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

school Celina Indep School District
IFCB Posted : Nov 10, 2025
Bid Deadline : Monday, Dec 22, 2025

Questions Due By : Wednesday, Nov 19, 2025
Applicant Address : Celina, TX 75009
IFCB ID : 260005646

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.

 

·         LEASED WIDE AREA NETWORK CIRCUITS DISQUALIFICATION FACTOR: Bids submitted for services to an incorrect address will be disqualified.

 

·         LEASED WIDE AREA NETWORK CIRCUITS 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.

 

·         LEASED WIDE AREA NETWORK CIRCUITS DISQUALIFICATION FACTOR: Vendors must bid all connections. If vendors submit a bid missing any connection, we will consider your bid incomplete and disqualify your bid.

 

·         DISQUALIFICATION FACTOR CATEGORY ONE NETWORK EQUIPMENT: 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 CATEGORY ONE NETWORK EQUIPMENT: Service providers are required to bid the entire hardware Project A and/or Project B.  Bids for individual components, or bids that do not include all of the requested items for the project will be disqualified.

 

·         DISQUALIFICATION FACTOR CATEGORY ONE NETWORK EQUIPMENT: Vendors must complete and include the C1 Cover Page with their bid. Bids received without the cover page will be disqualified.

 

·         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: 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 :

11/17/25 UPDATE: LICENSING HAS BEEN ADDED TO C1 PROJECT B - WILLARD CAMPUS

Category One:

Leased Wide Area Network Circuits – Five connections any delivery/technology type. Leased dark fiber bidders should bid 2 fiber strands. Lit leased fiber bidders should bid 10 GB. Bidders should provide pricing based on 1 yr, 3 yr and 5 year term options. After the initial term, or after any voluntary renewal terms are executed, the Vendor must offer up to 12 months of a month-to-month service if the Applicant decides to transition to a new service provider. Vendor must list that monthly cost as part of their proposal. The connections are as follows:

 

1.       Data Center, 706 E Pecan, Celina, TX 75009 to High School, 3455 N Preston Road, Celina, TX 75009

2.       Data Center, 706 E Pecan, Celina, TX 75009 to Administration, 205 S Colorado, Celina, TX 75009

3.       Data Center, 706 E Pecan, Celina, TX 75009 to Celina Primary, 507 E Malone, Celina, TX 75009

4.       Administration, 205 S Colorado, Celina, TX 75009 to Lykins ES, 550 S Utah, Celina, TX 75009

5.       Data Center, 706 E Pecan, Celina, TX 75009 to Bothwell ES, 2120 Coventry Dr, Celina, TX 75009

 

LEASED WIDE AREA NETWORK CIRCUITS DISQUALIFICATION FACTOR: Bids submitted for services to an incorrect address will be disqualified.

 

LEASED WIDE AREA NETWORK CIRCUITS 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.

 

LEASED WIDE AREA NETWORK CIRCUITS DISQUALIFICATION FACTOR: Vendors must bid all connections. If vendors submit a bid missing any connection, we will consider your bid incomplete and disqualify your bid.

 

Leased Wide Area Network Circuits – One connection any delivery/technology type. Leased dark fiber bidders should bid 2 fiber strands. Lit leased fiber bidders should bid 10 GB. Bidders should provide pricing based on 1 yr, 3 yr and 5 year term options. After the initial term, or after any voluntary renewal terms are executed, the Vendor must offer up to 12 months of a month-to-month service if the Applicant decides to transition to a new service provider. Vendor must list that monthly cost as part of their proposal. The one connection is as follows:

 

1.       Admin, 205 S Colorado, Celina, TX 75009 to Odell ES, 750 Punk Carter Pkwy, Celina, TX 75009

 

LEASED WIDE AREA NETWORK CIRCUITS DISQUALIFICATION FACTOR: Bids submitted for services to an incorrect address will be disqualified.

 

LEASED WIDE AREA NETWORK CIRCUITS 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 1 Network Equipment-

C1 Project A – Core & Transport

Bids must include installation and configuration.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

2

Juniper - EX4650, EX4650-48Y-AFO

Switch Licensing

2

Juniper - Wired Assurance and VNA subscription for EX4650, S-EX-S-C3-5M246C-E

Switches

3

Juniper EX4400, EX4400-24X

Switch Power Supply

3

Juniper 550W FB AC Power Supply, JPSU-550-C-AC-AFO

Switch Power Supply

3

Power Cable for EX4400-24X Switch, CBL-EX-PWR-C13-US

Switch Licensing

3

Juniper - Wired Assurance and VNA subscription for EX4400, S-EX-A-C2-5M2-C-E

GBIC/Transceivers

12

Juniper - 100G-LR4, SMF 10km QSFP28 Transceiver, QSFP-100G-LR4-C

GBIC/Transceivers

5

Juniper Networks - SFP28, 25GBASE-SR, MMF, SFP-25G-SR-C

GBIC/Transceivers

8

Juniper Networks - SFP+, 10GBASE-LR Type 2, SMF 10 km, JUN-SFPP-10G-LRT2-C

GBIC/Transceivers

2

Aruba - 25G SR SFP28 LC 100m MMF Transceiver, JL848A

 

 

C1 Project B  – Willard Campus

Bids must include installation and configuration.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switch

1

Juniper EX4400, EX4400-24X
WITH 
Juniper EX4400 - Juniper Care Core Support - 5 Year, S-EX-A-C2-5-COR

Switch Power Supply

1

Juniper 550W FB AC Power Supply, JPSU-550-C-AC-AFO

Switch Power Supply

1

Power Cable for 550W PS, CBL-EX-PWR-C13-US

GBIC/Transceiver

2

Juniper - 100G-LR4, SMF 10km QSFP28 Transceiver, QSFP-100G-LR4-C

GBIC/Transceiver

10

Juniper - SingleMode 10G-LR, SMF 10km SFP+ Transceiver, SFPP-10G-LR-C

 

DISQUALIFICATION FACTOR CATEGORY ONE NETWORK EQUIPMENT: 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 CATEGORY ONE NETWORK EQUIPMENT: Service providers are required to bid the entire hardware Project A and/or Project B.  Bids for individual components, or bids that do not include all of the requested items for the project will be disqualified.

 

DISQUALIFICATION FACTOR CATEGORY ONE NETWORK EQUIPMENT: Vendors must complete and include the C1 Cover Page with their bid. Bids received without the cover page will be disqualified.

 

Operations and Maintenance services – 5 connections,

1.       Data Center, 706 E Pecan, Celina, TX 75009 to High School, 3455 N Preston Road, Celina, TX 75009

2.       Data Center, 706 E Pecan, Celina, TX 75009 to Administration, 205 S Colorado, Celina, TX 75009

3.       Data Center, 706 E Pecan, Celina, TX 75009 to Celina Primary, 507 E Malone, Celina, TX 75009

4.       Administration, 205 S Colorado, Celina, TX 75009 to Lykins ES, 550 S Utah, Celina, TX 75009

5.       Data Center, 706 E Pecan, Celina, TX 75009 to Bothwell ES, 2120 Coventry Dr, Celina, TX 75009

 

Operations and Maintenance services – One connection,

1.       Admin, 205 S Colorado, Celina, TX 75009 to Odell ES, 750 Punk Carter Pkwy, Celina, TX 75009

 

 

Category Two:

INTERNAL CONNECTIONS

IC PROJECT A – HS RENO

Installation, activation and configuration needed.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

16

Aruba 10G SFP+ LR (Aruba Branded),

J9151E

Antennas, Connectors and Related Components

11

Aruba AP-MNT-MP10-B - 10 Pack, Q9G69A

Antennas, Connectors and Related Components

5

Aruba Outdoor Pole/Wall Short Mount Kit, JW053A

Antennas, Connectors and Related Components

15

Oberon - Right-Angle Wi-Fi Access Point Wall Bracket, 1007-LTDOME

Cabling

27

Aruba DAC Cable, J9283D

Switches

27

HPE Aruba - 6300L, S3L76A

Switch Licensing

27

Aruba Central - 5-Year Cloud Management for 6300L Series Switches, Q9Y75AAE

UPS/Battery Backup

54

HPE Aruba - 1600W Power Supply, JL670A

UPS/ Battery Backup

12

Eaton - 1500VA UPS SMART LITHIUM ION LIFEPO4 2U, SMART1500RM2ULN

Wireless Access Points

90

Aruba AP-635 Campus Access Point, R7J28A

Wireless Access Points

20

Aruba AP-655 Campus Access Point, R7J39A

Wireless Access Points

5

Aruba AP-675 Outdoor Access Point, S0P50A      

Wireless Access Point Licensing

115

Aruba Central - 5-Year Cloud Management for Access Points, Q9Y60AAE

 

NOTE: We are requesting WAP and/ or switch licensing 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 – WILLARD

Installation, activation and configuration needed.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

10

Juniper - SingleMode 10G-LR, SMF 10km SFP+ Transceiver, SFPP-10G-LR-C

Antennas, Connectors and Related Components

11

Juniper Networks - expansion module, EX4400-EM-4S

Antennas, Connectors and Related Components

20

Oberon - Right-Angle Wi-Fi Access Point Wall Bracket, 1007-LTDOME

Antennas, Connectors and Related Components

12

Juniper - Articulating Mount assembly for AP64, APOUTBR-ART2

Cabling

26

Juniper QSFP 100GE DAC Cable, JNP-100GDAC- 3M

Switches

30

Juniper Networks - EX4400-48MP - 48 Port MultiGigabit Switch

Switch Licensing

30

Juniper Subscription, SUB-EX48-2S-5YCOR

Switches

3

Juniper Networks - EX4400-24MP

Switch Licensing

3

Juniper Subscription, S-EX-S-C2-5M2-C-E

UPS/Battery Backup

30

Juniper 1600W FB AC Power Supply, JPSU-1600-C-ACAFO

UPS/Battery Backup

30

Juniper Networks: Power Cord, AC, NEMA N5-15, CBL-PWR-C15M-HITEMP-US

UPS/Battery Backup

3

Juniper Networks - 1050W Power Supply for EX4400 Switches, JPSU-1050-C-AC-AFO

UPS/Battery Backup

3

Juniper Networks: Power Cord, AC, Nema N5-15, CBL-PWR-C15M-HITEMP-US

UPS/Battery Backup

10

Eaton - 1500VA UPS SMART LITHIUM ION LIFEPO4 2U, SMART1500RM2ULN

UPS/Battery Backup

1

Eaton - 2200VA UPS SMART LITHIUM ION LIFEPO4 2U, SMART2200RM2ULN

Wireless Access Points

136

Juniper/Mist - AP47, B-AP47-2S-5Y-E

Wireless Access Points

12

Juniper/Mist - AP64, B-AP64-2S-5Y-E

 

NOTE: We are requesting WAP and/ or switch licensing 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 – MOORE MS ADDITION

Installation, activation and configuration needed.

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Antennas, Connectors and Related Components

2

Aruba 10G SFP+ LR (Aruba Branded), J9151E

Antennas, Connectors and Related Components

2

Aruba AP-MNT-B – Single, R3J16A

Antennas, Connectors and Related Components

2

Oberon - Right-Angle Wi-Fi Access Point Wall Bracket, 1007-LTDOME

Switches

1

HPE Aruba - 6300L, S3L76A

Switch Licensing

2

Aruba Central - 5-Year Cloud Management for 6300L Series Switches, Q9Y75AAE

UPS/Battery Backup

2

HPE Aruba - 1600W Power Supply, JL670A

UPS/Battery Backup

1

Eaton - 1500VA UPS SMART LITHIUM ION LIFEPO4 2U, SMART1500RM2ULN

Wireless Access Points

2

Aruba AP-635 Campus Access Point, R7J28A

Wireless Access Point Licensing

2

Aruba Central - 5-Year Cloud Management for Access Points, Q9Y60AAE

 

NOTE: We are requesting WAP and/ or switch licesning 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 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: 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 – WILLARD C1 SWITCH

The district would like a manufacturer’s support contract for these items:

 

Type of Equipment

Quantity Vendor Should Bid

 

Preferred Make/Manufacturer

Switches

1

Juniper EX4400 - Juniper Care Core Support - 5 Year, S-EX-A-C2-5-COR

 

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_135.pdf
CELINA_C1_COVER_PAGE2.pdf
CELINA_C2_COVER_PAGE3.pdf

Questions Received with Applicant Answers   ( Ask Questions? )