RFP: Amite County Vo-Tech Switch RFP January 12,...

14
1 Amite County School District RFP: Amite County Vo-Tech Switch RFP January 12, 2015

Transcript of RFP: Amite County Vo-Tech Switch RFP January 12,...

1

Amite County School District RFP: Amite County Vo-Tech Switch RFP

January 12, 2015

2

1 Statement of Work

1.1 Purpose

The purpose of this RFP is to select a Proposer(s) with the competencies, expertise and resources necessary to assist the Amite County School District (ACSD) in continuing to effectively integrate technology throughout the district using the E-RATE Program. Proposer(s) will assist in the implementation, refinement and support of the technology infrastructure of the school district. The goal of the technology is to help improve student achievement, and provide resources for the administration in support of teaching and learning.

In addition, the selected Proposer(s) should demonstrate knowledge and experience in dealing with E-rate funded projects. Proposers must provide their SPIN numbers as part of their response. All E-rate applications will be submitted using the successful bidders’ SPIN number. All work to be performed under this RFP is contingent upon receipt of E-rate funding; ACSD reserves the right to cancel any project upon failure to receive E-rate funding. ACSD reserves the right to not file a Form 471 application on any or all projects. ACSD reserves the right to modify and negotiate any projects should funding be made available. The work itself will consist of all aspects of technology implementation for which ACSD desires to contract with the selected Proposer(s). The school district’s vision for the E-rate technology projects calls for the installation and configuration of new technology equipment, software and services. .

1.2 Coverage & Participation

The intended coverage of this RFP, and any agreement resulting from this solicitation, shall be for the use of all departments at Amite County School District along with any satellite offices. Amite County School District reserves the right to add and/or delete elements, or to change any element of the coverage and participation at any time without prior notification and without any liability or obligation of any kind or amount.

2 General Information

2.1 Original RFP Document

Amite County School District shall retain the RFP, and all related terms and conditions, exhibits, and other attachments in original form in an archival copy. Any modification of these, in the vendor’s submission, is grounds for immediate disqualification. The RFP may not be distributed without prior written permission of the Amite County School District.

2.2 Schedule of Events

The following is a tentative schedule that will apply to this RFP but may change in accordance with the organization’s needs or unforeseen circumstances.

3

Issuance of RFP January 12, 2015 Vendor Walkthroughs (Mandatory) January 27, 2015, 1:30 PM Bid Opening February 17 2015, 1:30 PM Presentation to School Board March 12, 2015 Award Notification March 13, 2015

3 Proposal Preparation Instructions

3.1 Vendor’s Understanding of the RFP

In responding to this RFP, the vendor accepts the responsibility fully to understand the RFP in its entirety, and in detail, including making any inquiries to ACSD as necessary to gain such understanding. ACSD reserves the right to disqualify any vendor who demonstrates less than such understanding. Furthermore, ACSD reserves the right to determine, at its sole discretion, whether the vendor has demonstrated such understanding. That right extends to cancellation of award if award has been made. Such disqualification and/or cancellation shall be at no fault, cost, or liability whatsoever to ACSD.

3.2 Good Faith Statement

All information provided by ACSD in this RFP is offered in good faith. Individual items are subject to change at any time. ACSD makes no certification that any item is without error. ACSD is not responsible or liable for any use of the information or for any claims asserted there from.

3.3 Communication

Vendors’ inquiries, questions, and requests for clarification related to this RFP are to be directed in writing to: Amite County School District Technology Department 533 Maggie Street Liberty, MS, 39645 Attention: Reginald Matthews Telephone: 601-657-4361 Fax: 601-657-4291 E-mail: [email protected]

Applicable terms and conditions herein shall govern communications and inquiries between ACSD and vendors as they relate to this RFP. Addenda: ACSD will make a good-faith effort to provide a written response to each question or request for clarification that requires addenda within 7 business days. All addenda will be posted to our web site at

www.amite.k12.ms.us

4

3.4 Proposal Submission

Proposals must be delivered sealed to: Amite County School District

533 Maggie Street Liberty, MS, 39645

on or prior to February 17, 2015 at 1:30 PM. ACSD shall not accept proposals received by fax. All bids are to be sealed, plainly addressed to the Board of Trustees and marked “Switch 2015 Proposal.”

.

3.5 Method of Award

The evaluation of each response to this RFP will be based on its demonstrated competence, compliance, format, and enterprise. The purpose of this RFP is to identify those suppliers that have the interest, capability, and financial strength to supply ACSD with a switch solution identified in the Scope of Work.

CONTRACT/PURCHASE ORDER TERM The term of the contract/purchase order award will begin July 1, 2015, and must be completed by June 30, 2016 or end of E-Rate awarded date.

Evaluation Criteria:

1. Price of the Eligible goods and services 40%

2. Prior Experience 25%

3. Personnel qualifications 15%

4. Management Capability 10%

5. Local Vendor (175 miles radius) 10%

ACSD has identified the factors itemized above under scoring criteria as critical to a company’s ability to effectively assist ACSD integrate technology and better prepare students to be successful citizens and productive workers in the 21st century. To be considered for evaluation, companies must provide relevant responses to all sections of this RFP. A separate response is requested for each criteria section. Appropriate labeling required.

5

A. Pricing 40%) • Proposer must abide by the district’s bid policy. • Proposer must abide by the FCC bid rules. Proposer must provide specific price quotes for eligible services. This information will be submitted as part of the ACSD’s 471 applications along with the selected Proposer’s SPIN Number. ACSD reserves the right to select a combination of pricing, services and/or Proposer(s) that appears best suited to meet the needs of ACSD. Proposer must allocate to the extent that a clear delineation can be made between eligible and ineligible components. If a product is found to be not eligible, ACSD request that Proposers be able to accept trade-ins of non E-Rate funded equipment. These trade-ins will be for other equipment with similar functionalities. Proposers must separate any non-eligible items so as not to be evaluated in this section.

B. Prior Experience (At Least Three) (25%) Proposer must provide reference Name, Address, Phone Number, and email address. References must be for jobs similar in size and scope of this project. All References checked.

C. Vendor/Personnel Qualifications (15%)

ACSD is seeking (an) E-rate Proposer(s) that has the depth, breadth, and quality of resources necessary to complete all phases of a broad technology and service project. In addition, the timely availability of these resources and related support elements will be critical to project success. Describe the various resources from your company that will be made available to assist ACSD in the execution of its mission in performance of each component of this RFP. Provide resumes and related experience summaries to demonstrate the competencies and experience of typical personnel who would be assigned to the ACSD program. Provide a list of certified employees and their certifications.

D. Management Capability (10%) ACSD is looking for a Proposer that takes a dynamic and proactive approach to project management in order to meet client requirements in terms of specification, delivery and cost. Inclusive aspects of the Switch project management manufacturing service should include the following expediting services:

• Consultation and Communication with ACSD • Inspection • Testing • Delivery

E. Local Vendor (10%)

ACSD is interested in providers that will be able to sustain their product if technical support is needed in a timely manner to ensure the least amount of down-time to the district. The provider should be accessible to the district and maintain a mechanism so that support if offered without extended delays.

ACSD in its sole discretion may accept or reject any or all responses to this RFP and may waive all formalities, technicalities and irregularities. All bidders are placed on notice that award of the RFP will be based upon the products and services best suited to ACSD. The sole judgment of ACSD on such matters shall be final.

6

4 Scope of Work, Specifications & Requirements

Technical Requirements Note: Please respond with Comply or Does Not Comply for the Bid Specification Requirements and provide a

supporting narrative response if necessary. If more than one product is being utilized to provide similar

functions in each case, address the requirements below for each product quoted. Amite County School District

will consider any vendor not responding to each requirement for all products quoted to be non-responsive.

Compliance to Bid Specification Requirements Vendor must provide a solution meeting the following requirements as a minimum:

MDF The switches should be catalyst style stackable with stackable cable and fiber module ports. All switches

10/100/1000 with fiber module ports. Each switch must provide the following functionality at a minimum:

IEEE 802.1s,IEEE 802.1w,IEEE 802.1x,IEEE 802.1x-Rev,IEEE 802.3ad,IEEE 802.1ae,IEEE

802.3af,IEEE 802.3at,IEEE 802.3x full duplex on 10BASE-T, 100BASE-TX, and 1000BASE-T

ports,IEEE 802.1D Spanning Tree Protocol,IEEE 802.1p CoS Prioritization,IEEE 802.1Q VLAN,IEEE

802.3 10BASE-T specification,IEEE 802.3u 100BASE-TX specification,IEEE 802.3ab 1000BASE-T

specification,IEEE 802.3z 1000BASE-X specification,RMON I and II standards,SNMPv1, SNMPv2c,

and SNMPv3

IP unicast routing protocols (Static, Routing Information Protocol Version 1 [RIPv1], and RIPv2, RIPng,

EIGRP stub) are supported for small-network routing applications with IP Base feature set.

• Advanced IP unicast routing protocols (OSPF, EIGRP, BGPv4, and IS-ISv4) are supported for load

balancing and constructing scalable LANs. IPv6 routing (OSPFv3, EIGRPv6) is supported in hardware

for maximum performance. The IP Services feature set is required.

• Equal-cost routing facilitates Layer 3 load balancing and redundancy across the stack.

• Policy-based routing (PBR) allows superior control by facilitating flow redirection regardless of the

routing protocol configured. The IP Services feature set is required.

• Hot Standby Routing Protocol (HSRP) provides dynamic load balancing and failover for routed links,

up to 32 HSRP links supported per unit or stack.

• Protocol Independent Multicast (PIM) for IP multicast routing is supported, including PIM sparse mode

(PIM-SM), PIM dense mode (PIM-DM), PIM sparse-dense mode and Source Specific Multicast (SSM).

The IP Services feature set is required.

• Virtual routing and forwarding (VRF)-Lite enables a service provider to support two or more VPNs,

with overlapping IP addresses. IP Services feature set is required.

Private VLANs

• Private VLAN Edge

• Unicast Reverse Path Forwarding (RPF)

• Multidomain Authentication

7

• Security VLAN ACLs

• Standard and extended IP security router ACLs define security policies on routed interfaces for

control-plane and data-plane traffic. IPv6 ACLs can be applied to filter IPv6 traffic.

• Port-based ACLs for Layer 2 interfaces allow security policies to be applied on individual switch ports.

• Secure Shell (SSH) Protocol, Kerberos, and Simple Network Management Protocol Version 3

(SNMPv3)

• Switched Port Analyzer (SPAN)

• TACACS+ and RADIUS authentication

• MAC Address Notification

• Multilevel security on console access

• Bridge protocol data unit (BPDU) Guard

• Spanning Tree Root Guard (STRG)

• IGMP filtering

• Dynamic VLAN assignment

Port Security

• DHCP Snooping

• Dynamic ARP Inspection (DAI)

• IP source guard, Embedded Event Manager (EEM)

• IP service-level agreements (SLAs)

• Dynamic Host Configuration Protocol (DHCP)

• Automatic QoS (AutoQoS)

• Stacking master configuration management

• Autonegotiation

• Dynamic Trunking Protocol (DTP)

• Port Aggregation Protocol (PAgP)

• Link Aggregation Control Protocol (LACP)

• Automatic media-dependent interface crossover (MDIX)

• Unidirectional Link Detection Protocol (UDLD)

• Switching Database Manager (SDM)

• Local Proxy Address Resolution Protocol (ARP), VLAN1 minimization

• Smart Multicast

• Internet Group Management Protocol (IGMP)

• Multicast VLAN Registration (MVR)

• Per-port broadcast, multicast, and unicast storm control

• Voice VLAN

• VLAN Trunking Protocol (VTP)

8

• Remote Switch Port Analyzer (RSPAN)

• Remote Monitoring (RMON)

• Layer 2 traceroute

• Trivial File Transfer Protocol (TFTP)

• Network Timing Protocol (NTP)

IDF The switches should be catalyst style stackable with stackable cable and fiber module ports. All switches

10/100/1000 with fiber module ports: E-Rate Year 2015 27 of 41 MSD Switch/LAN RFP

Automatic QoS (AutoQoS)

• Stacking Master Configuration Management

• Dynamic Host Configuration Protocol (DHCP)

• Auto-Negotiation

• Dynamic Trunking Protocol (DTP)

• Port Aggregation Protocol (PAgP)

• Link Aggregation Control Protocol (LACP)

• Automatic Media-Dependent Interface Crossover (MDIX)

• Unidirectional Link Detection Protocol (UDLD)

• Switching Database Manager (SDM)

• Local Proxy Address Resolution Protocol (ARP)

• Internet Group Management Protocol (IGMP)

• Multicast VLAN Registration (MVR)

• Per-port Broadcast, Multicast, and Unicast Storm Control, Voice VLAN

• Cisco VLAN Trunking Protocol (VTP)

• Remote Switch Port Analyzer (RSPAN)

• Embedded Remote Monitoring (RMON)

• Layer 2 Traceroute

• Trivial File Transfer Protocol (TFTP)

• Network Timing Protocol (NTP)

• Port Security

• DHCP Snooping

• Dynamic ARP Inspection (DAI).

• IP Source Guard

• Flexible Authentication

• Open Mode

• Integration of Device Profiling Technology and Guest Access

• RADIUS Change of Authorization and Downloadable Calls

9

• 802.1X Supplicant with Network Edge Access Transport (NEAT)

• Private VLAN Edge

• Multidomain Authentication

• Port-Based ACLs

• Secure Shell (SSH) Protocol, Kerberos, and Simple Network Management Protocol Version 3

(SNMPv3)

• Switched Port Analyzer (SPAN)

• TACACS+ and RADIUS Authentication

• MAC Address Notification

• Multilevel Security on Console Access

• Bridge Protocol Data Unit (BPDU) Guard

• Spanning Tree Root Guard (STRG)

• IGMP Filtering

• Dynamic VLAN Assignment

• Cross-Stack EtherChannel

• Flexlink

• IEEE 802.1s/w Rapid Spanning Tree Protocol (RSTP) and Multiple Spanning Tree Protocol

(MSTP)

• Per-VLAN Rapid Spanning Tree (PVRST+)

• Switch-port Autorecovery

• Cross-Stack QoS

• 802.1p Class of Service (CoS) .

• Cisco Control-plane and Data-plane QoS ACLs

• Four Egress Queues Per Port

• Shaped Round Robin (SRR)

• Weighted Tail Drop (WTD)

• Strict Priority Queuing

• Trusted Boundary

• Rate Limiting

• Up to 64 Aggregate or Individual Policers

4.1 Overview of Proposed Solution

Scope: The switches should be catalyst style stackable with stackable Switch and fiber module ports. All switches 10/100/1000 with fiber module ports. The respondent will be responsible for providing all materials to complete the task. The respondent is responsible for the installation and professional appearance of the work. The respondent will be responsible for disposing of any and all debris at the work site. The work has to be completed in a timely manner and a time-line of scheduled activities should be submitted to the ACSD Technology Coordinator. If the vendor fails to meet these requirements and others requirements stated in the body of the proposal the contract will be terminated without pay.

10

4.2 Site Systems

Vendor or authorized partner will be responsible for design, support, installation, and verification of operability of the following at each Amite County School District building/location/facility included in this project: Amite County Vocational Center – 501 Irene Street, Amite, MS 39645

4.2.1 Amite Vocational Center

MDF BCT 1 Layer2 48port switch with fiber ports 1 Layer3 24port POE switch with fiber ports 1 Layer3 12port fiber switch 15 Fiber modules 15 Fiber patch Cables

ABE IDF 1 Layer2 48port switch with fiber ports 1 Layer2 24port POE switch with fiber ports 4 Fiber modules 4 Fiber patch Cables

Tech APP 1 Layer2 48port switch with fiber ports 1 Layer2 24port POE switch with fiber ports 4 Fiber modules 4 Fiber patch Cables

Allied Health 1 Layer2 48port switch with fiber ports 1 Layer2 24port POE switch with fiber ports 3 Fiber modules 3 Fiber patch Cables 1 Wireless Controller

10 Access Point Model 1145 or newer

4.3 Pricing/Options

Specify all pricing with list prices, and discounts if available for each option proposed. Specify individual costing for all options, special Switches, etc. if not included in base prices. Indicate volume discount levels if they apply to your product(s).

Specify pricing details for equipment/materials and installation. Make sure all required information in order to complete an installation quotation has been provided in this bid document, including number of sites, floors,

11

closets, as well as descriptions of the installation sites (existing equipment, Switch, etc.).

4.4 Sequence & Scheduling

Submit schedule for installation of equipment. Indicate delivery, installation, and testing for conformance to completion dates.

5 Vendor Qualifications & References All vendors must provide the following information in order for their proposal to be considered:

1. A brief outline of the vendor company and services offered, including:

Full legal name of the company.

Year business was established.

Number of people currently employed.

2. An outline of the product line-up currently supported.

3. A description of company’s geographic reach and market penetration.

4. List jurisdictions in which your organization is legally qualified to do business and indicate registration or license numbers, if applicable.

5. Information on current clients, including:

Total number of current clients.

6. References: contact information for 3 references (if possible) from projects similar in size, application, and scope, and a brief description of their implementation.

12

6 Vendor Requirements The selected proposer(s) should demonstrate knowledge and experience in dealing with E-Rate funded projects. Proposer(s) must provide SPIN number as part of their response. All E-Rate applications will be submitted using the successful bidders’ SPIN number. It is anticipated that the term of this project will be for a period of twelve to sixteen months. Vendors who respond to this Request for Proposal (RFP) must be willing to provide the Switch RFP Year 2015 to Amite County School District (ACSD) based on the E-rate program set up by the Federal Communications Commission (FCC). It is anticipated that ACSD will pay the awarded vendor our discounted amount and the vendor will directly invoice the Schools and Libraries Division (SLD) for the remainder of the cost. If you have any questions regarding this program, call the SLD at (888) 203-8100 or see their home page at www.sl.universalservice.org. Additionally, proposers shall have a “Service Provider Identification Number” (SPIN), which may be obtained from the Universal Services Administrative Company (USAC) at (973) 560-4440. All services provided under this RFP are contingent upon receipt of Year 2015 E-Rate funding. NONAPPROPRIATION OF FUNDS: In the event funds are not appropriated by the Amite County School District’s governing body in any fiscal period for payments due under this Switch RFP Year 2015, then the Technology Coordinator, or Superintendent’s designee(s), will immediately notify the successful vendor(s), or designee(s), of such occurrence and this contract will terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to ACSD of any kind whatsoever, except other payments herein agreed upon for which funds will have been appropriated and budgeted or are otherwise available. AWARD OF SOME OR THIS ENTIRE PROJECT MAY BE SUBJECT TO AVAILABLILITY OF DISTRICT FUNDING AS WELL AS E-RATE FUNDING AND PROJECT NEEDS. Proposer’s response to the Request must include a statement that the proposed terms will remain in effect and available for the project term identified, July 1, 2015 through June 30, 2016. The work itself will consist of all aspects of technology implementation for which ACSD desires to contract with the selected Proposer(s). The school district’s vision for the E-Rate technology projects calls for the support and maintenance of new technology equipment, software and services. Final completion for the project is scheduled for June 30, 2016.

13

.

7 Vendor Certification This certification attests to the vendor’s awareness and agreement to the content of this RFP, and all accompanying calendar schedules and provisions contained herein. The vendor must ensure that the following certificate is duly completed and correctly executed by an authorized officer of your company. This proposal is submitted in response to the Request for Proposal for a Switch Solution issued by Amite County School District. The undersigned is a duly authorized officer, and hereby certifies that:

(Vendor Name) agrees to be bound by the content of this proposal and agrees to comply with the terms, conditions, and provisions of the referenced RFP and any addenda thereto in the event of an award. The undersigned further certify that their firm (check one):

IS IS NOT

currently debarred, suspended, or proposed for debarment by any federal entity. The undersigned agree to notify Natchez-Adams School District of any change in this status, should one occur, until such time as an award has been made under this procurement action. Person(s) authorized to negotiate on behalf of this firm for purposes of this RFP are: Name: Title:

Signature: Date:

Name:

Title:

Signature: Date:

Signature of Authorized Officer: Name: Title:

Signature: Date:

_____________________________________________________

14

MANDATORY SITE VISIT FORM

DATE _______________________________________________________ VENDOR NAME ______________________________________________ CONTACT INFORMATION FOR CHANGES / UPDATES / CLARIFICATIONS CHECK PREFERED CONTACT METHOD BELOW

Name ___________________________________ Address _________________________________ City _______________ State ____ Zip _______ ______ Phone Number ____________________________ ______ Email Address ____________________________ ______