Crawford-AuSable School District VoIP Telephone System REQUEST FOR PROPOSALS March 21, 2011



Similar documents
Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

REQUEST FOR PROPOSALS FOR. IP Phone System. Issue Date: April 1, Submittal Date: May 1, 2015 at 12:00 P.M. Contact: Tricia A.

Request for Proposals Erate Category 1 Hosted VoIP Service Hinds County School District

PRE-PROPOSAL MEETING: October 5, 2011 AT 10:00 AM at the address below or by

CHARTER TOWNSHIP OF SHELBY REQUEST FOR PROPOSAL. Voice over IP System

Additional specific restrictions are laid out in the following bid packet. As a courtesy, we have provided the following summary of this bid.

BID SPECIFICATION PACKAGE

CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS

Robla School District

Request for Proposal - Business Telephone System

REQUEST FOR PROPOSAL (RFP) FORM. Enter title here. Invitation to Bid. Utica College invites you to submit a proposal to brief description.

REQUEST FOR PROPOSAL STORAGE AREA NETWORK SOLUTIONS FOR THE PARK CITY SCHOOL DISTRICT RFP #

SOLICITATION QUOTATION BLANKET ORDER

Newport Utilities: Request for Proposal FINAL

Coosa County School System Request for Proposal Hosted VOIP Solution

REQUEST FOR PROPOSALS AND BID SPECIFICATIONS Telephone, Voic , and Call Accounting Systems

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI INVITATION TO BID

Center Unified School District

SEALED BID SOLICITATION QUOTATION

REQUEST FOR PROPOSAL Procurement of Landscaping Services

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

Voice over IP (VoIP) Telecommunications Solution REQUEST-FOR-PROPOSAL

REQUEST FOR PROPOSAL

PROPOSALS REQUESTED THE TOWN OF OLD ORCHARD BEACH POLICE DEPARTMENT FOR IP-BASED VOICE COMMUNICATION SYSTEM

Independent School District No. 9 (Union Public Schools) Tulsa County, Oklahoma

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, Time: 10:00 a.m.

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

REQUEST FOR PROPOSALS

Due Date: Tuesday September 8, 2:00 pm

SOLICITATION QUOTATION

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES

Request for Quote E- Rate Eligible Services Scope of Work - Hosted Voice over IP. Background: General Specifications:

REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526

Request for Proposal RFP No. IT Phone System Replacement

MOUNTAIN EMPIRE UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL

Tax Credit Consultant

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

City of Bismarck, ND Maintenance and Support for Mitel 3300 Voice System. Request for Proposal (RFP)

LEGAL NOTICE REQUEST FOR BID SEALED BID For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.

INVITATION TO BID CITY OF HOPKINSVILLE

OSWEGO COUNTY PURCHASING DEPARTMENT

CONTRACTOR S BID FOR PUBLIC WORK FORM 96. PART I (To be completed for all bids. Please type or print)

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

Each interested firm shall submit the following information: 4. Experience related to providing software to public entities;

City of Powell Request for Proposals for a Total Compensation Survey

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION

Lake County, Oregon Request for Proposal VoIP Telephone Communications System

REQUEST FOR PROPOSAL RFP GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

INVITATION TO BID EOE

REQUEST FOR PROPOSAL E-RATE Funding Year 2015 HOSTED VOICE OVER IP (VOIP) for Tunica County School District

REQUEST FOR PROPOSAL BID # ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

The Madison Metropolitan Sewerage District requests quotations for. IP Telephony System

WEXFORD COUNTY REQUEST FOR PROPOSALS

Request for Proposal Hosted Voice Over IP Telephony Service Bid Due: February 26, 2012 at 3pm

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

Lake Superior School District # Hwy 2, Two Harbors, Mn (218)

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

City of Belton 506 Main Street Belton, MO ATTENTION: Patti Ledford

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

SERVICE PROVIDER CRITERIA AND CONTRACT REQUIREMENTS

REQUEST FOR PROPOSALS. Telephone System. For. Town of Windham. May 16, For Further Information Contact:

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

CLARK-PLEASANT COMMUNITY SCHOOLS

Issue Date: May 6, 2014

REQUEST FOR PROPOSALS

Phone System Replacement RFP

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS

Attachment III Scope of Work Tehama Count Dept of Social Services Phone System Replacement RFP 2014

REQUEST FOR QUOTATION (RFQ) Issue Date: August 4, Closing Date: August 15, :00 PM

SEALED BID SOLICITATION QUOTATION BLANKET ORDER

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

Orange County Schools 200 East King Street. Hillsborough, NC Request for Proposals

Request for Proposal: VOIP Telephone System

Woodland Hills School District Request for Proposals VOICE OVER IP (VOIP) Telephone Communication System

Transcription:

Crawford-AuSable School District VoIP Telephone System REQUEST FOR PROPOSALS March 21, 2011 I. INVITATION TO BID Crawford AuSable School District, hereby known as District, will accept sealed responses ( Bids ) to this Request for Proposals (RFP) for a new VoIP Telephone System. The general conditions, along with the product and service specifications are defined below. The completed responses are to be submitted to the District at the following address: Grayling High School 1135 North Old 27 Attn: Mr. Jerry La Vanture Grayling, MI 49738 All responses to this RFP must be in a sealed envelope labeled VoIP Telephone System and 1:00 P.M., April 18, 2011. This RFP is not an offer to enter into a contract, but rather a solicitation for Bids. All bids will be opened April 18 at 1:00 P.M. for recommendation to the Board of Education at a future regularly scheduled meeting. No oral, telephonic, e-mail or facsimile Bids will be considered. No Bids will be considered after 1:00 P.M., April 18, 2011. The District reserves the right to reject Bids submitted without a RFP signed signature page.

II. GENERAL CONDITIONS A. RIGHTS OF ACCEPTANCE OR REJECTION The District reserves the right to reject any and all Bids in whole, or in part, and accept any Bid or portion of the Bid that, in their opinion, best serves the interests of the District. B. PRICING All prices quoted in the Bid must be on a unit price basis and include the total price. A complete Bill of Materials with line item pricing must be included in the Bid response. Alternate pricing is to be listed separately from the base bid. The price of an item or unit of a given product as promised in a Bid cannot be changed by the service provider regardless of whether the District changes the quantity of the item or unit needed. C. MANUFACTURER(S) DISCOUNTS The District reserves the right to receive any and all manufacturer(s) price reductions, discounts or rebates that are received by the selected vendor for the specified products and/or services. The selected vendor agrees to pass any and all cost savings from the manufacturer(s) for the specified products and/or services to the District. D. CLEAN-UP The selected vendor must, at all times, keep the premises free from accumulations of waste materials, caused by the work; and upon completing the work, must remove all work related rubbish from and about the building(s) and must leave the work area broom clean, or its equivalent. In the case of a dispute, the District may remove the rubbish and charge the cost to the selected vendor. E. ADDENDA Any clarifications or modifications to the specifications for the RFP will be issued by the District in the form of an addendum. Any addendums issued during the bidding time will become part of the specifications and a copy will be sent to all bidders. No verbal statements by the District will be considered as binding or enforceable against the District. No requests for clarifications or modifications will be processed within four (4) days immediately prior to the Bid opening date. F. FEDERAL, STATE AND LOCAL TAXES All products and/or services furnished by the selected vendor must comply with all applicable federal, state and local codes, and regulations. All Bids must include, and the selected vendor must pay, all taxes levied by the Federal, State, and Local Governments, on both labor and materials. The District reserves the right to require evidence of such tax payments prior to final payment of the contract. The District is exempt from Federal Excise and State Sales Taxes. To comply with these regulations, sales tax is not to be included in the Bid.

G. QUALIFICATION OF BIDDERS For the purpose of assuring the District of the quality of workmanship, materials, products and/or services, the District will retain the right and has complete discretion to qualify or disqualify any bidders on the basis of available information concerning the bidder s ability to perform as needed and the suitability of the products and/or services included in the Bid. The District may request any and all bidders to submit the following information before awarding the contract: 1. The bidder s performance record(s) in similar environments. 2. The address of the bidder s plant or permanent place of business and a description of the products and/or services requested. 3. The bidder s financial statement(s). 4. Any additional information that will satisfy the District that the bidder is adequately situated and able to fulfill the terms of the proposed contract. 5. A description of any other project(s) that will be performed simultaneously with the District s project(s). H. NO DISCRIMINATION The selected vendor and their subcontractors are required not to discriminate against any employee or applicant for employment, to be employed in the performance of the Bid, with respect to hire, tenure, terms, conditions or privileges of employment, because of race, color, religion, national origin, or ancestry or also because of age or sex, except based on a legitimate occupational qualification. Violation of this requirement may be regarded as a material breach of the Michigan Fair Employment Practices Act and may be subject to prosecution. I. SUBMISSION OF BIDS All Bids must be mailed or hand delivered in an opaque, sealed envelope or box and clearly marked as indicated in the Invitation to Bid section above. J. NOT ACCEPTED No oral, telephonic, e-mail or facsimile Bids will be considered. K. WITHDRAWAL OF BIDS Upon presentation of proper identification, any bidder may withdraw his/her Bid at any time prior to the scheduled Bid opening date and time. After the opening of the Bids, no Bid can be withdrawn for a period of sixty (60) days.

L. SIGNATURE PAGE The signature page required in this RFP must be in longhand, in ink, by an authorized representative and submitted with the Bid. Bids in non-compliance with this request, will be subject to rejection. M. NOTICE OF AWARD The contract(s) will be deemed as having been awarded when the formal notice of acceptance of his/her Bid has been duly served upon the intended awardees by an officer, or agent, of the District duly authorized to give such notice. N. PARTIAL BIDS Partial Bids will be not be considered. O. FAMILIAL DISCLOSURE The Bid shall be accompanied by a sworn and notarized affidavit disclosing any familial relationship that exists between the bidder and/or any employee of the bidder and any member of the District s Board of Education and/or Superintendent. The District will not accept a Bid that does not include the sworn and notarized familial disclosure affidavit. Bids in noncompliance with this request are subject to rejection. P. PROJECT SEQUENCE 1. Request for Bid Proposal Distributed: Tuesday, March 22, 2011 2. Questions and Clarification Deadline: Tuesday, April 12, 2011 3. Bids Due: Monday, April 18, 2011 @ 1:00 pm 4. Project awarded April 20 5. Project starts on Monday, June 13, 2011 6. Project Completed by Thursday, June 30, 2011 Q. QUESTIONS Any questions regarding this RFP can be sent to Jerry LaVanture, Director of Technology, 989-344-3516.jlavanture@casdk12.net

R. BID FORMAT District requires an original and three (3) copies of the Bid response to be submitted. Bid response to be formatted as: Cover Letter Tab 1: Forms Signature Page, Familial Disclosure Affidavit, References Tab 2: Executive Overview explain proposed solution in detail, provide company overview. Tab 3: Pricing Sheets Provide a complete and itemized Bill of Materials. Labor, installation and training can be submitted as a single, lump sum number but must be denoted. Also include any alternates in this tab. Tab 4: Technical Overview this section should include a description of the technology, features and benefits to the District, including a Visio drawing. Tab 5: Manufacture Cut Sheets Tab 6: Exceptions clearly write out any exceptions to this RFP. Specify by section number. Tab 7: Any supporting documentation, if any, the respondent wishes to provide.

III. PRODUCTS AND SERVICES SPECIFICATIONS Considerations for awarding contracts will include price, product quality, service, delivery, and maintenance of products and/or services, adherence to specifications, past performance to the District, vendor reliability, warranties and familiarity with the scope of work and the facilities of the District. The District will evaluate the merits of all Bids submitted and reserves the right to accept or reject any or all Bids. A. VoIP Telephone System 1. Description of Project a. The district wishes to replace their existing telephone system with a ShoreTel VoIP system. See table below for PSTN connectivity requirements. b. Contractor shall advise, coordinate and work cooperatively with Owner representatives and/or owner s designee related to any installation or special security provisions. c. The contractor shall supply, physically install, connect, test, document, train owner representatives and warrant fully operational and compliant system, complete with full functionality as specified within. d. Contractor will be responsible to properly configure voice VLAN, policy files and DiffServ QoS parameters on PoE network switches from Extreme Networks (both XOS and ExtremeWare operating systems). 2. Warranty a. Base bid is to include a one-year manufacturer s warranty for the proposed solution with Software Updates, Next Business Day Advanced Hardware replacement, TAC access and 24x7x365 telephone support provided by the awarded vendor (not the manufacturer). The warranty will cover all components of the ShoreTel VoIP solution with the exception of the handsets. b. This system warranty shall commence on date of substantial completion as certified by the owner. c. The awarded contractor will be required to arrive on-site within 4 hours of a major failure. A major failure is defined as having occurred when the district is unable to make or place calls using the PRI circuit, as a result of a ShoreTel hardware failure. 3. Contractor a. The Contractor shall accept complete responsibility for the installation, certification and support of the system. Contractor shall be an authorized vendor of the proposed solution. b. All work shall be performed and supervised by Project Managers, Engineers and/or Technicians who are qualified to install system and perform related tests as recommended by the manufacturer and in accordance with the manufacturer s best practices and methods.

c. Project Managers, Engineers and Technicians employed on this project shall be properly and fully trained and qualified by the manufacturer on the installation and testing of the equipment and systems to be installed. d. The Contractor shall have a proven track record in system configuration and installation. This must be shown by the inclusion of references of at least three (3) projects involving the installation of similar systems completed by the Contractor in the prior two (2) years with the sealed Bid Proposal. 4. VoIP System Requirements a. The district is seeking proposals based on a ShoreTel VoIP telephony system. Other manufacture VoIP solutions can be provided as an alternate, but a ShoreTel base bid response is required. b. The Bill of Materials provides for a single ShoreGear 90 switch to be used for IP Handset failover purposes for the entire district. c. Administration of the ShoreTel system will be accomplished via the ShoreWare Director software being installed on a customer supplied server. Contractor will be responsible for installation and configuration of the ShoreWare Director software. d. System shall provide for adequate call admission control with Owner s new network infrastructure to guarantee Local Area Network/Wide Area Network (LAN/WAN) links are not oversubscribed. e. System shall automatically detect the presence of an Internet Protocol (IP) telephone. f. System shall comply with all requirements for telephone access, including, but not limited to the following, and as required by federal, state, local and Owner statutes, guidelines and/or policies: a. 911 services b. TDD services g. In the event of a power failure, system shall automatically re-initialize and become active to the last configuration in use with no human intervention. h. System shall be configured for one (1) appropriate power fail telephone instruments per site (ground or loop start as required). Power fail jacks and telephones shall be acceptably and clearly labeled as Power Fail Phones.

i. PSTN Requirement Table Location # of PRI ports # of POTS Comments Grayling High School 1 2 Connects to MS via SMF Gig link Grayling Middle School 0 2 Grayling Elementary 0 2 Connects to MS via SMF Gig link AuSable Primary 0 2 Connects to MS via SMF Gig link Frederic Alternate Ed 0 2 Connects to MS via SMF Gig link j. Minimum Handset Requirement Table Location IP230 Handset IP265 Handset- BB24 add-on module classroom phone office phone Grayling High School 60 15 2 Grayling Middle School 52 13 2 Grayling Elementary 36 9 2 AuSable Primary 40 10 1 Frederic Alternate Ed 4 0 0 5. Voice Mail System a. The voice mail system shall properly and acceptably communicate over, and attach to, Owner s Ethernet communications network. b. The voicemail system shall provide for two hundred forty (240) voicemail boxes in the initial deployment, with the option to expand to two hundred and eighty (280) mailboxes without additional investment by Owner in hardware components. c. System shall support a minimum of thirty-two (32) simultaneous connections from any combination of external and internal devices. d. System shall include capability of accessing the voice message system from the Public Switched Telephone Network (PSTN) or internally. System shall provide full functionality of the following feature sets: i. Record personal greetings ii. Message waiting lamp indication(s) iii. Guest mailboxes iv. Message forwarding v. Message reply vi. Users must be able to retrieve messages from both on and off premises vii. Messages must be time and date stamped viii. Pause and replay messages ix. Transfer messages to other subscribers and append them with comments x. Edit and/or modify personal distribution lists xi. Dial by name directory e. System shall produce reports detailing voice mail and automated attendant usage, system availability, and capacity utilization.

6. VOICE TERMINALS a. All Voice Terminals (Telephone Instruments/Sets) shall be Ethernet devices, and shall properly and acceptably communicate over, and attach to, Owner s PoE Ethernet communications network. b. Classroom Phone One Hundred ninety two (192) classroom terminals shall be provided. Classroom terminals shall simultaneously provide, but not be limited to the following: i. Three line call appearances. ii. Four soft keys. iii. Two (2) Ethernet ports. iv. Hearing aid compatible handset. v. Message waiting notification lamp or indicator. vi. Hold button. vii. Transfer button. viii. Conference button. ix. Caller ID name, number. x. Dial pad on base. xi. Single line display. xii. Speaker and Microphone for hands free communication. xiii. IEEE Standard Power over Ethernet (PoE) compliance. c. Office Phone Forty seven (47) office terminals shall be provided. Office Terminals shall simultaneously provide, but not be limited to the following: i. Six line call appearances. ii. Four soft keys. iii. Two (2) Ethernet ports. iv. Hearing aid compatible handset. v. Message waiting notification lamp or indicator. vi. Hold button. vii. Transfer button. viii. Conference button. ix. Dial pad on base. x. Speaker and Microphone for hands free communication. xi. IEEE Standard Power over Ethernet (PoE) compliance. d. Programmable Add-on Module Seven (7) programmable add-on modules shall be provided. i. Provide for twenty-four (24) programmable add on buttons to existing IP phone. ii. List as a quantity of 1 on the Bill of Materials. iii. Specifically state which IP handsets this module is support on. iv. Specifically state how many of these devices are supported on a single IP phone.

e. Spare handsets. Include the following quantity of spare handsets in the base bid i. Classroom Phones: an additional 5 handsets ii. Office Phones: an additional 2 handsets f. Wireless handsets. List as an option all required components to utilize an 802.11 wireless handset with the proposed solution. Show this option as a quantity of 1, the District will determine if and how many wireless handsets will be deployed. List in detail any requirements and/or limitations of using a wireless handset with the proposed solution. 7. Training a. Base bid to include 8 hours of administrative training. b. Base bid will also include a total of two days of end-user training. End user training will consist of multiple one-hour sessions, spread across each day. Contractor will coordinate with District to confirm training schedule.

IV. SHORETEL EQUIPMENT & EXTREME SWITCHES A. General The VoIP telephony equipment shall be new, of modern design, and the current standard production of the manufacture. All equipment within the same switch family shall be the same manufacture revision. B. Bill of Material 1. The following specifically lists the acceptable equipment types and items for this project. 2. All miscellaneous equipment required for a complete, professional installation shall be included in the base bid. No allowances for any additional equipment, hardware, cabling or miscellaneous will be considered unless specifically excluded from the base bid. 10322 ShoreGear T1k 1 10260 ShoreGear 90 4 10259 ShoreGear 50 2 10320 ShoreGear 30 2 10233 Rack Mounting Tray 6 10196 ShorePhone IP230 192 10219 ShorePhone IP265 47 10175 ShorePhone BB24 7 30035 Extension & Mailbox license 239 40005 Personal Call Manager 239 30044 Additional Site Licenses 4 10331 IP230 Quick Reference Guide 8 10315 IP265 Quick Reference Guide 2 C. Switches 1. The District will also need eight(8) Extreme Summit x450e-48p switches to be installed in various closets throughout the District.

V. SIGNATURE PAGE I have examined the RFP Bid conditions and specifications herein and agree that if my company is awarded a contract to provide any of the products and/or services sought in this RFP, my company will provide the District with the products and/or services according specifications of this RFP and the Bid submitted herewith. Any and all deviations from the RFP Bid specifications are in writing and attached. SUBMITTED BY: Company Name: Company Address: City, State & Zip: Telephone: Fax: Representative Name: Title: Signature: Date:

V. FAMILIAL DISCLOSURE AFFIDAVIT All Bids shall be accompanied by a sworn statement disclosing any familial relationship that exists between the owner(s) or any employee of the bidder and any member of the Board of Education of the District and/or the Superintendent of the District. The undersigned, owner or authorized officer of (the bidder), pursuant to the familial disclosure requirement provided in the Crawford AuSable School District proposal, hereby represent and warrant, except as provided below, that no familial relationships exist between the bidder or any employee of the bidder, and any member of the Crawford AuSable School District Board of Education and/or the Superintendent. The following are the bidders familial relationship(s) with the Crawford AuSable School District: Bidder/Employee Name Related to: Relationship 1. 2. (Attach additional pages if necessary to disclose all familial relationships.) There is no familial relationship that exists between the bidder and/or any employee of the bidder and any member of the Crawford AuSable School District Board of Education and/or the Superintendent. Bidder: By: (Company Name) (Signature) (Title) This instrument was acknowledged before me, a Notary Public, in and for County, on this day of, 2011. SS: (Notary Public Signature) My Commission expires: Acting in the County of: