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

Similar documents
CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK

Holt Public School District 5780 W. Holt Rd Holt MI

PURCHASING DEPARTMENT

REQUEST FOR PROPOSAL

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

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

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

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

E-Rate Request for Proposal

Part A: Upgrade cabling to Cat6 cabling with factory warranties at a minimum of 20 years for Murdock Elementary School and Willows High School

Request for Proposal (RFP) For

RFP of WIDE AREA NETWORK CONNECTIONS For Moreland School District

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

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

Request for Proposal. Gateway Refresh (UCC Router Upgrade)

Request for Proposal (RFP) For Plat book Printing

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR CAMPBELL COMMUNITY CENTER SPINNING BIKES FOR FITNESS PROGRAMS

REQUEST FOR PROPOSAL. Fiber Optic Design and Installation Services. City of Alamosa Information Technology Department

PURCHASING DEPARTMENT

Request for Proposal Data Network Cabling

Network Cabling Upgrade/Renovation. Request for Proposal

La Habra City School District

REQUEST FOR PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS

NOTICE TO BIDDERS. Notice is hereby given that the City of Livermore invites sealed proposals for CAMPUS NETWORK AND LOCAL AREA NETWORK CABLING.

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

Request for Proposal

Request for Proposal. Treynor Community Schools. New Switching

LOCAL AREA NETWORK (LAN) HARDWARE UPGRADE FOR OAKLAND UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS (RFP) NO /

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

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

TULARE COUNTY OFFICE OF EDUCATION. Router

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

City of Columbia Community Development Department 1225 Lady St., Suite 102 Columbia, SC NOTE: May be printed on agency letterhead

FCC #470 Request for Proposal Firewall

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

Dickinson College Purchase Order Terms and Conditions

Any questions regarding this RFP should be ed to John Peters

REQUEST FOR PROPOSALS SECURITY SYSTEMS INTEGRATOR ACCESS CONTROL

Request for Bid/Proposal

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165

WEXFORD COUNTY REQUEST FOR PROPOSALS

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

Purchase Order Terms and Conditions

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

JKL Bahweting School. Request for Proposal. Network and Low Voltage Wiring

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

CITY OF FLORENCE SOUTH CAROLINA REPLACEMENT EMERGENCY GENERATOR REQUEST FOR PROPOSAL

Human Services Building Roof Project (4 flat roofs)

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

CABLING PROJECT RFP #

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Request for Proposal Internet Access

[Type text] Cindy Johann, DTC. Wide Area Network

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

REQUEST FOR PROPOSAL UNDERGROUND FIBER OPTIC CABLE INSTALLATION PART I GENERAL

TULARE COUNTY OFFICE OF EDUCATION. Router

COUNTY OF MONROE, MICHIGAN REQUEST FOR PROPOSALS FIRE ALARM SYSTEM REPLACEMENT FAIRVIEW COUNTY HOME. MONROE, MICHIGAN 48161

Request for Proposal: Security Camera Cabling

RFP # Before 2:00pm

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

MELBA SCHOOL DISTRICT

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

SECTION 2 - STANDARD TERMS & CONDITIONS

REQUEST FOR PROPOSAL. UPS Maintenance

INVITATION FOR BID. LAN HARDWARE BID/E-RATE 2015/16 IFB No

REQUEST FOR SEALED BID PROPOSAL

Black Hawk County Engineer

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

RFP GENERAL TERMS AND CONDITIONS

Request for Quotation Q. SVC Cardio and Strength Equipment

Invitation To Bid. for

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

Request for Proposal CNC Mill For the Rockville High School

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

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

ELMHURST PUBLIC LIBRARY REQUEST FOR PROPOSAL ENTITLED HIGH BANDWIDTH INTERNET ACCESS

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

RFP # Before 2:00pm

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

Request for Proposals School-Based Mental Health Services

WIRELESS EQUIPMENT. E-Rate Yr 20 ( ) RFP # Request for Proposals Issued: February 6, 2017

The CITY OF BAYONNE is soliciting responses/proposals to the City's RFQ/RFP for the provision of the following professional services:

PURCHASING DEPARTMENT

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

Pest Control Services

Warner Robins Housing Authority

PURCHASING DEPARTMENT

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

REQUEST FOR PROPOSALS (RFP) FOR Energy Subcontractor

INVITATION TO BID Acoustical Ceiling Tile

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

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

Transcription:

Hartland/Lakeside School District 800 E. North Shore Drive Hartland, WI 53029 RFP # 101 Switches, Core Switch, Access Points, and Cabling The Hartland Lakeside School District is seeking a request for proposal for Cisco switches, access points and necessary network cabling from the provider. There are three school buildings involved within their network infrastructure. Requirements: The school district participates in the FCC/USAC/SLD E-rate program and intends on applying for e-rate funding for this project. Therefore, the district will follow all e-rate guidelines, posting and submittal time frames established by the SLD (http://www.universalservice.org/sl/) The district is looking for a vendor that can provide Cisco switches, a Cisco Core switch, AC access points, and needed network cabling to support the new 802.11ac AP requirements. The existing infrastructure includes 2 strands of 6.25 multimode fiber with SC connectors run from each of 5 idf s to the mdf Cross Connect room (Rm 210). Proposals shall include 105 managed access points supporting dual radios, 2.4 Gig and 5 Gig bands, and both n and ac connections. Currently the district is running two Cisco 5508 controllers. Ceiling mounted Access Points are preferred. A single controller is located at North Shore Middle School that services two schools with a 100 user license North Shore Middle School 37 AC access points South Elementary School 32 AC access points A second controller is located at North Elementary School that services one school with a 50 user license North Elementary 30 AC access points Extra 2 AC access points Please include the cost of all SmartNet fees on each switch.

Cabling. The district has existing cabling closets with 21 inch racks and ample 110V power. Please quote 10 Cat 6 patch panels, one for each of idf s and mdf. All cabling between the AC access point and the closet must be in Cat 6 cabling. Please be sure to include all installation costs, switch, access point, and network cabling infrastructure costs. E-rate does not support the payment of sub contractors. All responding vendors will be responsible for the payment of any sub contractor under the vendors SPIN. Cable contractors and installation must be approved by the district prior to the submittal. Work can not begin until submittals are approved by the school district The proposal shall include all switches, fiber patch cables, access points, cabling and labor. All items included in the proposal must be listed in the proposal with quantities, make and model. Any recurring costs (SmartNet) must be listed separately. Site visits are available upon request. See building drawings/ floor plans at the end of this document. The district will also use the design architecture of Teleco Expected Coverage Network Report. All AC placement must follow the locations outlined in the Teleco Report. Submittals: The timeline for submitting responses to this RFP are as follows. Friday February 23, 2015 - RFP posted on the school districts website RFP responses are due in the district Main Office by: 12:00 pm CST, March 23, 2015. Responses can be submitted via electronically or paper copy. Address all proposals to: Scott Temperly stemperly@hartlake.org (preferred) Voice 262-369-6734 All technical questions should be directed to Scott Temperly via email. During the week of March 23th th, all proposals will be evaluated by the schools technology staff. March 25, 2015 the contract should be awarded and filed with the SLD. All proposals must be clearly marked on the cover or Subject Hartland Lakeside School District - RFP 101

All proposals must contain the responders SPIN (Service Provider Identity Number) issued by the SLD. All proposals must outline, in detail, any associated costs that are NOT e-rate eligible. All proposals must include any mandatory contract terms. All proposals should include any additional services the vendor/contract can or will provide for the cost listed in the proposal. District Demographics Hartland Lakeside School District District Office 800 East North Shore Drive Hartland, WI 53029 North Shore Middle School 800 East North Shore Drive Hartland, WI 53029 South Elementary 651 East Imperial Drive Hartland WI 53029 North Elementary 232 North Church Street Hartland, WI 53029 Total 1200 students The NSLP Free/Reduced percentage is 22.2%. According to the USAC Discount Matrix the SLD discount will be 50% for the 2014-15 academic year. Existing Network: The school currently is using a Cisco 3560G Layer 3 switch that support multiple Cisco Layer 2 2960S POE switches. There are a total of 100 classrooms in multiple building. The district is predominantly a 1200 Macbooks OS X, 250 Chromebook and 700 ipad ios environment. Currently the district has. The district also supports a BYOD (Bring Your Own Device) policy that typically supports 75-100 ios and Android based devices. The district currently utilizes a LightSpeed content filter. Current bandwidth The districts Internet bandwidth is at 1 GB capacity.

Evaluation All submitted RFP s will be evaluated by the technology staff. The following scoring method will be applied. 50 % level of support services available to the district and local references 40 % annual cost of the requested services 5 % any additional services that can be provided 5 % presentation of relevant information Right to Reject In submitting this proposal, it is understood by the Qualified Provider that the District retains the right to reject any or all proposals and/or to waive any or all irregularities in the RFP process or in the Qualified Provider s submittal when, in its opinion, to do so is in the best interest of the District. The decision of the District is final and not subject to appeal. Cost of Proposal The District will NOT reimburse the cost of preparing a response to this RFP. Future network projects Within the next few years the district will be investigating the conversion of all wired classroom telephones to the individual mobile smartphone environment with all calls being routed via the circuit outlined in this RFP to Internet based connections (SIP).

Hartland Lakeside School District STANDARD TERMS AND CONDITIONS (NON-CONSTRUCTION) 1. GENERAL: Hartland Lakeside School District and school are synonymous and mean the Hartland Lakeside School District. The school reserves the right to accept or reject any or all bids/proposals, to waive any informality or technicality in any bid/proposal submitted, and to accept any part of a bid/proposal deemed to be in the best interest of the school. The school reserves the right to reject any or all bids/proposals without indicating a reason for such rejection. 2. TAX EXEMPTION: The school is exempt from the payment of Federal Excise Tax and State Sales Tax. 3. PRICING AND DISCOUNTS: The District qualifies for governmental and educational discounts. Unit prices shall reflect these discounts. Unit prices shall govern in the bid/proposal evaluation and contract administration. 4. SPECIFICATIONS: All bidders must be in compliance with all specifications and any drawings provided with this solicitation. Any reference to brand names and numbers is descriptive, but not restrictive, unless otherwise specified. When specific manufacturer and model numbers are shown, they are used to establish a design, type of construction, quality, functional capability and/or performance level desired. The school reserves the right to determine whether an alternate offer is equivalent to and meets the standard of quality indicated by the brand name referenced. When alternates are bid/proposed, they shall be identified by manufacturer, stock number, and such other information necessary to establish equivalency. The District shall be the sole judge of equivalency. 5. DEVIATIONS AND EXCEPTIONS: Deviations and exceptions from the original text, terms, conditions, or specifications shall be described fully, on the bidder s/proposer s letterhead, signed and attached to this request. In the absence of such a request, the bid/proposal shall be accepted as in strict compliance with all terms, conditions, and specifications. 6. CHANGES AND WITHDRAWALS: The school reserves the right to change due dates and openings for its own convenience and to withdraw solicitations at any time without prior notice. 7. APPLICABLE LAW: This contract shall be governed under the laws of the State of Wisconsin. 8. ASSIGNMENT: No right or duty in whole or in part of the contractor under this contract may be assigned or delegated without prior written consent of the school. 9. HOLD HARMLESS: The contractor will indemnify, save harmless, and defend the school and all of its officers, agents and employees from all suits, actions, or claims of any character brought for or on account of any injuries or damages received by any persons or property resulting from the operations of the contractor, or any of its contractors, in prosecuting work under this agreement.

10. PUBLIC RECORDS ACCESS: It is the intention of the school to maintain an open and public process in the solicitation, submission, review and approval of procurement activities. Bid/proposal openings are public unless otherwise stated. Records are not generally available until after an award has been made. 11. INSURANCE RESPONSIBILITY: The contractor performing services for the school shall: Maintain worker s compensation insurance as required by law for all employees engaged in the work. Maintain commercial liability, bodily injury and property damage insurance against any claims(s) that might occur in carrying out this agreement/contract. Minimum coverage shall be three million ($3,000,000) liability for bodily injury and property damage including product liability and completed operations. Provide motor vehicle insurance for all owned, non-owned and hired vehicles that are used in carrying out this contract. Minimum coverage shall be three million ($3,000,000) per occurrence combined single limit for automobile liability and property damage. The school reserves the right to require higher or lower limits where warranted. All insurance required by this contract shall be maintained during the entire length of the contract. 12. CANCELLATION: The school reserves the right to cancel any contract in whole or in part without penalty due to non-appropriation of funds or for failure of the contractor to comply with terms, conditions and specifications of this contract. The school also reserves the right to cancel any contract with a federally debarred contractor or a contractor which is presently identified on the list of parties excluded from federal procurement and non-procurement contracts. 13. SAFETY REQUIREMENTS: All materials, equipment, and supplies provided to the District must comply fully with all safety requirements as set forth by the Wisconsin Administrative Code, Rules of the Industrial Commission on Safety, and all applicable OSHA Standards. 14. MATERIAL SAFETY DATA SHEETS: If any items(s) on order(s) resulting from this award(s) is a hazardous chemical, as defined under 29CFR 1910.1200, provide one (1) copy of a Material Safety Data Sheet for each item with the shipped container(s) and one (1) copy to Hartland Lakeside School District, 800 East North Shore Drive, Hartland, WI 53029 15. RESPONSIVENESS AND RESPONSIBILITY: Award will be made to the responsible and responsive bidder whose bid is most advantageous to the School with price and other factors considered. For the purposes of this project, responsiveness is defined as the bidder's conformance to the requirements of the solicitation. Being not responsive includes the failure to furnish information requested. Responsibility is defined as the bidder's potential ability to perform successfully under the terms of the proposed contract. Briefly, a responsible bidder has adequate financial resources or the ability to obtain said resources; can comply with required delivery taking into account other business commitments; has a satisfactory performance record; has a satisfactory record of integrity and business ethics; and has the necessary organization, experience and technical skills. The school reserves the right to refuse to accept any bid from any person, firm or corporation that is in arrears or is in default to the school, or has failed to perform

faithfully any previous contract with the District. If requested, the bidder must present within five (5) working days evidence satisfactory to the school of performance ability and possession of necessary facilities, financial resources, adequate insurance, and any other resources required to determine the bidder's ability to comply with the terms of this solicitation document. 16. WARRANTY: Unless otherwise required equipment purchased as a result of this request shall be warranted against defects by the bidder/proposer for one year from the date of receipt. Equipment manufacturer s standard warranty shall apply as a minimum and shall be honored by the Contractor. 17. QUANTITIES: The quantities shown on this request are based on estimated needs. The District reserves the right to increase or decrease quantities to meet actual needs. 18. QUALITY: Unless indicated in the request, all material shall be first quality. Items which are used, demonstrators, obsolete, seconds, or which have been discontinued are unacceptable without the prior written consent of the school. 19. AWARD CRITERIA: In comparing bids and making awards, the District may consider such factors as relative quality and adaptability of supplies and services, the bidder s financial responsibility, skill, experience, record or integrity, ability to furnish repairs and maintenance services, the time of delivery or performance offered, contract compliance requirements, and any other element or factor in addition to that of the price which would affect the final cost to the school and whether the bidder has complied with the specifications. 20. AWARD: Award(s) will be made to the most responsive and responsible bidder/proposer meeting school standards criteria which is determined by the school to be in the best interests of the Hartland Lakeside School District. 21. ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract or order awarded as a result of this request except where special conditions are stated elsewhere in the request; in such cases, the special conditions shall apply. Further, the written contract and/or order with referenced parts and attachments including these Standard Terms and Conditions shall constitute the entire agreement and no other terms and conditions in any document, acceptance, or acknowledgement shall be effective or binding unless expressly agreed to in writing by the school.