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 to purchase or lease new equipment, either Category Two or Category One, 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: 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 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 D. Bids for individual components, or bids that do not include all of the requested items for the project will be disqualified.
Category Two:
INTERNAL CONNECTIONS
Installation and configuration of access points. Cabling is in place and will not be replaced.
IC PROJECT A – 1 YR OPTION
The district will move forward with IC Project A, B or C – not all three.
|
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
|
|
Switch Licensing |
1 |
Existing Aruba 6100 JL679A - Aruba Central Class 1 Switch License, 1 year |
|
Switch Licensing |
1 |
Existing Aruba 6100 JL675A - Aruba Central Class 1 Switch License, 1 year |
|
Switch Licensing |
5 |
Existing Aruba 6000 R8N89A - Aruba Central Class 1 Switch License, 1 year |
|
Switch Licensing |
18 |
Existing Aruba 6200F JL727B - Aruba Central Class 2 Switch License, 1 year |
|
Wireless Access Points |
5 |
Aruba AP 565 with 1 year licensing |
|
Wireless Access Points |
3 |
Aruba AP 635 with 1 year licensing |
|
Wireless Access Points |
75 |
Aruba AP 615 with 1 year licensing |
NOTE: We are requesting WAP and/or 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 access points must be compatible with existing Aruba Central Management Console.
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.
IC PROJECT B – 3 YR OPTION
The district will move forward with IC Project A, B or C – not all three.
|
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
|
Switch Licensing |
1 |
Existing Aruba 6100 JL679A - Aruba Central Class 1 Switch License, 3 year |
|
Switch Licensing |
1 |
Existing Aruba 6100 JL675A - Aruba Central Class 1 Switch License, 3 year |
|
Switch Licensing |
5 |
Existing Aruba 6000 R8N89A - Aruba Central Class 1 Switch License, 3 year |
|
Switch Licensing |
18 |
Existing Aruba 6200F JL727B - Aruba Central Class 2 Switch License, 3 year |
|
Wireless Access Points |
5 |
Aruba AP 565 with 3 year licensing |
|
Wireless Access Points |
3 |
Aruba AP 635 with 3 year licensing |
|
Wireless Access Points |
75 |
Aruba AP 615 with 3 year licensing |
NOTE: We are requesting WAP and/or 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 access points must be compatible with existing Aruba Central Management Console.
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.
IC PROJECT C – 5 YR OPTION
The district will move forward with IC Project A, B or C – not all three.
|
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
|
Switch Licensing |
1 |
Existing Aruba 6100 JL679A - Aruba Central Class 1 Switch License, 5 year |
|
Switch Licensing |
1 |
Existing Aruba 6100 JL675A - Aruba Central Class 1 Switch License, 5 year |
|
Switch Licensing |
5 |
Existing Aruba 6000 R8N89A - Aruba Central Class 1 Switch License, 5 year |
|
Switch Licensing |
18 |
Existing Aruba 6200F JL727B - Aruba Central Class 2 Switch License, 5 year |
|
Wireless Access Points |
5 |
Aruba AP 565 with 5 year licensing |
|
Wireless Access Points |
3 |
Aruba AP 635 with 5 year licensing |
|
Wireless Access Points |
75 |
Aruba AP 615 with 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 USAC (the BMIC and MIBS boxes on the 470 have been checked to cover this scenario).
COMPATIBILITY REQUIREMENT:
All access points must be compatible with existing Aruba Central Management Console.
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: 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.
Managed Internal Broadband Service (MIBS):
MIBS PROJECT D – EXISTING EQUIPMENT
The district would like MIBS services for the following existing equipment
|
Type of Equipment |
Quantity Vendor Should Bid
|
Preferred Make/Manufacturer |
|
Switches |
1 |
Aruba 6100 JL679A |
|
Switches |
1 |
Aruba 6100 JL675A |
|
Switches |
5 |
Aruba 6000 R8N89A |
|
Switches |
18 |
Aruba 6200F JL727B |
|
Wireless Access Points |
3 |
Aruba AP 515 |
|
Wireless Access Points |
7 |
Aruba AP 365 |
|
Wireless Access Points |
75 |
Aruba AP 505 |
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 D. Bids for individual components, or bids that do not include all of the requested items for the project will be disqualified.
| SOUTH_PIKE_C2_COVER_PAGE1.pdf |
| 2026_C2_Bidding_Instructions_227.pdf |