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

school Fredericksburg ISD
IFCB Posted : Nov 24, 2025
Bid Deadline : Monday, Jan 5, 2026

Questions Due By : Wednesday, Dec 3, 2025
Applicant Address : Fredericksburg, TX 78624
IFCB ID : 260007485

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

        

 


Services and Equipment Requested :

CATEGORY TWO

INTERNAL CONNECTIONS

 

Type of Equipment

Quantity Vendor Should Bid

Preferred Make/Manufacturer

Switches

1

POESwitch24Port Network Switch – 24-port PoE.

Switches

4

ICX8200-25P  24 × 10/100/1000 Mbps PoE+ ports, 4 × 25 GbE SFP28 stacking/uplink ports, 370 W PoE budget

Switches

6

ICX8200- 48PF2-E2  ICX8200 - 1U - Wired - 25Gbps - Networking / Ports Qty: 53 - Gigabit Ethernet - 4GB - 8GB - 100 to 240 VAC -

Switches

10

CLD-ESNT-APSW-REC3  RUCKUS ONE ESSENTIALS 3-YR SUBSCRIPTION

Racks

1

MSR2-NP2DP2G22 Power Management Cabinet (PMC), MSR2-600w, HMI, Smart locks (2), THD sensors, open/close door sensors, system RDU501 gateway, fan controller rPDU, LED lighting, emergency backup fans, HMI 9” touchscreen display, PoE intelligent lock.

Racks

4

MSR2-NR6P Integrated IT cabinet, 600mm width x 1400mm depth x 2000mm height, Smart locks (2), THD sensors, open/close door sensors, LED lighting, emergency backup fans, PoE intelligent lock.

Antennas, Connectors and Related Components

5

MSR2-CT600 Cable tray, 600mm width, for PMC and 600mm-wide IT cabinets.

Antennas, Connectors and Related Components

2

CR019RA1Y7-SR2 CRV indoor unit, 19 kW, 208V 3P/60Hz, no reheat, no humidification.

Antennas, Connectors and Related Components

2

MCM040E1YD-SR2 Condenser outdoor unit, 19 kW, 208V 3P/60Hz, rated for 110°F ambient.

Antennas, Connectors and Related Components

8

VP6N3010 PDU, Monitored Outlet Level EC, 30A, 120/208V, 5.7kW, vertical, (24) C13/C19 combo outlets, (12) NEMA 5-20R, 15 ft cord with L14-30P, black powder coat.

Antennas, Connectors and Related Components

1

VP53100 rPDU, Switched Unit Level Monitoring EC, 30A, 208V, 4.9kW, horizontal, (12) C13/C19 combo outlets, 10 ft cord with L6-30P, black powder coat (for fan controller).

Antennas, Connectors and Related Components

2

VP0N6202 Row Power Extender rPDU, Basic Standard, 60A, 120/208V, 10kVA, horizontal, (4) NEMA L14-30R, (2) NEMA L6-30R, hardwired, black powder coat.

Antennas, Connectors and Related Components

1

VA1N3100 rPDU, Rack Transfer Switch, Basic Upgradable, 30A, 208V, 4.9kW, horizontal, (1) NEMA L6-30R, 10 ft cord with L6-30P, black powder coat.

UPS/Battery Backup

2

GXT5-20KMVRT11UXLN Vertiv GXT5 20,000VA 208/120V UPS with internal battery bank.

UPS/Battery Backup

2

VMBC-20KMVRT4U Vertiv MBC 20kVA MV.

Antennas, Connectors and Related Components

8

E25GSFP28- SR  RUCKUS 25GE SFP28  SR 100M OM4 MMF

Antennas, Connectors and Related Components

18

PCUSA2 POWER CORD, USA, NEMA5-15/C13, 13A, 125V - PCUSA2

UPS/Battery Backup

10

GXT5- 1500LVR T2UXL Vertiv Liebert GXT5 UPS - 1500VA/1350W 120V, Online Double Conversion Rack Tower Energy Star (GXT5-1500LVRT2UXL) - Typical 120V - Range: 60-150V - Frequency 40-70Hz; Auto Sensing

 

NOTE: We are requesting 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).

 

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

 

Managed Internal Broadband Service (MIBS):

The district would like MIBS services for the following existing equipment

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

2

RUCKUS 10GBASE-LR

Antennas, Connectors and Related Components

20

 

E25G-SFP28-TWX-P-0301

Antennas, Connectors and Related Components

24

 

E25G-SFP28-SR

Antennas, Connectors and Related Components

25

E25G-SFP28-LR

Antennas, Connectors and Related Components

2

E40G-QSFPQSFP-C-0101

Cabling

2

E100G-QSFP-QSFP-P-0101

Cabling

8

E25G-SFP28-TWX-P-0101

Cabling

53

Ruckus  PCUSA2

Cabling

4

FN-TRAN-SFP28-SR

Cabling

5

Patch Panel PD2-109

Cabling

16

Leviton 49255-H24

Cabling

12

Patch Panel BA-57519

Cabling

8

24-Patch Panel CAT 5e GigaMax 5e

Cabling

8

48-Port GigaMax CAT5e Patch Panel

Firewall Service and Components

2

FortiGate FC-10-0601F-928-02-36

Firewall Service and Components

2

Fortinet FG-601F Firewall Appliance

Racks

12

4-Post Floor-Standing Network Rack

Racks

10

Wall-Mount Network Cabinet (12U)

Racks

1

HOFFMAN Rack

Switches

1

Cisco WS-C3560-8PC-S

Switches

1

Cisco WS-C3560X-24P-L

Switches

86

Dell N3048P

Switches

1

Dell N3024EP-ON

Switches

19

Dell N3024P

Switches

6

Dell N3048EP-ON

Switches

2

Dell N4032F

Switches

6

Dell PowerConnect 8132F

Switches

4

Dell Force10 S4048

Switches

4

Dell Force10 S4048T-ON

Switches

4

Ruckus ICX7850-48F-E2-R5

Switches

8

Ruckus  ICX8200-48PF2-E-R5

Switches

8

Ruckus  ICX-FAN13-E

Switches

8

RPS23-E

Switches

1

Ruckus ICX8200-24P

Switches

19

Ruckus ICX8200-48PF2-E2

Switches

10

Ruckus ICX-FAN12-E

UPS/Battery Backup

1

Vertiv Liebert GXT5-10KMVRT6UXLN

UPS/Battery Backup

2

Vertiv GXT5-EBC288VRT4U

UPS/Battery Backup

2

UPS VP4N30AH

UPS/Battery Backup

5

Vertiv PSI5-2200RT120

UPS/Battery Backup

1

Vertiv PSI5-800RT120

UPS/Battery Backup

9

Tripp Lite Smart 2200CRMXL

UPS/Battery Backup

6

Tripp Lite SMART 1500CRMXL

UPS/Battery Backup

6

Tripp Lite Smart SMART3000CRMXL

UPS/Battery Backup

3

Tripp Lite BP48V48RT4U

Wireless Access Points

80

Cisco CW9162I

Wireless Access Points

375

Cisco Meraki MR36

Wireless Access Points

1

Cisco Meraki MR86

Wireless Access Points

10

Ruckus ZoneFlex R560

Wireless Access Points

15

Ruckus H350

Wireless Controller

21

Ruckus CLD-ESNTAPSW-REC5

 

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.  Bids for individual components of 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_178.pdf
Fredericksburg_C2_COVER_PAGE.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Several Questions: CAT2 - Equipment only? Or installation services as well? The A/C unit equipment only? or full installation and support? Duration of Managed Services? 1-5 years? Licensing of meraki equipment?

Answer:

CAT2 – Is this equipment only, or installation services as well?
Category 2 includes both equipment and installation/configuration services.
A/C unit – Equipment only, or full installation and support?
The A/C unit for the data/IT environment should include installation, electrical work, and ongoing support.
Duration of Managed Services – 1–5 years?
We are open to 3–5-year options. Please prepare both 3-year and 5-year terms so the district can evaluate cost-effectiveness.
Licensing of Meraki equipment – what is required?
Please provide full licensing for all Meraki equipment, aligned with the proposed term.

Please list the specific services requested by eligible and ineligible What are your SLA's for onsite and SLA's for remote Are you seeking both eligible and non-eligible services for the MIBS Services portion Are the requested MIBS services to be performed onsite, remote or a combination If onsite is requested, how many days a week or you requesting How long of a MIBS services contract are you requesting

Answer:

  • 1. Please list the specific services requested by eligible and ineligible.

    Eligible Services (Category 2 – Managed Internal Broadband Services)

    Service Support (255 working days/year)

    Onsite support under the direction of the Technology Director, including but not limited to:

    Network Infrastructure Support
    Systems Support (Network-Dependent Services)
    Monthly Service Agreement – Eligible Tasks
    Monthly Reporting

    24×7 Help Desk (Eligible Portion)

  • Ineligible Services:
  • 2. What are your SLAs for onsite and SLAs for remote?
    We request standard educational environment SLA response times, including:
    – Priority instructional-impact issues: same business day response
    – Non-critical issues: next business day response
    – Remote support should be initiated first when possible, with onsite escalation as needed
  • 3. Are you seeking both eligible and non-eligible services for the MIBS services portion?
    Yes, we are seeking both eligible and non-eligible services for the MIBS Services portion.
  • 4. Are the requested MIBS services to be performed onsite, remote, or a combination?

    combination of onsite and remote services is requested.

    Onsite support will be provided during normal business hours (five (5) days per week, eight (8) hours per day).
    Remote monitoring, help desk support, and emergency response services will be available 24×7, including after-hours escalation for critical network-related issues.

  • 5. If onsite is requested, how many days a week are you requesting? How long of a MIBS services contract are you requesting?

    The District is requesting onsite support five (5) days per week, eight (8) hours per day, for a total of 255 onsite working days per contract year.

    Please provide pricing for both 1-year and 3-year contract terms so the District can evaluate long-term cost-effectiveness.