas, Connectors and Related Components

550

Face Plates and cable boxes

Antennas, Connectors and Related Components

550

Cable management

Cabling

550

Cat6 cable to all rooms, terminated and tested

Cabling

8

6 strand single mode fiber from MDF to IDF

Racks

2

APC NetShelter SX Server Rack Gen 2, 42U, 1991H x 600W x 1070D mm, with Sides, Black [TAA], part# AR3100B2

Racks

4

APC NetShelter 9U Wallmount Rack Enclosure Cabinet Single Hinged Server Depth – Black – 600mm deep, Max load 200lb, part# 5728982

Switches

4

ExtremeSwitching 5520 48 10/100/1000BaseT FDX/HDX 802.3bt 90W PoE 2 stacking/QSPF 28, 1 unpopulated VIM slot MACsec capable includes 3 fan modules, 2 unpopulated modular PSU slots (part# 5520-48W)

Antennas, Connectors and Related Components

8

1100 watt AC PoE power supply module with Front-to-Back airflow (part # 10941)

Cabling

8

Power Cord, 15A, USA, NEMA 5-15, IEC320-C15 (part# 10099)

Antennas, Connectors and Related Components

4

5520 Versatile Interface Module with four 10GbE SFP+ ports supported on ExtremeSwitching 5520

Cabling

2

100G Passive DAC QSFP28 0.5M (part# 100G-DACP-QSFPZ5M)

Antennas, Connectors and Related Components

10

Extreme Compatible 10302 TAA Compliant EXOS Series 10G SFP+ Transceiver with 10KM, part# 10302

UPS/Battery Backup

3

APC Smart-UPS On=Line, 5kVA, Rackmount

UPS/Battery Backup

4

N1C L-Series 1000VA/900W UPS 120V , part# N1C.L1000

Wireless Access Points

10

Extreme Networks AP4000-WW WiFi 6E Tri-RadioAccess Point 2.4GHz (2x2:2), 5 GHz (2x2:2), 6 GHz (2x2:2)

NOTE: We are requesting WAP and 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

All equipment must be compatible with existing Extreme Platform One. 

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 B – Yerger MS

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

4

48 port Cat 6 Patch panels

Antennas, Connectors and Related Components

300

Face Plates and cable boxes

Antennas, Connectors and Related Components

300

Cable management

Cabling

300

Cat6 cable to all rooms, terminated and tested

Racks

1

APC NetShelter SX Server Rack Gen 2, 42U, 1991H x 600W x 1070D mm, with Sides, Black [TAA], part# AR3100B2

Racks

1

APC NetShelter 9U Wallmount Rack Enclosure Cabinet Single Hinged Server Depth – Black – 600mm deep, Max load 200lb, part# 5728982

Switches

4

ExtremeSwitching 5520 48 10/100/1000BaseT FDX/HDX 802.3bt 90W PoE 2 stacking/QSPF 28, 1 unpopulated VIM slot MACsec capable includes 3 fan modules, 2 unpopulated modular PSU slots (part# 5520-48W)

Antennas, Connectors and Related Components

8

1100 watt AC PoE power supply module with Front-to-Back airflow (part # 10941)

Cabling

8

Power Cord, 15A, USA, NEMA 5-15, IEC320-C15 (part# 10099)

Antennas, Connectors and Related Components

4

5520 Versatile Interface Module with four 10GbE SFP+ ports supported on ExtremeSwitching 5520

Cabling

2

100G Passive DAC QSFP28 0.5M (part# 100G-DACP-QSFPZ5M)

Antennas, Connectors and Related Components

6

Extreme Compatible 10302 TAA Compliant EXOS Series 10G SFP+ Transceiver with 10KM, part# 10302

UPS/Battery Backup

1

APC Smart-UPS On=Line, 5kVA, Rackmount

UPS/Battery Backup

1

N1C L-Series 1000VA/900W UPS 120V , part# N1C.L1000

Wireless Access Points

5

Extreme Networks AP4000-WW WiFi 6E Tri-RadioAccess Point 2.4GHz (2x2:2), 5 GHz (2x2:2), 6 GHz (2x2:2)

NOTE: We are requesting WAP and 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

All equipment must be compatible with existing Extreme Platform One. 

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: 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: Vendors who wish to bid on Project A or Project B 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 or Project B.  Bids for individual components of a single project, or bids that do not include all of the requested items for a single project will be disqualified.

 

Project C – HS BMIC

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switch BMIC

4

EW NBD AHR 5520-48W support (part# 97004-5520-48W)

 

Project D – Yerger MS BMIC

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switch BMIC

4

EW NBD AHR 5520-48W support (part# 97004-5520-48W)

 

DISQUALIFICATION FACTOR BMIC: Service providers are required to bid the entire maintenance project.  Bids for individual components of the project, 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.

HOPE_C2_COVER_PAGE1.pdf
2026_C2_Bidding_Instructions_132.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




1. Are we to provide patch cords for both field and switch ends for all (850) cat6 cables? 2. Please confirm that the fiber runs have dropped from quantity 8 to quantity 7 and that these are the correct locations for those 7 runs from the MDF at the main high school building: Old Annex new future IDF. Science building IDF New tech building IDF Main High School building 1st floor IDF MAC IDF B Block building IDF Agri 3. For the fiber run to the Science building, can we plan to utilize one of the existing overhead conduits identified during the walkthrough, and, if those conduits are ultimately unsuitable, price and propose a new solution at time of installation?

Answer:

1. Yes, we require patch cords to be provided.

2. Yes, eliminating the Health Center due to it not being an educational facility, we now only have 7 fiber runs.

3. The locations you listed are correct.

  • Annex building (new IDF)
  • Science building IDF
  • New Tech building IDF
  • Main building 1st floor IDF
  • MAC IDF
  • Business Lab building (B Block) IDF
  • Agri building IDF

4. Yes, you may use the existing conduits, if feasible. If not, you can provide a quote for a new conduit installation.