Request for Quote E-Rate Eligible Services Scope of Work - Internal Connections: Network Infrastructure Equipment and Cabling Due Date: Allowable Contract Date from Posted 470 The Saddle Mountain Unified School District is requesting quotes for Network Infrastructure Equipment, Wireless LAN Equipment, Low Voltage Cabling and Fiber Optic Cabling per the detailed specifications and quantities listed below. The contract start date will be July 1, 2014 or upon notification of approval of E-Rate funding for this project; whichever comes later. In any case, no work will begin prior to July 1, 2014. General Specifications: The District is seeking services and pricing through an approved State Master Contract or other Cooperative Purchasing Contract that is acceptable according to the Arizona State Procurement Rules. Please be advised that this is a Request for Quote and not a formal sealed RFP/Bid process. Arizona State Procurement Code requires a formal sealed bidding process; or purchasing from an approved cooperative purchasing contract, or compliant consortium procured contract for any award in excess of $100,000.00. Any quote whose total value exceeds $100,000.00 and is not linked to a current approved cooperative purchasing contract, or a compliant consortium procured contract will be disqualified by Arizona State Procurement Code. The pricing quoted must be compliant with the prospective vendor s State Master Contract or Cooperative Purchasing Contract pricing structure. A copy of any and all contracts that the district will be expected to sign must accompany the quote provided. All original contracts offered should not expire prior to September 30, 2015, and should include specifications that allow for extensions at the discretion of the applicant; not to exceed a total of 60 months. All quotes must clearly identify the prospective vendor s Cooperative Purchasing Contract number, if applicable, and E-Rate SPIN. Please quote the cost for all equipment, supplies, and labor, including any costs for campus assessment, project management, documentation, travel, taxes, etc. All items on the Required Equipment List must be quoted; no partial quotes will be accepted. The products quoted must be eligible for E-Rate under the Internal Connections provision compliant with the Schools and Libraries Division Eligible Services List for the current funding year. The costs for services not eligible for E-Rate must be clearly itemized separate from eligible services. 1 P a g e
The District will evaluate all compliant quotes received, and reserves the right to select the quote that is the most cost effective, compliant with FCC Fair and Competitive Bidding Rules. The District reserves the right to make multiple contract awards. Failure to comply with these general specifications may be grounds for disqualification and award may be made to the next most cost effective provider. If you need further information please contact Eric Brunning via email at erate@smusd.com. Equipment Specifications: The preferred equipment brand is for Cisco Systems. However, equivalent brands can be quoted and will be considered. Any brands and models specified in the Required Equipment List below is included in order to establish the level of quality and/or feature set being sought. Please include a statement with your quote indicating the level of partnership your organization has with the original equipment manufacturer being proposed. All equipment installed will be labeled by the successful vendor using durable labels. Labels will identify E-Rate year and E-Rate Funding Request Number. The quote must include all Category 6 patch cables and fiber optic jumper cables. The patch cables should be a variety of 3 foot to 10 foot cables customized to the lengths needed in the rack space. Jumper cables should be a variety of 1 meter to 3 meters customized to the requirements of the rack space with connectors compatible with the equipment quoted. The minimum acceptable warranty period is 3 years. Please specify the warranty period for all equipment quoted. If there is a cost to extend the warranty to meet the minimum requirement, please include this cost in the quote under ineligible for E-Rate support. We are currently looking to upgrade the network infrastructure of the sites listed below along with the Cisco or equivalent devices mentioned. Tartesso Elementary 1 Cisco 4510R+E Chassis 4 new UPOE 48 port blades 1-12 port fiber blade 1 - new Supervisor blade 2 new 6000VAC power supplies for the Cisco 4510R+E chassis New Multi-Mode fiber run from MDF to IDF closet on second floor directly above MDF. Fiber run is approximately 100ft and must support a 10G network. 2 10G SFP Modules will also be needed. 2 P a g e
Also needed is a new beefy 2U DC with Raid 5 configuration (fully populated drive bays with a min 300G drives). Minimum Specs include 4 - Intel processors, 32G RAM, Dual Power Supplies, and 10G Network Interface fiber card and a 10G SFP module. New Cisco 2951 or better Voice Gateway Router with 4FXO interface card 4 - APC 5000 or equivalent UPS s with Management cards Tartesso s IDF is in need of a Cisco 4507 or equivalent chassis switch with 4 UPOE 48 port blades with a Supervisor and a 10G SFP. Ruth Fisher/Maintenance All 5 IDF s need upgraded to a Cisco 3750X stackable UPOE 10G interface or equivalent 48 port stackable Gig POE with 10-10G SFP Modules included. Main building IDF needs a 10G fiber blade for a Cisco 4507 Chassis and 2 10G SFP modules. Maintenance building needs a 24 port Cisco 3750X UPOE Gig uplink Stackable switch or equivalent. This requires 2 10G SFP s for interconnectivity. Tonopah Valley High School Need 14 Cisco 3750X 48 port stackable UPOE switches or equivalent for 7 IDF s with 10G uplinks and 14-10G SFP modules. 1 APC 5000 with Management Card or equivalent with down converter to 120v. 1-24 port Cisco 3750X or equivalent stackable UPOE with 10G interface and 2-10G SFP modules for Transportation. 1 8 port Cisco 3560X with 10G uplink and 2-10G SFP modules or equivalent with wall mount brackets for our Press Box. Nutanix 3050 with 4 nodes and VMware licensing for new DC/DNS/DHCP/Remote Access Server and Mail server. New Cisco 6513 or equivalent core chassis with 2 10G fiber blades, Supervisor blade, 8 48 port UPOE blades, WiSM2 Wireless Services Module. New Cisco 3750X 48 port stackable UPOE 10G uplink with 2-10G SFP modules for District Office New Cisco 3925 or equivalent core voice gateway router with 4FXO interface card 3 P a g e
20Kva APC or equivalent UPS for core Cisco 6500 chassis with network monitoring interface card. Fiber Optic Cabling Specifications: Each fiber optic cable run will meet the following specifications: All fiber optic cable runs will be (50 micron (OM4) multi-mode fiber). All fiber optic cable runs will be terminated on rack mounted LIUs using LC connectors. All fiber optic cable runs will have Plenum rated jackets. All inside fiber optic cable runs will be indoor-rated. Any fiber optic cable runs that exit buildings and/or are pulled through in-ground conduit will be outdoor-rated and installed in inter-duct. The existing cabling plant will be removed in order to clear pathways for the new cabling plant. This cost must be included and identified in the quote. All fiber optic cable runs will be clearly and professionally labeled at each end of the run. Handwritten labels are not acceptable. The successful vendor will provide all fiber optic jumper cables. A variety of 1 meter to 3 meter jumper cables will be provided customized to the lengths needed in each rack space and terminated using LC/SC connectors. All fiber optic cable runs will be tested and certified. The successful vendor will provide a complete testing report for all fiber optic cable runs. Location Required Minimum Cable Runs MDF/IDF Copper Drops Campus wide Cat6 4 200 Indoor Fiber Runs Outdoor Fiber Runs Campus wide OM4 50micron 15 1000ft 3000ft TES OM4 50micron 2 100ft Vendor Qualifications: 1. The successful vendor must have a minimum of three years previous experience with the Network Infrastructure Equipment brand proposed. 4 P a g e
2. Please include a statement with your quote indicating the level of partnership your organization has with the original equipment manufacturer being proposed. 3. Provide three references including the name of organization, address, contact person, and phone number for which a comparable installation was successfully completed. Evaluation Criteria: Evaluation of the quotes provided will be based on the following criteria in order of priority: 1. Cost of ELIGIBLE Services Primary evaluation factor. 2. Cost of INELIGIBLE Services Ineligible costs exceeding 30% of the total cost quoted may cause the district s E-Rate funding request to be denied according to the FCC s 30% Rule. Such a quote may be determined to not be cost effective and result in possible disqualification. 3. Equivalence of Technical Design/Meets Scope of Work Conformance with general and technical specifications. 4. Vendor Qualifications/Level of Partnership with OEM Vendor s experience, level of partnership with the original equipment manufacturer, and strength of references. 5. Availability of State Master Contract or other Cooperative Purchasing Contract 6. Veracity of Quote Vendor s attention to detail. 5 P a g e Nicely Done Consulting, as a service to our clients, has provided templates and guidance for the presented scope of work. Nicely Done Consulting, its principals or employees, does not determine the services or needs of the applicant. All projects are defined by the applicant.