Shaler Area School District Request For Proposal Internal Connections .

Transcription

SHALER AREA SCHOOL DISTRICTREQUEST FOR PROPOSALINTERNAL CONNECTIONS COMMUNICATIONS CABLING AND RELATED MAINTENANCEINSTALLATION OF NETWORK EQUIPMENTRelease Date: March 7, 2017Response Deadline: April 4, 2017 AT 12 PM ETPer Section 2.9 below a mandatory site walkthrough is scheduled for March 21, 2017 beginning at 1 PM.RSVP for this important meeting to deaht@sasd.k12.pa.us by Noon E.S.T. on March 20, 2017.1.0INTRODUCTION1.1Shaler Area School District (“District”) issues this Request for Proposals (“RFP”) for installation ofcommunications cabling facilities in the Burchfield Primary School, Marzolf Primary and Reserve Primary.This procurement also includes and the installation of network equipment in the same schools and thenew school that is being constructed at the site of the former Rogers Primary School. The District intendsto apply for discounts on the equipment/services listed in this RFP through the federal E-rate program.Several criteria and restrictions pertinent to the E-rate program are included herein and must be met bythe successful vendor in order for the proposal to be considered a Qualified Proposal.1.2Issuing Officer and Technical Contact for Questions and InformationMitch StivasonCoordinator of TechnologyShaler Area School District1800 Mt. Royal Blvd.Glenshaw, PA 15116(412) 492-1200 Ext. 2875stivasonm@sasd.k12.pa.usProspective Vendors must direct and confine all inquiries and communications concerning this RFP to theIssuing Officer and correspondence is required to be via e-mail. Although there is no due date forquestions, the District encourages prospective Vendors to submit any questions they may have as soon aspossible. Questions are required to include “E-rate Cabling & Network Equipment Installation RFP 2017”in the subject line to ensure that the issuing officer identifies the email as relating to this procurement.This RFP is available for downloading at http://www.sasd.k12.pa.us/BidsProposals.aspx and also availableonline for downloading at the E-rate Form 470 website 0Rfp/Index. Enter the following information toretrieve this document and any possible updates that may be issued:Funding Year: 2017Starting Posting Date: 03/07/2017Applicant Type: School DistrictBilled Entity Number: 125214Ending Posting Date: use current dateApplicant State: PAService Type: All Service Types1 Page

Interested bidders are responsible for monitoring the E-rate Form 470 web site and/or the District’s URLlisted above, for updates. A bidder may also email stivasonm@sasd.k12.pa.us to request emailnotification of any updates to the procurement. This email notification does not alleviate the bidder’sobligation to periodically check for updates to the procurement by going to the District’s web site orlogging into the E-rate Form 470 web site.In addition to this RFP, there are two Appendices: Appendix “A” Price Proposal Template and Appendix“B” Prevailing Wage Schedule.1.3One complete hard copy and an electronic copy of all files comprising the proposal must be included on aCD must be addressed and delivered on or before noon E.S.T. on April 4, 2017 to:Sherri L. LudwigDirector of Business AffairsShaler Area School DistrictBusiness Office1800 Mt. Royal BlvdGlenshaw, PA 15116The Appendix “A” price proposal must be contained in a separate envelope clearly marked with thevendor’s name and indicating that the price proposal is enclosed. All envelopes and documents must beidentical and be labeled “E-rate Cabling and Network Equipment Installation Proposal 2017” and with thebidder’s name. All required Vendor information, certifications and attachments must be included withthe proposal.1.4In addition, an identical electronic copy including all attachments with Appendix A in Excel format must beenclosed on a portable drive or CD on or before noon E.S.T. on April 4, 2017.1.5The District will review the proposals for compliance with the procedural requirements set forth inSection 5 and Grounds for Disqualification in Section 1.10 and may reject any proposal that materially failsto comply.1.6The successful bidder(s) will be advised of selection by the Issuing Officer through the issuance of anotification of intention to recommend award via email. Any notification of the selection of thesuccessful bidder shall have no legal effect unless and until the parties negotiate a mutually acceptableagreement that is executed by the parties. Unsuccessful bidders also will be notified via email.1.7All personnel (contractors and subcontractors) that will be working on this project in the schools mustobserve all security and safety procedures of each school facility and must secure all record checksrequired by Pennsylvania law which include Act 34 Criminal Record Check, Act 151 Fingerprints, Act 114Child Abuse History Clearance.On-site work at the school sites cannot commence until the provider has obtained all relevantcertifications, licenses, permits and/or required qualifications for its workers and has presented requireddocumentation for the personnel to work in the District’s locations.1.8The District is exempt from Pennsylvania Sales and Use Tax and has other federal and state taxexemptions afforded to public school entities and/or similar political subdivisions. This notice shall serveto satisfy any notification required by the provider as to these tax exemptions. Vendors must ensure thattheir cost proposals specifically include all applicable taxes, fees and surcharges from which the District isnot exempt or that is imposed or assessed by Vendor, as required in Appendix A.2 Page

1.9Pennsylvania Prevailing Wage Act RequirementIn accordance with Section 753 of the Public School Code of 1949 as amended and Section 165-1 toSection 165-17 of the Prevailing Wage Act, if the project cost is 25,000 or more, the Vendor shall pay allwage rates required by said Acts and comply with all reporting requirements of said Acts or anyregulations issued pursuant thereto so as to insure that the laborers and mechanics employed to performthe work specified under the contract shall be paid at the rates required. The prevailing wage rates thatmay apply to this project are set forth in Appendix B.1.10Reasons for Disqualification of ProposalsIf any of the following conditions occur, Vendor’s proposal is automatically disqualified from beingevaluated.1.10.1Vendor’s proposal is submitted after proposals have been opened and reviewed by the District.1.10.2Vendor is on Red Light Status with the FCC or is delinquent on a debt to a state or federalgovernmental agency or entity.1.10.3Vendor failed to attend the mandatory site walkthrough on March 21, 2017 as required inSection 2.9 below.1.10.4Vendor is not authorized to do business in Pennsylvania.1.10.5Vendor has not been in business for at least 5 years performing services or furnishing equipmentrequired in the bid.1.10.6Vendor does not have an E-rate SPIN number.1.10.7Vendor has had an unsatisfactory performance or failure to perform in accordance with theterms of one or more contracts with the District within three (3) years of the issuance date of thisRFP.1.10.8Vendor cannot provide all services listed in Appendix A.3 Page

2.0SCOPE OF SERVICES REQUESTED IN THIS REQUEST FOR PROPOSAL2.1The District has three school buildings for which the District is seeking proposals to install newcommunications cabling, and to install and configure certain network equipment to facilitate adequatewireless Internet access service throughout three schools, as follows:Burchfield Primary School1500 Burchfield RdAllison Park, PA 15101-4000Marzolf Primary School101 Marzolf Rd ExtensionPittsburgh, PA 15209-1119Reserve Primary School2107 Lonsdale St.Pittsburgh, PA. 15212-13052.2The District is in the process of the construction of a new school at the site of the former Rogers PrimarySchool. There will be new switches that will be purchased for this school that require configuration. ThisRFP includes the labor and services for the configuration of these switches. Purchase or installation ofthe switches is not included in the scope of this RFP.2.3Communications Cabling Installation and Configuration2.3.1The District seeks proposals for the installation and configuration of new single mode fibercommunications cabling from the Burchfield Primary School’s Main Distribution Frame (“MDF”)closet to each of the three Intermediate Distribution Frames (“IDF”) closets that is capable of 10Gbps transmission speeds. Armored fiber cabling will need to be installed in the ceiling betweenthe MDF and each IDF with accompanying patch panels.2.3.2The installation of wireless access point equipment as set forth below in Section 2.7 will requireinstallation of Cat6 cables for access points from each room/location to the closest IDF or MDFroom, and punch the cables to the patch panel in the closet.2.3.3Vendors are responsible for measuring the distance from the MDF closet to each IDF closet todetermine the amount of fiber cable that must be installed, at their own expense. Please note:The amount of cabling estimated on the Form 470 is not at all binding and was provided simplyas a best estimate and to comply with the requirements of the E-rate Form.2.3.4The cabling is required to be terminated into a Surface Mount Jack (Biscuit Jack) that has bothconnections and a 25 foot patch cable provided with each (Labeling should follow the District'sexisting design. The cable should terminate into patch panels (provided by wiring contractor)into each IDF/MDF. In accordance with applicable standards, no connection should exceedEthernet specifications and be more than 300 feet in length.2.3.5Vendors must comply with all applicable electrical and communications facilities codes, and shallspecify these standards in their proposals.2.3.6Vendors shall specify whether they have any specific certifications or qualifications to providethe requested facilities and services.4 Page

2.3.72.4Proposals must include a description of the warranty for the communications cabling beinginstalled between the MDF closet and each IDF closet. Descriptions should be specific andinclude the number of years covered by the warranty. E-rate rules allow for a 3-yearmanufacturer’s warranty to be included as long as the costs are bundled with the cost of theequipment and not broken out separately.Additional Requirements for Structured Cabling2.4.1All cabling must be CAT6 or higher rated – Mohawk M58283B or equivalent.2.4.2All cabling must be plenum rated.2.4.3All cabling must be a color that is approved by Shaler Area School District2.4.4District standard for Ethernet terminations is TIA568B.2.4.5All female ends must be modular and color approved by Shaler Area School District – PanduitCJ688TGBU or equivalent.2.4.6All patch panels must be modular, 1U, 48-port high density – Panduit CPP48HDEWBL orequivalent. New patch panels must be used in all cases. Existing patch panels will not be usedunless approved by Shaler Area School District Project Supervisor. New patch panels will beinstalled into existing racks. Exact locations will be determined by Vendor and Shaler Area SchoolDistrict Project Supervisor.2.4.7Enclosures/boxes are not required for ceiling run locations.2.4.8Cable support hardware must be installed if not present in building. If J hooks are to be used,they must be placed every five (5) feet.2.4.9A five (5) foot service loop must be provided on BOTH ends of each run.2.4.10All runs must be three hundred (300) feet or less in total length, end to end.2.4.11All runs must be continuous with no breaks or splicing allowed.2.4.12Cabling must be bundled along path from IDF location to end. Velcro should be used whereverpossible to secure the bundles.2.4.13Cables may not be placed/routed in a way to allow for touching to occur against devices whichare not meant to support Ethernet cabling, such as lights, electrical conduit, piping, etc.2.4.14All miscellaneous runs (non-AP runs) must include surface mount boxes (if necessary), surfacemount raceway (if necessary) and accessories. Panduit brand items or equivalent. All runs shouldbe concealed inside of walls if at all possible. Any use of surface mount raceway/boxes must beapproved by Shaler Area School District Project Supervisor.2.4.15Vendor must supply all tools required for work, including ladders, carts or lifts.5 Page

2.4.16All dirt, dust, etc. created by contractor work must be cleaned up at the end of each work day.Broken ceiling tiles must be replaced. Ceiling tiles cannot be left open/removed at the end ofeach work day.2.4.17Documentation2.4.17.1 Must provide spreadsheet detailing run to corresponding location.2.4.17.2 Must provide digital map of cable locations as built.2.4.17.3 Machine generated labels must be attached to all cable ends within rooms/ceilings orsurface mount box (if applicable).2.4.17.4 Patch panels must be labeled with their letter, taking into account existing patch panelsin IDF’s. Labeling must be approved by Shaler Area School District.2.4.17.5 Must provide documentation that testing of each cable run was completed up to 10Gbps link speed, meeting all relevant Ethernet standards. Documentation must includethe distance of each cable.2.4.18Delivery2.4.18.1 Delivery must be to each of the three primary schools between the hours of 8AM and4PM.2.4.18.2 Vendor must deliver all supplies to the designated specific location within the buildingas directed by the District.2.4.18.3 A secure location will be provided to Vendor in each location for supplies.2.52.6Structured Cabling Technical Standards2.5.1EIA/TIA-569-A. Commercial Building Standard for Telecommunications Pathways and Spaces2.5.2EIA/TIA-568-B. Commercial Building Telecommunication Standard2.5.3EIA/TIA -TSB 67. EIA/TIA Telecommunications Systems Bulletin, Additional TransmissionSpecifications for Unshielded Twisted-Pair Cabling Systems2.5.4IEEE 802.3ab Gigabit transmission over UTP2.5.5ANSI/TIA/EIA-606. Administration Standard for the Telecommunications Infrastructure ofCommercial Buildings2.5.6ANSI/TlAIEIA-607. Commercial Building Grounding and Bonding Requirements forTelecommunicationsStructured Cabling Regulatory Requirements2.6.1EIA/TIA-568-B Commercial Building Wiring Standard6 Page

2.6.22.7All manufacturer requirements must be met. Contractor must be an authorized installer ofmanufacturer products to ensure District receives the full manufacturer warranty.Configuration and Installation of Network Equipment2.7.1The District intends to purchase the network hardware equipment listed in Appendix A and thisequipment will be drop shipped to the District. This equipment purchase is NOT part of thisprocurement. District seeks proposals for the installation and configuration of this equipment asspecified in Section 2.1 above, and the configuration of switches as specified in Section 2.2.2.7.2The existing access points must be removed and the District will take custody of them once theyare removed.2.7.3The new access points are required to be installed in the ceiling.2.7.4The Vendor is responsible for providing all required components including but not limited to: FaceplatesMounting bracketsPowerRacksWire management Patch panelsPatch cablesRacewayCabling supportsOutlets2.7.5The switches are required to be installed in racks and mounted as part of the installation andconfiguration.2.7.6Most of the access points will be surface mounted below the drop ceiling AP brackets. A surfacemount jack should be secured above the drop ceiling to allow for connection of the AP via the 25’patch cable through the tile of the drop ceiling.2.7.7There are several drops that will need to be wired for wall mounted access points and the accesspoints will need to be installed on walls made of cinderblocks.2.7.8Most of the installations will be surface mounted below drop ceilings. There are some areas withvery high ceilings that may require special equipment such as the gym, theater, library andcafeteria.2.7.9Vendors will have the opportunity to observe and measure the distances for all of the cablingdrops and installations of access points during the site walkthrough. See Section 2.9 below.2.7.10Vendors must provide “as built” drawings.2.7.11Vendors shall specify whether they have any specific certifications or qualifications to providethe requested facilities and services.2.7.12Proposals must include a description of the warranty for the communications cabling beinginstalled. Descriptions should be specific and include the number of years covered by thewarranty. E-rate rules allow for a 3-year manufacturer’s warranty to be included as long as thecosts are bundled with the cost of the equipment and not broken out separately.7 Page

2.8The Vendor is responsible to recording the location, serial number and model number of each mountedaccess point in a spreadsheet to be provided to the District.Mandatory Progressive Site Walkthrough2.9The District anticipates that vendors will want to participate in a site walkthrough of the Burchfield,Marzolf and Reserve Primary Schools to measure the amount of fiber and CAT6 runs needed for thecommunications cabling project and to assess the existing network equipment and infrastructure. Tothat end, a progressive site walkthrough of each of these primary school buildings will be held on March21, 2017 beginning at 1:00 p.m. All interested vendors who will to attend the walkthrough are requiredto notify Terri Deah by Noon E.S.T. on March 20, 2017, via email to deaht@sasd.k12.pa.us. This is theonly date and time that a walkthrough is scheduled and interested bidders are required to attend inorder to be qualified to submit a proposal. Accordingly we have widely publicized the site walkthroughdate on our Form 470 and in this RFP.2.10Subcontractors must be identified in the proposal. If the successful Vendor would like to use additionalsubcontractors that were not identified in the proposal/contract, specific approval must be granted inwriting by the District.2.11Proposals are required to separately itemize the unit cost of installation and configuration of eachcomponent in Appendix A.8 Page

3.0E-RATE REQUIREMENTSVendors submitting proposals under this RFP must agree to meet the following conditions relating to the E-rateprogram and be willing to include such requirements in the Vendor’s contract:3.1Vendor must agree to submit to the SLD a completed Form 473 prior to July 1 of each calendar year.3.2Discounted Bills: Should the District so choose, Vendor must agree to provide discounted bills to Districtwhich reflect the net charges due to the District after E-rate discounts have been reflected (also known asthe “non-discount” amount). The Vendor will then invoice USAC using the Form 474 SPI form for the Erate 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 shallhave no recourse against the District for any discounted amount that Vendor submits late to USAC forpayment, if USAC refuses to pay the invoice due to late filing. Further, Vendor understands and agreesthat District shall not be liable to Vendor and Vendor shall have no recourse against the District for anydiscounted amount that Vendor submits to USAC for payment if Vendor is at fault for USAC’s refusal topay. If the District’s actions or failure to act are responsible for the non-payment of the Vendor’s invoicewith USAC, the District shall not be liable to Vendor and Vendor shall have no recourse against the Districtfor the amount at issue until both the District and the Vendor have exhausted their administrativeremedies of appeal to USAC and/or the FCC.3.3Reimbursement Option: Should District choose to pay for any equipment or services in full, Vendor mustagree to promptly cooperate with providing any documentation that the District is required to submit inorder to obtain successful reimbursement of E-rate discount funding.3.4If Vendor learns of any federal, state or local investigation conducted by any regulatory authority or lawenforcement authority that could have an adverse impact on the District’s ability to continue to receivethe benefit of E-rate funding, Vendor must notify the District within 30 calendar days of learning of suchinvestigation. The District reserves the right to cancel the agreement without penalty if the investigationimpedes the District’s ability in any way to receive the benefit of E-rate funding, subject to anyinvestigation of wrongdoing.3.5Vendor shall maintain all bids, quotes, records, correspondence, receipts, vouchers, delivery information,memoranda and other data relating to Vendor’s services and any subcontractors to the District. All suchrecords shall be retained for 10 years following completion of services and/or installation of equipment,and shall be subject to inspection and audit by the District.3.6In addition to the foregoing, Vendor must maintain and enforce an internal E-rate audit process thatensures that Vendor complies with all E-rate program rules and regulations. This process must include thefollowing: Where labor is involved, maintaining detailed, signed individual timesheetsEnsuring that ineligible charges are not submitted to USACInvoicing to USAC that is consistent with the contract and the District’s Form 471Ensuring that services or products are not provided to the District without District’s expresswritten permission or official purchase authorizationEnsuring that District-approved substitute services or products are prominently noted oninvoices submitted to USAC and the DistrictWhen 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 471Documenting that E-rate funded services were provided within the allowable contract period andprogram year9 Page

Charging proper FRN(s)Ensuring that invoices and USAC forms are submitted to the District in a timely mannerEnsuring that USAC forms are filled out completely, accurately and on timeMaintaining fixed asset list of E-rate-supported equipment provided to the District with detailedinformation for each item (model number, serial number, product description) and madeavailable to the District in electronic format upon project completion.10 P a g e

4.0CONDITIONS, CONTRACT and BILLING4.1The District reserves the right to: 4.2Amend, 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 thisRFP for compliance by all providers;Increase or decrease the quantities of equipment at the same price listed in the successfulcontract; or entirely omit an item or group of items to be purchased to reflect actual Districtneeds at the time that orders are placed. Such additional quantities will be purchased at theprice indicated on the contract. Such modifications are expressly anticipated and included withinthe scope of this RFP.District intends to award a single contract for all equipment/services in Appendix A; however theDistrict reserves the right to award a contract for any or all parts of the RFP to one or moreservice providers.Negotiate terms and conditions to meet requirements consistent with this RFP;Request providers to clarify their RFP proposals.Timeline for ServicesThe purchase of services under the contract will be contingent upon E-rate approval and/or a Notice toProceed or Purchase Order by the District.4.3Lowest Corresponding PricePer FCC rules, vendors must offer the Lowest Corresponding Price when submitting proposals. LowestCorresponding Price (LCP) is defined as the lowest price that a service provider charges to nonresidentialcustomers who are similarly situated to a particular E-rate applicant (school, library, or consortium) forsimilar services. See 47 CFR, Part 54, Section 54.500(f). Service providers cannot charge E-rate applicants aprice above the LCP for E-rate services. See 47 CFR Section 54.511(b). There is a rebuttable presumptionthat rates offered within the previous 3 years are still compensatory.4.4The District reserves the right to extend or abbreviate the contract period if such extension orabbreviation is necessary to make the Contract term coincide with an E-rate “program year” or anextended 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.4.5Vendor must include the following information on all invoices to the District for E-rate eligible equipmentand/or services: Date of invoiceDate(s) of serviceFunding Request Number (“FRN”)Vendor SPINDetailed description of services performed and materials supplied that matchesDistrict’s contract specifications and Form 471 descriptions of sameClear, concise breakdown of amount(s) to be billed to USAC (discounted portionof eligible charges) and amount(s) to be billed to the District (non-discounted amount ofeligible charges)Invoice on Vendor’s letterhead or on a Vendor-generated formProper E-rate discount percentage as set forth by the applicable FRN and USACfunding commitment decision letter (“FCDL”)11 P a g e

5.0INFORMATION TO BE INCLUDED IN PROPOSALVendor shall include the following required information in the proposal:5.1Proposal to provide all services described in Section 2 and completed Appendix A in Excel format. Theelectronic copy of Appendix A is required to be in Excel format and no passwords or protections in the file.5.2Provide a description of the nature and scope of your firm’s business endeavors, including history ofcompany.5.3Provide a description of your firm’s previous and ongoing relationship, if any, with the District.5.4Provide proof that the Vendor and all subcontractors are authorized to do business in Pennsylvania.5.5Provide the names and contact information of at least 5 current Pennsylvania K-12 clients of similar size tothe District that can attest to the quality of work provided by your company using or procuring similargoods and/or services as requested in this RFP.5.6Provide a description of the firm’s experience with the federal E-rate program.5.7Provide federal Tax ID Number, E-rate SPIN Number, and FCC Registration Number (FCCRN).5.8Provide certification that the Vendor currently is not subject to the Red Light Rule and will notify theDistrict if they are placed on Red Light Status with the FCC. Further, provide a certification that theVendor’s principals are presently debarred, suspended, proposed for debarment, declared ineligible, orvoluntarily excluded from participation, by any Federal department or agency, from transactions involvingthe 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.5.9Provide contact name and contact information for person authorized to negotiate terms and conditions.5.10Provide contact name and contact information where questions related to the proposal can be directedwith statement certifying that this person (or his/her authorized representative) will be available in Apriland May of 2017 in order to assist with the completion of the District’s E-rate applications, as requested.5.11Provide copy of terms and conditions for proposed contract.5.12Pennsylvania Right-to-Know LawVendor is required to clearly identify any specific information that they deem as proprietary and requestto be withheld from public view. Vendor must provide one copy of its redacted proposal with allproprietary information omitted. District intends to comply with the Pennsylvania Right-to-Know lawconcerning requests for release of documents regarding this procurement, including the release ofproposals after bid opening. Per E-rate regulations, price of winning bid is not confidential information.12 P a g e

6.0EVALUATIONIn accordance with applicable state law, 24 P.S. Section 8-807.1, the District is required to select the proposal ofthe “lowest responsible bidder” in the event that the District decides to award a contract.In order for a bidder to be eligible to be considered a “responsible” bidder, the bidder must comply with thefollowing:6.1Submit a complete proposal for a turn-key solution for the three school buildings.6.2Submit a timely proposal and not be disqualified under Section 1.10.6.3The proposal must include all of the required information in Section 5.6.4Information submitted in response to Section 5.6 must confirm the bidder is familiar with andexperienced with the federal E-rate program.6.5Bidder must indicate their willingness to be bound by the terms of the RFP.13 P a g e

APPENDIX A - FORMAT OF PRICE PROPOSAL and LIST OF SERVICESElectronic copy must be in Excel with no restrictions such as prohibited edits or passwords14 P a g e

2.4 Additional Requirements for Structured Cabling 2.4.1 All cabling must be CAT6 or higher rated - Mohawk M58283B or equivalent. 2.4.2 All cabling must be plenum rated. 2.4.3 All cabling must be a color that is approved by Shaler Area School District 2.4.4 District standard for Ethernet terminations is TIA568B.