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

school Woodward Ind School District
IFCB Posted : Nov 25, 2025
Bid Deadline : Monday, Jan 12, 2026

Questions Due By : Saturday, Dec 13, 2025
Applicant Address : Woodward, OK 73801
IFCB ID : 260007634

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 – IC PROJECT B: 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 and/or Project C.  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 D.  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.


Services and Equipment Requested :

12/15/25 UPDATE - THE BID DEADLINE HAS BEEN UPDATED TO 1/12/26.

Category Two:

VOLUNTARY SITE VISIT

Vendors wishing to bid on internal connections can attend a voluntary site visit either December 11th, 2025 or December 12th, 2025 anytime between the hours of 9am – 5pm. Vendors should RSVP to Brian Wallace at Brian Wallace bewallace@woodwardps.net to set up a time for a site visit on December 11th, 2025 or December 12th, 2025. THIS EMAIL IS TO RSVP ONLY. ALL QUESTIONS AND BIDS MUST STILL BE SUBMITTED VIA THE IFCB. BIDS NOT SUBMITTED VIA THE IFCB WILL BE DISQUALIFIED.

 

 

INTERNAL CONNECTIONS

IC PROJECT A – FIREWALL

No installation needed.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Firewall Service and Components

1

No preference – firewall with content filter, 5 year

 

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 B – SWITCHES & WAPS

No installation needed.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

50

Cisco Meraki, MS225-48FP. Must have POE, with 5 year licensing

Switches

20

Cisco Meraki, MS120-8P. Must have POE, with 5 year licensing

Wireless Access Points

40

Cisco Meraki, MR74

 

NOTE: We are requesting switch and/or 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 Cisco Meraki network.

 

DISQUALIFICATION FACTOR INTERNAL CONNECTIONS – IC PROJECT B: 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 – UPS

No installation needed.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

UPS/Battery Backup

50

Tripp-Lite SU1500RTXLCD2U

 

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 – IC PROJECT B: 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 and/or Project C.  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 D - 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

No preference – firewall with content filter, 5 year

 

 

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


There is an additional document associated with this IFCB. Please click the buttons to download the document.

2026_C2_Bidding_Instructions_183.pdf
WOODWARD_C2_COVER_PAGE.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




1. Do you currently have any firewall in place? 2. If yes, what is the make and model? 3. How many ports/interfaces do you need on the desired firewall? 4. How many 10G ports you need the desired firewall to have? 5. How much firewall throughput are looking for, considering growth over a period of 5 years? 6. Do you have a requirement of RAVPN(Remote Access VPN), if so, how many users will need remote access? 7. Do you need Redundancy/High Availability or just want a standalone firewall? 8. What firewalling feature-sets (NGIPS, AVC, Dynamic filtering(Reputation based), URL categorization & Filtering, identity based firewalling) are must have for you, kindly mention the features? 9. Do you have hypervisor infrastructure to host a centralized management software, should the solution needs it? 10. If the answer to the above question is yes, then, what hypervisor do you currently have in your environment? 11. The MS225 48FP has an End-of-Life (EOL) date of April 30, 2026, with support ending on April 30, 2031. The recommended replacement is the MS150 48FP 4X. Please confirm if we may proceed with providing a quotation for the newer MS150-48FP-4X model. 12. The MS120 8FP will reach EOL on February 20, 2025, with support ending on March 28, 2030. The recommended replacement is the MS130 8P. Please confirm if we may proceed with a quotation for the MS130-8P. 13. There is a discrepancy across documents: the Woodward2 document requests costing for shipping and installation, while the Woodward1 document states that installation is not required. Similarly, Woodward3 allows inclusion of installation and lift rental costs, whereas Woodward1 indicates no installation is needed. Please clarify whether installation and professional services are required by the district. 14. As the RFP does not mention them, we are assuming that access Ethernet cables, uplink fiber cables, cable managers, and uplink SFPs are already available or will be procured by the customer. Please confirm this assumption. 15. you have asked for MR74 which are end of sale since June 2021, we recommend MR76 or newer CW9163E, let us know which one do you prefer. 16. what kind of antenna are you looking for with these APs, omni directional or directional. 17. can we assume APs will also need 5 years licensing ? If not specify license tern for APs 18. is it correct to assume no installation or configuration services are needed ? 19. if your current Meraki licensing co-term based or subscription based ?

Answer:

1. Yes

2. Sophos XGS5500

3. Equal to the current firewall. Currently, 2 ports are being used, one for the internet and one for the WAN.

4. Our current firewall has 8 10 G ports; we are using 2. At least 2 10G ports.

5.10GB

6. We don't use any VPN's.

7. Standalone Firewall

8. Firewall is managed by a third party.  I'm not sure how to answer this question.

9. No.

10. N/A

11. Yes, please provide quotes for the recommended upgrade.

12. Yes, please provide quotes for the recommended upgrade.

13. District will handle installation.

14  Cables and fiber are already available; if the district needs more, it will purchase them.

15. Upgrade to MR76.

16. Omni-directional.

17. Yes (5 Years)

18. Correct, no installation or configuration required.  If needed, the district will purchase support.

19. Co-Termination

Q&As from the walkthrough below.

Answer:

What firewall do we currently have? Sophos XGS5500

What ISP do we use, and where is the main hub? One Net/ High School

What is the bandwidth into the main hub, and what is the bandwidth for the WAN? 10G to district/10G WAN

Do we need them to install and configure switches or access points? No WPS will install and configure all switches and access points.

 

What firewall are we currently using? Sophos XGS5500

How many students/staff do we have? 2400/350

What’s the bandwidth into the district? 10G

 

What firewall are we currently using? Sophos XGS5500

Do we need SPF modules for the requested switches? No, we are replacing switches not adding new, the current SPF will be reused in the new switches.

Was I aware the switches on the 470 have an end of life in 2026? I was made aware the morning of the 12-11 that what I had on the 470 was incorrect.

Would we be interested in switching firewalls? Yes

 

What firewall are we using? Sophos XGS5500

What bandwidth coming into the district/WAN? 10G/10G

Are we wanting to stay with Meraki? We really like Meraki, cost and better product could get us to move to a different brand.

Was I aware the switches/access points are end of life in 2026? I was made aware the morning of 12-11 that what I had on the 470 was incorrect.