All bid deadlines are 11:59pm Pacific Time the date of the bid deadline listed unless otherwise noted.
· 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, B, E & F ONLY: 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, Project G, Project H, Project I and/or Project J. 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 K and/or Project L. 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.
Category Two:
Vendors wishing to bid on internal connections can attend a voluntary site visit on October 28st, 2025 between 11am – 3pm. Vendors will meet at Frontier School of Innovation - Middle - 1575 Universal Ave., Kansas City, MO 64120 and meet with Ertan, IT Manager.
INTERNAL CONNECTIONS
The district requires vendors to include both equipment and full installation/configuration services in their proposals; however, pricing must be separated, with hardware (switches, access points, firewalls, etc.) listed independently from installation services (cabling, setup, configuration).
IC PROJECT A – FIREWALL, UNIFI SOLUTION
Project A is for equipment only. Do not include any installation/configuration costs in this project.
|
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
|
|
Firewall Service and Components |
6 |
UniFi Enterprise Fortress Gateway (Single Unit). At least 10Gbps with IPS. CyberSecure Enterprise Included – 5 yr licensing |
NOTE: We are requesting firewall licenses on this IFCB, which sometimes may be categorized as BMIC or MIBS by
COMPATIBILITY REQUIREMENT:
All equipment must be compatible with existing UniFi Cloud.
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS – PROJECT A, B, E & F ONLY: 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 B – INSTALLATION OF FIREWALL, UNIFI SOLUTION
Project B is for installation/configuration of the firewalls listed in Project A. Do not include any equipment costs in this project .
|
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
|
Firewall Service and Components |
6 |
Installation of UniFi Enterprise Fortress Gateway (Single Unit). At least 10Gbps with IPS. CyberSecure Enterprise Included – 5 yr licensing |
NOTE: We are requesting firewall licenses on this IFCB, which sometimes may be categorized as BMIC or MIBS by
COMPATIBILITY REQUIREMENT:
All equipment must be compatible with existing UniFi Cloud.
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS – PROJECT A, B, E & F ONLY: 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 C – FIREWALL, CISCO/MERAKI SOLUTION
Project C is for equipment only. Do not include any installation/configuration costs in this project.
|
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
|
Firewall Service and Components |
6 |
Cisco/Meraki FirePower 3105 with five year licensing |
NOTE: We are requesting firewall licenses on this IFCB, which sometimes may be categorized as BMIC or MIBS by
IC PROJECT D – INSTALLATION OF FIREWALL, CISCO/MERAKI SOLUTION
Project D is for installation/configuration of firewalls listed in Project C. Do not include any equipment costs in this project .
|
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
|
Firewall Service and Components |
6 |
Cisco/Meraki FirePower 3105 with five year licensing |
NOTE: We are requesting firewall licenses on this IFCB, which sometimes may be categorized as BMIC or MIBS by
IC PROJECT E – WAPS & SWITCHES, UNIFI SOLUTION
Project E is for equipment only. Do not include any installation/configuration costs in this project.
|
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
|
Switches |
35 |
UniFi Pro Max 48 PoE. At least 720W |
|
Wireless Access Points |
164 |
Indoor (UniFi E7, WiFi 7 ,10GbE uplink) |
|
Wireless Access Points |
13 |
Outdoor (UniFi U7 , Tri-radio 2.4,5,6 GHz, WiFi 7) |
NOTE: We are requesting WAP and/or switch licenses on this IFCB, which sometimes may be categorized as BMIC or MIBS by
COMPATIBILITY REQUIREMENT:
All equipment must be compatible with existing UniFi Cloud.
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS – PROJECT A, B, E & F ONLY: 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 – INSTALLATION OF WAPS & SWITCHES, UNIFI SOLUTION
Project F is for installation/configuration of WAPs & Switches listed in Project E. Do not include any equipment costs in this project .
|
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
|
Cabling |
160 |
Cat6 ethernet cables |
|
Switches |
35 |
Installation of UniFi Pro Max 48 PoE. At least 720W |
|
Wireless Access Points |
164 |
Installation of Indoor (UniFi E7, WiFi 7 ,10GbE uplink) |
|
Wireless Access Points |
13 |
Installation of Outdoor (UniFi U7 , Tri-radio 2.4,5,6 GHz, WiFi 7) |
NOTE: We are requesting WAP and/or switch licenses on this IFCB, which sometimes may be categorized as BMIC or MIBS by
COMPATIBILITY REQUIREMENT:
All equipment must be compatible with existing UniFi Cloud.
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS – PROJECT A, B, E & F ONLY: 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 & SWITCHES, CISCO/MERAKI SOLUTION
Project G is for equipment only. Do not include any installation/configuration costs in this project.
|
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
|
Switches |
35 |
Cisco/Meraki MS355-48X2 with 5 year licensing |
|
Wireless Access Points |
164 |
Cisco/Meraki indoor CW9176I with 5 year licensing |
|
Wireless Access Points |
13 |
Cisco/Meraki outdoor CW9179F w 5 year licensing |
NOTE: We are requesting WAP and/or switch licenses on this IFCB, which sometimes may be categorized as BMIC or MIBS by
IC PROJECT H – INSTALLATION OF WAPS & SWITCHES
Project H is for installation/configuration of WAPs & Switches listed in Project G. Do not include any equipment costs in this project .
|
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
|
Cabling |
160 |
Cat6 ethernet cables |
|
Switches |
35 |
Cisco/Meraki MS355-48X2 with 5 year licensing |
|
Wireless Access Points |
164 |
Cisco/Meraki indoor CW9176I with 5 year licensing |
|
Wireless Access Points |
13 |
Cisco/Meraki outdoor CW9179F w 5 year licensing |
NOTE: We are requesting WAP and/or switch licenses on this IFCB, which sometimes may be categorized as BMIC or MIBS by
IC PROJECT I – UPS DEVICES
Project I is for equipment only. Do not include any installation/configuration costs in this project.
|
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
|
UPS/Battery Backup |
4 |
APC 3000VA LCD RM 2U 120V |
IC PROJECT J – INSTALL OF UPS DEVICES
Project J is for installation/configuration of UPS devices listed in Project I. Do not include any equipment costs in this project
|
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
|
UPS/Battery Backup |
4 |
Installation of APC 3000VA LCD RM 2U 120V |
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, B, E & F ONLY: 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, Project G, Project H, Project I and/or Project J. 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 K – FIREWALL, UNIFI SOLUTION
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 |
6 |
UniFi Enterprise Fortress Gateway (Single Unit). At least 10Gbps with IPS. CyberSecure Enterprise Included – 5 yr licensing |
BMIC PROJECT L – FIREWALL, CISCO/MERAKI SOLUTION
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 |
6 |
Cisco/Meraki FirePower 3105 with five year licensing |
DISQUALIFICATION FACTOR BMIC: Service providers are required to bid the entire maintenance Project K and/or Project L. 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.
| 2026_C2_Bidding_Instructions_77.pdf |
| FRONTIER_MO_C2_COVER_PAGE1.pdf |
Answer:
Drops