All bid deadlines are 11:59pm Pacific Time the date of the bid deadline listed unless otherwise noted.
· All Questions and Bids must be submitted using the on-line IFCB system. If for some reason the system is down before the respective 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.
· 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 http://www.usac.org/sl/service-providers/step02/lowest-corresponding-price.aspx 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.
· 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 contracts awarded under this IFCB bidding process may be voluntarily renewed by the applicant, upon written notice to the provider, for five consecutive one year terms.
· Maintenance bids listing only an hourly rate 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 monthly rate to properly maintain the entire list of equipment. Bids that only contain hourly rates, without confirmation that the company can service the list of equipment, or without a monthly total, will be disqualified.
VoIP Phone Service (Priority One) – Applicant currently has 12 analog lines and is considering switching to VoIP service. Applicant will need: connectivity for 20 phones; T1 line with at least 10 channels; 100 block of DID’s; smart jack copper handoff; and keep at least one analog line for 911/emergency backup. Applicant is requesting the following features: Provide call management, voicemail, presence, and paging through phones applications utilizing virtual servers.
Internal Connections & Basic Maintenance - VoIP Phone Equipment (Priority Two) – Required items for upgrade:
· 2 – Cisco Unified Communications Servers (provide call management, voicemail, presence, and paging through phones applications utilizing virtual servers) or functional equivalent
· 1 – Voice Gateway with at least 32 DSP resources and a T1 voice card (existing 4 port FXO cards will be reused)
· 50 – Device licenses providing (phone, voicemail, and presence/instant messaging capabilities)
· Paging through all phones and capability to page on intercom system as well as bell scheduling (55 total devices for paging)
· Installation services to upgrade system from a certified reseller
· On-going maintenance as required (80 hours per year estimate)
· Hardware and Software maintenance on all systems for 3 years (to provide replacement equipment in case of failure, access to incremental and full software upgrades, access to technical assistance center TAC)
· Must be compatible with existing phone system (Cisco or functional equivalent)
· All equipment must be new from manufacturer (no refurbished like new or used equipment
There will be one voluntary site visit on Friday, January 31, 2014, at 10:00AM at 18943 US Highway 77, Thackerville, OK 73459.