crestwood school districtcsdcomets.org/userfiles/servers/server_3024776/file... · web...

33

Upload: vuongthuan

Post on 15-Mar-2018

214 views

Category:

Documents


1 download

TRANSCRIPT

Crestwood School District

1.0 Introduction

1.1 Background

The Crestwood School District is in the process of restructuring the network infrastructure and technology services to support the mission and vision of the school. Integration of 21st Century Teaching methodologies, utilizing digital content as part of regular instruction, and developing a secure environment for student learning are key to the project.

As part of this project, the school district is adding new network hardware across the district as well as adding structured cabling to the High School site. This Request for Proposals will address 2 key proposal areas; Network hardware and installation and structured cabling.

1.2 Issuing Officer

The Issuing Officer for the RFP is:

Carolyn Sawicki

Technology Director

Crestwood School District

281 South Mountain Boulevard,, Mountain Top, PA 18707 |

Phone: 570-474-6782 ext.

Fax: 570-474-2254

[email protected]

The Technical Contact for this RFP is:

Carolyn Sawicki

Technology Director

Crestwood School District

281 South Mountain Boulevard,, Mountain Top, PA 18707 |

Phone: 570-474-6782 ext.

Fax: 570-474-2254

[email protected]

Prospective Vendors must direct and confine all inquiries and communications concerning this procurement to the Issuing Officer and correspondence should be made via e-mail. Although there is no due date for questions, the District encourages prospective Vendors to submit any questions they may have as soon as possible. Questions should include E-RATE TECHNOLOGY RFP in the subject line to ensure that the issuing officer identifies the email as relating to this procurement.

If the RFP was downloaded from a web site link, Vendors are responsible for periodically monitoring the web site for any updates relating to this RFP.

1.3 Deadline for Proposals

Three identical, signed hard copy paper proposals in response to this RFP must be received on or before noon E.S.T. on March 24, 2017 at 1 p.m., and must be addressed to the Office of the Superintendent at the address listed above in Section 1.2. In addition, a complete electronic copy of each proposal must be emailed to the Issuing Officer by the deadline.

The Crestwood School District intends is to award a contract to the successful bidders following the approval by the school board pending the filing for E-Rate reimbursement.

Customer reserves the right to reject late-filed proposals that may be received prior to the opening and review of proposals. Any proposal received after Customer has opened and reviewed proposals will be rejected out of hand.

1.4 Best and Final Offers

Customer reserves the right to ask clarifying questions of Vendors and to request best and final offers upon review of initial proposals. The pricing will be most heavily weighted in the review of all proposals and at each step of the review process.

1.5 Modification or Withdrawal of Proposals

Proposals may be modified or withdrawn by Vendor prior to the established due date and time. Vendor agrees not to electronically or otherwise manipulate these specifications.

1.6 Notification of Successful Bidder(s)

The successful bidder(s) will be advised of selection by the Issuing Officer through the issuance of a notification of award letter via email. Any notification of the selection of the successful bidder shall have no legal effect unless and until the parties negotiation a mutually acceptable agreement. Unsuccessful bidders also will be notified via email.

1.7 Security and Pennsylvania Act 34 Clearance/Act 151 Clearances

All personnel (contractors and subcontractors) that will be working on this project in the schools must observe all security and safety procedures of each school facility and must secure all record checks required by law (and submit the results thereof) such as:

For Pennsylvania Residents: Form SP4-164-Pennsylvania State Police Request for Criminal Record Check Call 717-783-5494; Act 34

Out-of-State Residents: Pa. Form SP4-164 and FBI Background Check; Act 114

Pennsylvania Child Abuse History Clearance Call 717-783-6211; Act 151

Fingerprints, as required, Act 114

On-site work at the school sites cannot commence until the provider has obtained all relevant certifications, licenses, permits and/or required qualifications for its workers and each school has cleared the personnel for work in Customers locations.

1.8 Tax Exempt Status

Customer is exempt from Pennsylvania Sales and Use Tax and has other federal and state tax exemptions afforded to public school entities and/or similar political subdivisions. This notice shall serve to satisfy any notification required by the provider as to these tax exemptions. Vendors must ensure that their cost proposals include all applicable taxes, fees and surcharges from which Customer is not exempt or that is imposed or assessed by Vendor.

1.9 Response Instructions

To respond, bidders should submit a written response to every numbered paragraph in this RFP Section 1 through 5. Valid responses are:

Company Name has read, understands, and will comply.

Company Name has read, understands, and will not comply. With this response, the bidding company must explain why it will not comply and propose an alternative.

A specific written explanation to the response that answers a question, addresses a requirement or proposes an alternative to a requirement.

The District will consider any omitted response to any numbered item as an affirmative response to that particular requirement. Responding service providers are not permitted to change or supplement any part of the proposal after the submission deadline. Additional submission details and a response checklist are included in Appendix D: Submission of Proposal.

Any provider submitting an alternate proposal must still acknowledge all relevant numbered items in their response. Not applicable would be an appropriate response for irrelevant numbered items.

1.10 Additional Information

Customer reserves the right to:

Amend, modify, cancel this RFP or not award any contract;

Modify or add to the requirements contained in this RFP at any time after the issuance of this RFP for compliance by all providers;

Award a contract for any or all parts of the RFP to one or more service providers and negotiate terms and conditions to meet requirements consistent with this RFP;

Utilize any and all ideas submitted in the RFP proposals received;

Request providers to clarify their RFP proposals.

2.0 Scope of Services

The Crestwood School District solicits bids for one or all of the services from responsible vendors until March 24, 2017, at 1 p.m. in the Office of the Superintendent, at which time bids received will be opened for the following:

2.1 Network Hardware

The Crestwood School Districts requests proposals to provide the following E-Rate Eligible Network Hardware and Equipment:

Firewall

Quantity

Description

Vendor Part Number

1

Sonicwall NSA5600

01-SSC-3831

Firewall Specifications to include:

Processor -

10x 1.3 GHz

Memory(RAM)

4 GB

10 GbE SFP+ interfaces -

2

1 GbE SFP interfaces -

4

1 GbE Copper interfaces -

12

1GbE Copper Management interfaces -

1

Firewall inspection throughput -

9.0 Gbps

Full DPI throughput -

1.6 Gbps

Application inspection throughput -

3.0 Gbps

IPS throughput -

3.0 Gbps

Anti-malware inspection throughput -

1.7 Gbps

IMIX throughput -

2.4 Gbps

SSL Inspection and Decryption (DPI SSL)

800 Mbps

VPN throughput

4.5 Gbps

Connections per second -

60,000/sec

Maximum connections (SPI) -

562,500

Maximum connections (DPI) -

375,000

Single Sign On(SSO) Users -

60,000

VLAN interfaces -

400

IP address assignment

Static,(DHCP PPPoE, L2TP and PPTP client), Internal DHCP server, DHCP Relay

Routing protocols

BGP, OSPF, RIPv1/v2, static routes, policy-based routing, multicast

QoS

Bandwidth priority, max bandwidth, guaranteed bandwidth, DSCP marking, 802.1p

Certifications

VPNC, ICSA Firewall, ICSA Anti-Virus, FIPS 140-2, Common Criteria EAL 1+, UC APL

Network Switches

Quantity

Description

Vendor Part Number

30

Juniper EX3400-48P POE+

EX3400-48P

Switch Specifications to Include:

Backplane

160 Gbps (with QSFP+ ports) or 80 Gbps (with SFP+ ports) Virtual Chassis interconnect to link up to 10 switches as a single logical device

Uplink

Fixed 4-port uplinks can be individually configured as GbE (SFP) or 10GbE (SFP+) ports; 2 x 40G QSFP+ ports.

DRAM

2GB

Flash

2GB

CPU

Dual Core 1 GHz

GbE port density per system

54 (48 host ports + four 1/10 GbE and two 40GbE uplink ports)

Packet-Switching Capacities

336 Gbps

Maximum MAC addresses per system

32000

Number of VLANs supported

4093

Number of link aggregation groups (LAGs) supported

128

PoE+ Power Budget

740W/1440W

Total 30 W PoE+ Ports

48 ports up to 30W

Form Factor

1 RU

Wireless Access Points

Quantity

Description

Vendor Part Number

30

Meraki MR 52 Access Point

MR52-HW

30

Meraki Access Point License

3 year

Access Points must be compatible with existing Cisco 5500 Series Wireless Controller and Cisco 1142N access point environment.

Access Point Specifications to include:

Device Radios

1 802.11b/g/n1 802.11a/n/ac1 WIDS/WIPS1 Bluetooth

Data Rate

2.5 Gbit/sec max rate

Interface

2 Gigabit Ethernet port

Performance features

44:4 MU-MIMO

160 MHz channels

Priority Voice, Power Save (802.11e/WMM)

Hardware-accelerated encryption

Band steering

Mounting

Desktop, ceiling, and wall mount capable

Antenna

Integrated omni-directional antennas (5 dBi gain at 2.4 GHz, 6.2 dBi gain at 5 GHz)

Individual antenna elements for each radio

Simultaneous Connections

256

Controller

Meraki Cloud Managed

Uninterruptible Power Supplies (UPS)

Quantity

Description

Vendor Part Number

20

APC Smart-UPS 1000VA

SMT1000RM2U

UPS Specifications to Include:

Output Power Capacity

700 Watts / 1000 VA

Nominal Output Voltage

120V

Output Voltage Distortion

Less than 5% at full load

Nominal Input Voltage

120V

Battery Type

Maintenance-free sealed Lead-Acid battery with suspended electrolyte: leakproof

Rack Height

2U

Standard Warranty

3 years repair or replace (excluding battery) and 2 year for battery

All pricing should include equipment, as well as installation and configuration of the equipment. Vendor will provide training of customer on operation and configuration of all new equipment. (Up to single day)

Proposals must include a description of the warranty for the equipment specified. Descriptions should be specific and include the number of years covered by the warranty for each item.

2.2 Structured Cabling

The Crestwood School District requests proposals to provide the following structured cabling runs for High School Complex for the future addition of wireless network access points.

Installation of wireless access points in every classroom within the Crestwood Middle/High School complex requires 118 separate cable runs from two IDF areas to various areas of the facility. A detailed map with locations of all termination points is provided in Appendix C.

Additionally, if a site walk-through is needed, please email Carolyn Sawicki ([email protected]) and/or Damien Blanchard ([email protected]) to make anappointment by Friday, March 17th.

Cabling Requirements

Solid copper, 24 AWG, balanced twisted-pair (UTP) Category 6 cables with four individually twisted-pairs, which meet or exceed the mechanical and transmission performance specifications in ANSI/TIA/EIA-568-B.2 with green jacket to denote wireless infrastructure.

Patch Panels

Vendor will provide and install UTP patch panels at distribution frames are 19" rack mount style Category 6 rated RJ-45 jacks on the front and 110 Type Punch Down termination on the back. Panels accommodate 24 jacks in one rack unit (1.75"), 48 jacks in two rack units, or 96 jacks in four rack units. An acceptable example of a 24 port is Leviton Cat 6 Patch Panel, 1 RU Mfg PN:69586-R24 or equivalent substitution.

Patch Cables

Solid copper, 24 AWG, balanced twisted-pair (UTP) Category 6 cables with four individually twisted-pairs, which meet or exceed the mechanical and transmission performance specifications in ANSI/TIA/EIA-568-B.2 with green jacket to denote wireless infrastructure shall be provided for each IDF connection.

General Responsibilities

The project consists of 118 separate cable runs from 6 IDFs to remote locations around the school. Vendor will be responsible for providing cabling, patch panels, patch cords, hardware, label supplies, and RJ 45 Connectors.

All cables will be run from IDF to the location of the Wireless Access Point denoted on map. Cables will be terminated in the patch panels at the IDF location, and connected via patch cable to the supplied switches. All runs shall be labeled at the patch panel, and both cable ends. Ends of runs connecting to Wireless Access Points should terminate in a labeled 6 foot loop, and terminated with a male RJ45 Connector. It is the responsibility of the vendor to test and prove out that all services and equipment operate properly and provide this information to the customer at the completion of the project.

Cable should be suspended with adequate supports every 48 inches, with the vendor utilizing existing supports where possible and adding j hooks, cable tray, or other hangers where required.

Old & Dead cable throughout ceilings and walls should be removed during new wire installation.

Testing

Customer shall have no obligation to the Vendor for any payment under this Agreement until the appropriate acceptance testing, as described below, is successfully completed.

1.Criteria

The acceptance test shall begin when the Vendor notifies Customer in writing, that the contracted products and services have been installed, tested, and certified by the Vendor and are ready for Customer verification. It will end when the contracted products and services have met all acceptance test requirements by operating in conformance with and satisfying all conditions of the RFP specifications and the Vendor's response to these specifications. Failure to meet or exceed all of these requirements shall constitute failure to successfully complete this acceptance test.

2.Continuation of Acceptance Test

In the event that the products or service do not successfully meet or exceed the requirements of an Acceptance Test, Customer may, at its sole discretion, elect to have the Vendor retest and certify the products or services or repeat any or all acceptance test(s) itself. The Vendor shall be responsible for all direct and reasonable Customer costs incurred related to performing a repetition of the acceptance tests. Such additional costs shall be deducted from the amount owed the Vendor upon successful completion of the additional tests.

3.Failure to Meet Standard of Performance

If the products or services fail to successfully meet all requirements of an Acceptance Test, Customer may, at its sole option, require the Vendor to correct the problem, or may terminate this Agreement and, in addition to pursuing its other remedies, require the Vendor to remove its products and services at the Vendor's expense.

4.Consultant Compensation

Should Customer require additional services to provide monitoring, testing, issue resolution, or attendance or participation in meetings, or other related actions that are not included in the scope of work between Customer and its consultant, the cost for the consultant services will be the responsibility of the Vendor responding to this RFP. By responding the Vendor agrees to this stipulation.

Facility Preparation

Removal and Replacement of Ceilings

Carefully remove existing ceilings as required to perform the work. Store removed tiles in an area designated by Customer. Modify and augment existing suspension systems as necessary. Restore ceiling systems to their original finish.

Repair any damage to ceilings due to modifications, removal, and replacement of same. Replace damaged ceiling tiles, including tiles with holes or openings left as a result of demolition, with materials of like kind.

Cleaning

Cleaning shall be performed to the satisfaction of Customer's Representative.

Unless otherwise indicated, clean shall mean free of dust, dirt, mud, debris, oil, grease, residues, and contamination. Acceptability shall be determined by sight, touch, and wiping with a clean soft cloth and suitable cleaning agent.

Workmanship

Materials shall be new and shall conform to the standards of UL, Inc., in every case where such a standard has been established for the particular type of material in question. Work shall be executed in a workmanlike manner and a technically competent foreman shall be provided for the entire project.

After wires are pulled in and devices and equipment are installed, the Vendor shall make tests for performance, etc., and shall immediately remedy any defects. The vendor shall provide equipment for tests.

The work performed under this specification shall be good quality and performed in a workmanlike manner. In this context "good quality" means the work shall meet industry technical standards and quality of appearance. Customer's project manager reserves that right to reject all or a portion of the work performed, either on technical or aesthetic grounds.

Work under this Contract must be so performed such that the progress of the entire project, including work of all trades, shall not cause delays or interference. Materials and apparatus shall be installed as fast as the condition of the facility will permit.

Material Storage and Office Space

The Vendor shall maintain at his own expense, where directed on the premises, neat covered storage for material and equipment, Equipment or material damaged during the construction period shall be replaced at the Vendor's expense.

Code Compliance

The Vendor shall ensure that designs, equipment, materials, and installations are in compliance, in proper hierarchy, with applicable local, state, and national codes and regulations; the National Electrical Code (NEC) (NFPA-70) and Uniform Fire Prevention and Building Codes; the requirements and standards of the National Fire Protection Association Life Safety Code (NFPA-101), and applicable Underwriters Laboratories, Inc. specifications.

If compliance with the above would result in equipment, materials, or installations that do not meet the technical requirements the specification, the Vendor shall inform Customer's project manager that a conflict has been identified.

The Vendor shall be responsible for compliance with state, and local safety regulations, or in the absence thereof, with the provisions of the Manual of Accident Prevention in Construction of the Associated Customers of America, Inc. and the applicable provisions of the Occupational Safety and Health Act of 1970 (OSHA).

Elements of this system associated with twisted-pair copper based data communications must meet the requirements for 1000 Megabits per second (Mbps) transmission over twisted-pair cables. These requirements are identified by the ANSI X3T9.5 standard as Twisted-Pair - Physical Media Dependent (TP-PMD), including cable and cordage in compliance with the ANSI/TIA/EIA-568-B requirements for Category 6 performance for cable and terminations including jacks, and cordage connectors.

3.0 E-RATE Requirements

The Crestwood School District wishes to take advantage of E-Rate funding discounts. The successful bidder(s) will be responsible for qualifying in the Federal E-Rate program. Vendors submitting proposals under this RFP must agree to meet the following conditions relating to the E-rate program and be willing to include such requirements in the Vendors contract:

3.1 Form 473 Requirement

Vendor must agree to submit to the SLD a completed Form 473 prior to July 1 of each calendar year. This form is available on the SLDs website at www.usac.org/sl in the Forms section.

3.2 Discounted Billing

Should the District so choose, Vendor must agree to provide discounted bills to District which reflect the net charges due to the District after E-rate discounts have been reflected (also known as the non-discount amount). The Vendor will then invoice USAC using the Form 474 SPI form for the E-rate discount amount. Vendor shall be solely responsible for timely filing invoices with USAC. Accordingly, Vendor understands and agrees that District will NOT be liable to Vendor and Vendor shall have no recourse against the District for any discounted amount that Vendor submits late to USAC for payment, if USAC refuses to pay the invoice due to late filing. Further, Vendor understands and agrees that District shall not be liable to Vendor and Vendor shall have no recourse against the District for any discounted amount that Vendor submits to USAC for payment if Vendor is at fault for USACs refusal to pay. If the Districts actions or failure to act are responsible for the non-payment of the Vendors invoice with USAC, the District shall not be liable to Vendor and Vendor shall have no recourse against the District for the amount at issue until both the District and the Vendor have exhausted their administrative remedies of appeal to USAC and/or the FCC.

3.3 Itemized Billing

Vendor must separately itemize the cost of E-rate eligible and ineligible products and/or services on all invoices. To determine what items are eligible, vendor must contact the equipment manufacturer or contact USAC at 888-203-8100.

3.4 Regulatory Review

If Vendor learns of any federal, state or local investigation conducted by any regulatory authority or law enforcement authority that could have an adverse impact on the Districts ability to continue to receive the benefit of E-rate funding, Vendor must notify the District within 30 calendar days of learning of such investigation. The District reserves the right to cancel the agreement without penalty if the investigation impedes the Districts ability in any way to receive the benefit of E-rate funding, subject to any investigation of wrongdoing.

3.5 Document Retention

In addition to the foregoing, Vendor must maintain and enforce an internal E-rate audit process that ensures that Vendor complies with all E-rate program rules and regulations. This process must include the following:

Where labor is involved, maintaining detailed, signed individual timesheets

Ensuring that ineligible charges are not submitted to USAC

Invoicing to USAC that is consistent with the contract and the Districts Form 471

Ensuring that services or products are not provided to the District without Districts express written permission or official purchase authorization

Ensuring that District-approved substitute services or products are prominently noted on invoices submitted to USAC and the District

When E-rate eligible services or equipment are allocated or installed in multiple buildings, support for the allocation consistent with the amount and buildings identified in the Form 471

Documenting that E-rate funded services were provided within the allowable contract period and program year

Charging proper FRN(s)

Ensuring that invoices and USAC forms are submitted to the District in a timely manner

Ensuring that USAC forms are filled out completely, accurately and on time

Ensuring that Forms 472 are signed/dated by vendors representative in a timely manner

Maintaining fixed asset list of E-rate-supported equipment provided to the District with detailed information for each item (model number, serial number, product description) and made available to the District in electronic format upon project completion.

3.6 Non-Collusion Affidavit

Providers are required to submit a Non-Collusion Affidavit with their proposals. An acceptable sample with instructions is included in Appendix A.

4.0 Conditions, Contract and Billing

4.1 Rights Reserved

The District reserves the right to:

Amend, modify, cancel this RFP or not award any contract;

Modify or add to the requirements contained in this RFP at any time after the issuance of this RFP for compliance by all providers;

Increase or decrease the quantities of equipment at the same price listed in the successful contract; or entirely omit an item or group of items to be purchased to reflect actual District needs at the time that orders are placed. Such additional quantities will be purchased at the price indicated on the contract. Such modifications are expressly anticipated and included within the scope of this RFP.

District intends to award a single contract for all equipment/services in Appendix A; however the District reserves the right to award a contract for any or all parts of the RFP to one or more service providers.

Negotiate terms and conditions to meet requirements consistent with this RFP;

Request providers to clarify their RFP proposals;

4.2 Timeline

The purchase of equipment will be contingent upon E-Rate approval or a Notice to Proceed or Purchase Order by the District.

4.3 Substitution

If the model specified in the contract is discontinued by the manufacturer after the award of this contract, the only acceptable substitute will be the manufacturers standard replacement in a configuration that meets or exceeds the specifications and operating capabilities of the as specified unit. Further, the substituted equipment must be able to meet the FCCs Service Substitution Criteria. The Proposer must agree to cooperate with the District to provide the information necessary to obtain SLDs approval of a service substitution request.

4.4 Lowest Corresponding Price

Per FCC rules, vendors must offer the Lowest Corresponding Price when submitting proposals. Lowest Corresponding Price (LCP) is defined as the lowest price that a service provider charges to nonresidential customers who are similarly situated to a particular E-rate applicant (school, library, or consortium) for similar services. See 47 CFR, Part 54, Section 54.500(f). Service providers cannot charge E-rate applicants a price above the LCP for E-rate services. See 47 CFR Section 54.511(b). There is a rebuttable presumption that rates offered within the previous 3 years are still compensatory.

4.5 Extension or Abbreviation

The District reserves the right to extend or abbreviate the contract period if such extension or abbreviation is necessary to make the Contract term coincide with an E-rate program year or an extended service end date for an E-rate program year pursuant to a service delivery deadline extension, as those terms are defined by the Federal Communications Commission and/or USAC.

4.6 Invoicing

Vendor shall itemize, price, and invoice separately any materials or services that are ineligible for E-rate funding. Vendor must include the following information on all invoices to the District for E-rate eligible equipment and/or services:

Date of invoice

Date(s) of service

Funding Request Number (FRN)

Vendor SPIN

Detailed description of services performed and materials supplied that matches Districts contract specifications and Form 471 descriptions of same

Clear, concise breakdown of amount(s) to be billed to USAC (discounted portion of eligible charges) and amount(s) to be billed to the District (non-discounted amount of eligible charges)

Invoice on Vendors letterhead or on a Vendor-generated form

Proper E-rate discount percentage as set forth by the applicable FRN and USAC funding commitment decision letter (FCDL)

5.0 Proposal Information

In addition to the other information required, Vendor also will include with their proposal responses to the following questions:

Provide a description of the nature and scope of your firms business endeavors, including history of company.

Provide a brief description of your firms previous and ongoing relationship, if any, with the District.

Provide proof that the Vendor and all subcontractors are authorized to do business in Pennsylvania.

Provide the names and contact information of at least 3 current Pennsylvania K-12 clients of similar size to the District that can attest to the quality of work provided by your company using or procuring similar goods and/or services as requested in this RFP.

Provide a description of the firms experience with the federal E-rate program.

Provide federal Tax ID Number, E-rate SPIN Number, and FCC Registration Number (FCCRN).

Provide certification that the Vendor currently is not subject to the Red Light Rule and will notify the District if they are placed on Red Light Status with the FCC. Further, provide a certification that the Vendors principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation, by any Federal department or agency, from transactions involving the use of Federal funds. Where Vendor is unable to certify to any of the Statements in this certification, Vendor shall attach an explanation to their offer.

Provide contact name and contact information for person authorized to negotiate terms and conditions.

Provide contact name and contact information where questions related to the proposal can be directed with statement certifying that this person (or his/her authorized representative) will be available in January 2017-April 2017 in order to assist with the completion of the Districts E-rate applications, as requested.

Provide copy of terms and conditions for proposed contract.

5.1 Pennsylvania Right-to-Know Law

Vendor is required to clearly identify any specific information that they deem as proprietary and request to be withheld from public view. Vendor must provide one copy of its redacted proposal with all proprietary information omitted. District intends to comply with the Pennsylvania Right to Know law concerning requests for release of documents regarding this procurement, including the release of proposals after bid opening. Per E-Rate regulations, price of winning bid is not confidential information.

5.2 Order of Precedence

The providers proposal is to be included as an additional exhibit in the contract resulting from this RFP process. In the event that any dispute arises in interpretation, the language of the contract (including the exhibits attached hereto) shall be the first point of reference: the best and final proposal (if required) the second point of reference and the original RFP response, the third point of reference.

5.3 Proof of Insurance

The provider shall submit with its proposal a copy of its liability insurance certificate, including the type of coverage and amounts.

5.4 Non-Appropriation of Funds

The RFP respondent acknowledges and agrees that the United School District is a public entity subject to the funding requirements and constraints established under state law, and that respective appropriation of moneys for a future agreement is a governmental function to which they cannot contractually commit in advance to perform beyond their respective current fiscal budgets. Contract language must include applicable non-appropriation of funds language that reflects these considerations.

6.0 Evaluation

In accordance with applicable state law, 24 P.S. Section 8-807.1, the District is required to select the proposal of the lowest responsible bidder in the event that the District decides to award a contract.

6.1 Responsible Bidder

In order for a bidder to be eligible to be considered a responsible bidder, the bidder must comply with the following:

Submit a timely proposal and not be disqualified under Section 1.8.

The proposal must include all of the required information in Section 5.

Information submitted in response to Section 5.5 must confirm the bidder is familiar with and experienced with the federal E-rate program.

Bidder must indicate their willingness to be bound by the terms of the RFP.

A bidder that opts to submit a proposal for an alternative manufacturer has submitted required documentation that satisfies the requirements of Section 2.2.

6.2 Multiple Providers

Bidders are made aware that the District reserves the right to select one or more service providers to complete the proposed service work. The District will take into consideration many factors and may choose vendor(s) to complete any portion of, all, or none of the proposed service work.

6.3 Scoring of Proposals

The following evaluation tool will be used to score services:

Service Provider:

Evaluation Criteria

Possible Score

1.Compliance with General Provisions

10

2.Service Requirements

Proposal meets District Needs and Intent

25

3.Business Administration Capabilities

Similar Project Experience

Desired Company Qualities

QualificationsCertifications

Other business administration capabilities

25

4.Pricing for E-Rate Eligible Services

40

Total

100

Appendix A Non Collusion Affidavit Instructions and Form

1. This Non-Collusion Affidavit is material to any contract pursuant to this RFP. According to the Pennsylvania Antibid-Rigging Act, 73 P.S., Sections 1611 et seq., governmental agencies may require Non-Collusion Affidavits to be submitted together with bids.

2. This Non-Collusion Affidavit must be executed by the member, officer or employee of the bidder who makes the final decision on prices and the amount quoted in the RFP.

3. Bid rigging and other efforts to restrain competition, and the making of false sworn statements in connection with the submission of bids are unlawful and may be subject to criminal prosecution. The person who signs the Affidavit should examine it carefully before signing and assure himself or herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the bidder with responsibilities for the preparation, approval or submission of the bid.

4. In the case of a bid submitted by a joint venture, each party to the venture must be identified in the Bid Documents, and an Affidavit must be submitted separately on behalf of each party.

5. The term complementary bid as used in the Affidavit has the meaning commonly associated with that term in the bidding process, and includes the knowing submission of bids higher than the bid of another firm, and intentionally high or noncompetitive bid, and any other form of bid submitted for the purpose of giving a false appearance of competition.

6. Failure to file an Affidavit in compliance with these instructions will result in disqualification of the bid.

NON-COLLUSION AFFIDAVIT

Project Name: _______________________________________________

Owner: _____________________________________________________

Project No.: _________________________________________________

COMMONWEALTH OF PENNSYLVANIA:

:ss

COUNTY OF _____________ :

I state that I am ____________________________________________ of ____________________________________ and that I am authorized to make this affidavit on behalf of my firm, and its owners, directors, and officers. I am the person responsible in my firm for the price(s) and the amount of this bid.

I state that:

(1) The price(s) and amount of this bid have been arrived at independently and without consultation, communication or agreement with any other contractor, bidder or potential bidder.

(2) Neither the price(s) nor the amount of this bid, and neither the approximate price(s) nor approximate amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder, and they will not be disclosed before bid opening.

(3) No attempt has been made or will be made to induce any firm or person to refrain from bidding on this contract, or to submit a bid higher than this bid, or to submit any intentionally high or noncompetitive bid or other form of complementary bid.

(4) The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive bid.

(5) _____________________________________________________, its affiliates, subsidiaries, officers, directors and employees are not currently under investigation by any governmental agency and have not in the last four years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract, except as follows:

I state that___________________________________________________ understands and acknowledges that the above representations are material and important, and will be relied on by the Owner in awarding the contract(s) for which this bid is submitted. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from Owner of the true facts relating to the submission of bids for this Agreement.

_____________________________________________________________

Name:

_____________________________________________________________

Title:

SWORN TO AND SUBSCRIBED BEFORE ME THIS _______ DAY OF _______________, 2017

________________________________ NOTARY PUBLIC

My Commission Expires ____________

Appendix B LIST OF EQUIPMENT AND SERVICES

All applicable taxes, fees, shipping and surcharges from which the District is not exempt or that is imposed or assessed by Vendor must be shown below or they will not be paid by the District.

B.1 Compatibility

Although functionally equivalent may be submitted for consideration, the equipment listed below must be interoperable and compatible with the Districts existing equipment and protocols which are as follows:

Switching Equipment is able to be stacked via the backplane and not through SFP+ Ports

All wireless equipment will be compatible with existing Cisco XX Wireless Controller and XX wireless access points.

DATA PROVIDED BY DISTRICT

DATA PROVIDED BY VENDOR

Equipment Description

Manufacturer

Part #

Estimated Quantity

Unit Cost

Extended Cost

Warranty Information

% E-rate Eligibility

Sonicwall NSA5600

Dell Sonicwall

01-SSC-3831

1

Juniper Network Switches

Juniper EX3400-48P POE+

EX3400-48P

30

APC Smart-UPS 1000VA

APC

SMT1000RMIU2

20

Meraki MR 52 Access Point

Meraki

MR52-HW

XX

Meraki Access Point License

3 year

Meraki

XX

TOTALS

$

$

Appendix C Building Map

Network drops by location:

Room

Quantity

Access Point

Total Drops

Classroom (Typical)

61

1

61

HS Library

1

2

2

HS Guidance Office

1

0

0

HS Faculty Rm

1

1

1

HS Nurse

1

1

1

HS Admin Suite

1

10

10

Special Ed Ofice

1

1

1

HS Lobby

1

1

1

HS Cafeteria

1

4

4

MS Cafeteria

1

2

2

Kitchen

1

1

1

HS Gym

1

3

3

Girls Locker Room

1

1

1

Locker Room Area

1

1

1

Wood Shop

1

1

1

Pre Eng Classroom

1

1

1

Mechanical room

2

0

0

MS Nurse

1

1

1

Wrestling Room

1

1

1

Trainer

1

0

0

Meeting Room

1

1

1

Auditorium

1

3

3

Office by Auditorium

1

1

1

Weight Room

1

1

1

MS Office

1

0

0

Admin Office

1

2

2

Admin Lobby

1

1

1

Lower Lobby

1

2

2

Lower Exterior Exits

6

0

0

Lower Level Maint.

1

1

1

Storage

2

1

2

Computer Lab #155

1

2

1

Computer Lab #45/#46

2

2

4

MS Gym

1

2

2

MS Locker Rooms

2

2

4

0

Total Drops - Cable Runs

118

Appendix D Submission Response Checklist

SPECIFIC FORMATTING INSTRUCTIONS

Each submission must contain the following items:

Letter of Transmittal: The Letter of Transmittal must be on company letterhead with the signature of an authorized company representative that makes the proposal binding as presented. The Letter also must include the name, phone number, and email address of the primary salesperson supporting this RFP response.

Executive Summary: Provide a concise overview of the providers solution. Include a description of all proposed services and additional service categories as required.

Responses:

Administrative Items - Providers acknowledgement of each numbered paragraph in Section 1 of this RFP

Equipment and Services to Provide to District - Providers acknowledgement of each numbered paragraph in Section 2 of this RFP

Requirements of E-Rate Eligibility - Providers acknowledgement of each numbered paragraph in Section 3 of this RFP

Requirements of School District Conditions, Contract and Billing - Providers acknowledgement of each numbered paragraph in Section 4 of this RFP

Requirements of Proposal Provider responds to all areas of Section 5 as outlined in RFP.

Attachments: Please complete or submit all attachments sought per this RFP.

4.2. SUBMISSION RESPONSE CHECKLIST

Please verify that all submission requirements are met with the checklist below:

Have you submitted a complete response that responds to each numbered item in Sections 1, 2,3,4, and 5, as required?

Did you accurately fill out all applicable sections of the Pricing Spreadsheet in Attachment B?

Is your Letter of Transmittal on company letterhead with the signature of an official of your company authorized to bind your company to its provisions?

Did you include all required attachment, including:

E-Rate SPIN number (Section 5)

FCCRN number (Section 5)

Evidence of non-Red Light status (Section 5)

Non-collusion affidavit (Section 5)

Financial information (Section 5)

Insurance information (Section 5.3)

Have you noted all objections, associated reasons and alternative conditions to all requirements of this RFP as required by Section 1.9?

Is Attachment B: Pricing Spreadsheet submitted as an Excel file (not a PDF copy of Excel) in you electronic copy?

Have you ensured that all copies of your RFP proposal will arrive to the Issuing Officer by 12:00 PM on the date and at the place specified in Section 1.