Request for Proposal. Treynor Community Schools. New Switching

Similar documents
Cisco SmartNet, Licenses North Scott Community School District. Request for Proposal. Cisco SmartNet Renewal, For Cisco Wireless System

Town of Waldoboro Public Works Department REQUEST FOR BIDS

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01

Request for Proposal. Internal Connections - Network Switch Equipment. Houston County Public Library. Erate Funding Year. July 1, 2017 through

HABERSHAM COUNTY BOARD OF EDUCATION P.O. Box 70, Clarkesville, Georgia Ph: Fax:

Holt Public School District 5780 W. Holt Rd Holt MI

REQUEST FOR QUALIFICATIONS/PROPOSALS CHESAPEAKE COLLEGE (RFQ/RFP) INSURANCE BROKER SERVICES FOR PROPERTY AND CASUALTY PROGRAM

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

ADVERTISEMENT FOR BID

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information

HOUSING AUTHORITY OF THE CITY OF TULSA

Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018

PROJECT TITLE: BENCHMARKING AND RELATED CONSULTING SERVICES. Part A. Baseline Measurement and Benchmark Comparisons of State Agency Business Processes

National Association of State Auditors, Comptrollers and Treasurers 449 Lewis Hargett Circle, Suite 290 Lexington, Kentucky

Cheyenne Wyoming RFP-17229

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632

construction plans must be approved for construction by the City PBZ department.

A single controller is located at North Shore Middle School that services two schools with a 100 user license

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

CCSNH Request for Proposal Real Estate Services

PURCHASING DEPARTMENT

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

Request for Proposal

RESPONDENT S PRICING AND DELIVERY PROPOSAL AND EXECUTION OF OFFER

Real Estate Acquisition Services For Neighborhood Stabilization Program

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

CITY OF MOBILE REQUEST FOR QUALIFICATIONS LANDSCAPE ARCHITECTURAL SERVICES THREE MILE CREEK GREENWAY TRAIL: PHASE I (TRICENTENNIAL PARK)

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

Request for Proposal. TITLE: Electronic Payments. Closing Date & Time: Monday, May 20, 2:00 pm. Schedule of Events RFP Release April 22, 2013

MO # RE:

REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20

CITY OF ALAMOSA 300 HUNT AVE ALAMOSA, CO 81101

REQUEST FOR PROPOSALS

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

REQUEST FOR PROPOSAL E-Rate Funding Year 2015/2016. Project Title: 100 MEG Dedicated Internet Access RFP ID: IT

City of Forest Park Request for Proposals. Secure Access Control Systems

CITY OF DAPHNE P.O. BOX MAIN STREET DAPHNE, ALABAMA 36526

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

CITY OF ROMULUS CHAPTER 39: PURCHASING

TROY CITY SCHOOL SYSTEM. Request for Proposal (RFP) BID NUMBER: TCS-NTWK-2017

TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 4:00 P.M.

BID DOCUMENTS FOR. WTP VFD Replacement Bid

REQUEST FOR PROPOSALS #17-12 PROJECT MANAGEMENT SERVICES FOR ASSET MANAGEMENT SAAS IMPLEMENTATION Proposals Due: November 9, 2017 by 2:00 PM (Pacific)

Notice of Request for Proposals

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Request for Proposal

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR

North East King County Regional Public Safety Communication Agency (NORCOM), Bellevue, Washington

REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR KNOXVILLE FACILITY RFP # KN

REQUEST FOR PROPOSAL:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

REQUEST FOR PROPOSAL (RFP) Professional Public Education Legal Services for the School District of Janesville. Release Date: Monday, August 6, 2018

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA)

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

REQUEST FOR SEALED COMPETATIVE PROPOSALS PROPOSALS FOR CCTV/SURVEILLANCE UPGRADES OF:

Notice of Request for Proposals

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

Overview. The deadline for submitting proposals is 4:00 PM, Wednesday, July 8, Scope of Services

REQUEST FOR PROPOSALS

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

Request for Proposal. Gateway Refresh (UCC Router Upgrade)

Request for Proposal on Qualifications (RFP/Q) Juniata County Government

TOWN OF MANCHESTER, CONNECTICUT PENSION BOARD REQUEST FOR PROPOSAL #15/16-73

Request for Proposal Data Network Cabling

Botetourt County Public Schools

CITY OF GAINESVILLE INVITATION TO BID

REQUEST FOR PROPOSAL. Architectural and Space Planning Services

REQUEST FOR PROPOSAL (RFP) # DESIGN BUILD NEW CHIEFLAND MIDDLE/HIGH SCHOOL CONSULTANTS' COMPETITIVE NEGOTIATION ACT (CCNA)

REQUEST FOR PROPOSALS

District Firewall E-Rate RFP

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

REQUEST FOR QUALIFICATIONS FOR. ISSUE DATE: November 3, 2017 DUE DATE: November 20, 2017

REQUEST FOR QUALIFICATIONS (RFQ) NO , ARCHITECTURAL/ENGINEERING SERVICES

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

Town of Manchester, Connecticut General Services Department. Request for Proposal

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

City of Bellevue Request for Proposal Legal Notice

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

REQUEST FOR PROPOSALS: DCSO Jail Inmate Video Visiting System. Davis County Government 28 South State Street Farmington, UT 84025

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

CUYAHOGA COUNTY REQUEST FOR PROPOSAL

Request for Proposals Professional Actuarial Services. QUESTIONS AND INTENT TO RESPOND DUE DATE: April 12, 2017, 4:00 p.m. (CDT)

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

Transcription:

Request for Proposal Treynor Community Schools New Switching Prepared by: Shelly Bailey Bid Deadline: April 7, 2017

1.1 Purpose and Scope The purpose of the Request for Proposal (RFP) is to solicit from vendors proposals to acquire networking equipment for our school district, which includes the Elementary, Middle School and High School buildings in Treynor, Iowa. General information about the District can be found on the District's website at www.treynorcardinals.org. This project may be directed and decided, in part, by our E-rate funding. 1.2 Evaluation Process The evaluators will consider how well the vendor's proposed solution meets the need of the District as described in the vendor's response to each requirement and form. It is important that the responses be clear, concise and complete so that the evaluators can adequately understand all aspects of the proposal in a succinct fashion. The evaluation process is not designed to simply award the contract to the lowest cost vendor. Rather, it is intended to help the District select the right vendor with the best combination of professional attributes, experience, and relevant skill-sets, including that of price, based on the evaluation factors. The District reserves the right to require that a subset of finalists make a presentation to the evaluation team for consideration. This RFP provides general and technical information as well as the required format for responses. Your submitted responses will be the primary source of information used for the system evaluation and selection. Please include all required and appropriate information with your proposal. No other source of information submitted, written or verbal will be considered part of your proposal. At the completion of the RFP process, the Treynor Community School District will determine the viability of moving forward and complete negotiations with the chosen vendor to provide equipment and services, representing, but not limited to: -Vendors overall performance record based on available references. -Vendors performance history based on length of time installing proposed products. Vendor should be able to prove extensive working knowledge of K-12 environments and demonstrate and adequate number of similar installs in such environment. -Vendor s ability to meet all the requirements detailed in the RFP as a vendor that can supply hardware. Installation, engineering and support services as required to implement and maintain the equipment being installed. -The District reserves the right to accept or reject any and all bids based on best overall value in the best interest of the District. -Vendor s implementation team, including but not limited to, qualifications, experience and management capabilities. -Vendor must have at least two years experience in implementation and ongoing support of any system installation. -Vendor must have been in business for at least 2 years. -Vendor must have offices located in the state of Iowa to unsure prompt response time. -Onsite maintenance must be performed as warranted and needed by experienced personnel EVALUATION CRITERIA/WEIGHTING Price 40 Implementation Plan 25 Suitability to District Needs 20 Current or Past Vendor of Treynor CSD with working 15 knowledge of infrastructure

1.3 Schedule Hard copy or digital responses and related material must be delivered by April 7, 2017, as specified in the RFP. Late responses will be rejected at the sole discretion of the Treynor Community School District. An approximate schedule for selection is as follows: Issue RFP / Publish to the District Website March 6, 2017 Deadline for Questions March 24, 2017 Proposals Due April 7, 2017 Tentative Vendor Selection On or before April 14, 2017 Contract Completion (E-Rate dependent) On or before June 30, 2017 1.4 Deadline for Questions Questions with regard to the RFP should first be asked via email, with follow-up phone call if necessary. In order to make information available to all proposing vendors, no questions will be answered past March 24 2017, as stated in schedule in Section 1.3. 1.5 RFP Submission Please submit the proposal, in its entirety, to the contact and address below no later than April 7, 2017. Submissions may be emailed. Shelly Bailey Technology Coordinator Treynor Community Schools PO Box 369 Treynor, IA 51575 sbailey@treynorcardinals.org 1.6 Vendor Communication Upon release of this RFP, all vendor communications concerning the overall RFP should be directed to the Technology Coordinator. Unauthorized contact regarding this RFP with District employees should not be attempted by vendors and may result in submission rejection. Any oral communications will be considered unofficial and non-binding to the District. Preferred Contact Method is email: sbailey@treynorcardinals.org 1.7 Right of Selection/Rejection - Waiver of Informalities or Irregularities The District reserves the right to reject any or all proposals, to waive any minor informalities or irregularities contained in any proposal, and to accept any proposal deemed to be in the best interest of the District. Selection of a vendor solution shall not be construed as an award of contract, but as a commencement of contract negotiation, including but not limited to the contract price proposed. This project will be submitted to E-rate, and is partially contingent upon acceptance by erate. 1.8 RFP Revisions The District reserves the right to change the schedule or issue amendments to the RFP at any time. The District also reserves the right to cancel or reissue the RFP at any time. Amendments or a notice of cancellation will be communicated via the district website. The direct link to the RFP article is https://treynorschools.socs.net/vnews/display.v/sec/tech%20support%7cdownloads

1.9 Commitments All quotes should be submitted initially on the most complete basis and with the most favorable financial terms available. The selected vendor's proposal may, at the Treynor Community School District s option, be made part of the final purchase contract and all representations in the vendor's proposal may be considered commitments to supply the system as described. Vendors are encouraged to include options for different circumstances. 1.10 Contract Award and Execution The District reserves the right to make an award without further discussion of the proposal submitted. Therefore, the proposal should be initially submitted on the most favorable terms the vendors can offer. It is understood that the proposal will become a part of the official file on this matter without obligation to the District. The general conditions and specifications of the RFP and the successful vendor's response, as amended by agreements between the District and the vendor, will become part of the contract documents. Additionally, the District will verify vendor representations that appear in the proposal. Failure of the vendor's products to meet the mandatory specifications may result in elimination of the vendor from competition or in contract cancellation or termination. The vendor selected as the apparently successful vendor will be expected to enter into a contract with the District on terms similar to those presented in the copy of the District s standard Professional Services Agreement. If the selected vendor fails to sign and return the contract within ten (10) business days of delivery of the final contract, the District may elect to cancel the award and award the contract to the nexthighest-ranked vendor. No cost chargeable to the proposed contract may be incurred before the vendor has received a fully executed contract. 1.11 Payment Terms and Conditions The proposal must contain a fee schedule that includes line items for all components of the proposal, including equipment, installation, support fees, licenses, etc. 1.12 Insurance Requirements The District will require the selected vendor to comply with the insurance requirements as outlined below. The contractor shall procure and maintain for the duration of this agreement insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be paid by the contractor. Insurance shall meet or exceed the following unless otherwise approved by the District. 1.12.1 Scope of Insurance The amount of such bodily injury and property damage insurance shall not be less than: Commercial General Liability written on an occurrence basis with limits not to be less than: Each occurrence: $ 500,000 Personal Injury $ 500,000 General aggregate $1,000,000 Products and completed operations liability $1,000,000 Fire damage $ 50,000 Vehicle Liability Bodily injury $ 50,000/ $500,000 Property damage or $ 100,000 single limit liability $ 500,000 Workers compensation $1,000,000 each occurrence Umbrella $1,000,000 aggregate

1.12.3 Verification of Coverage Contractor shall furnish the District with certificates of insurance affecting coverage required by this clause. The certificates for each insurance policy is to be signed by a person authorized by that insurer to bind coverage on its behalf and shall name the District as an "additional insured". The certificates are to be received and approved by the District before work commences. The District reserves the right to require complete, certified copies of all required insurance policies at any time. 1.12.4 Subcontractors Contractors shall include all subcontractors as insured under its policies or shall require subcontractors to provide their own coverage. All coverage for subcontractors shall be subject to all of the requirements stated herein. 1.13 Equal Opportunity Compliance The District is an equal opportunity employer and requires all proposers to comply with policies and regulations concerning equal opportunity. 1.14 Other Compliance Requirements In addition to nondiscrimination and affirmative action compliance requirements, the proposer awarded a contract shall comply with federal, state and local laws, statutes, and ordinances relative to the execution of the work. This requirement includes, but is not limited to, protection of public and employee safety and health; environmental protection; waste reduction and recycling; the protection of natural resources; permits; fees; taxes; and similar subjects. 1.15 Exceptions Respondents may take exception to any of the stated requirements so long as all such exceptions are expressly noted and clarified in the response. Alternatives may be shown and quoted as options. 1.16 Primary Provider of all Services If a vendor s proposal includes equipment, hardware, software, or services to be supplied by entities other than the proposing vendor, it is mandatory for the proposing vendor to act as the prime contractor for the entire procurement of all products and services proposed with the possible exceptions noted below. The vendor acting as the prime contractor must be the sole point of contact with regard to contract stipulations including payment of any and all charges resulting from the purchasing of the proposed equipment, hardware, software, and/or services. The vendor acting as the primary contractor must take full responsibility for the demonstration, delivery, installation, and acceptance testing of the items proposed to be supplied by its subcontractor. The only two possible exceptions will be cabling and the procurement of network switches.

Section 2: New Network Infrastructure RFP: Technical Requirements 2.1 Architecture Overview and System Technology The Treynor Community School District seeks switching equipment, network modules, Cable Management, Stacking Cables and Battery backups 2.2 Equipment/Service Specifications The equipment counts are as follows: Treynor High School and Middle School Equipment Quantity HP 2920 48G POE+ 8 J9729A Stacking Cable J9735A 8 HP 2920 2-port Stacking Modules J9733A TrippLite Cable Mgmt SRCABLEDUCT2UHD HP 2920 Expansion Module J9731A TrippLite Smart UPS SMART1500RMXL2UA 8 8 2 2 Service and Installation High School: We require that four switches (HPE 2920 48G), four stacking cables, four stacking modules, four Tripp Lite cable management, one HP 2920 10BGE Modules and one Tripp Lite SMART1500RMXL2UA be installed in existing rack. New switches must have programming transferred from existing switches. Network cables must be transferred to new switches. Cables must be run through new cable management. Middle School: We require that four switches (HPE 2920 48G), four stacking cables, four stacking modules, four Tripp Lite cable management, one HP 2920 10BGE Modules and one Tripp Lite SMART1500RMXL2UA be installed in existing rack. New switches must have programming transferred from existing switches. Network cables must be transferred to new switches. Cables must be run through new cable management. Elementary: Existing switches will be replaced by legacy HP Switches which are moving from Middle School and High School. Programming must be transferred from old switching. Old switches must be removed from rack and replaced with legacy High School and Middle School switches. o The switches that will be moved to the Elementary School are 4 HP 2920-24G-POE+ switches and 1 HP 1820-48G-POE+ switch. The switches being replaced are Alcatel-Lucent OS6400-PS4 and OS6450-P48 models. The two HP2920 Expansion Modules are for future expansion and to expand the capacity and capabilities of the switches.