Raymore Peculiar School District. REQUEST FOR PROPOSAL FOR: Wireless Access Point TAB 1

Similar documents
Raymore Peculiar School District. REQUEST FOR PROPOSAL FOR: Laptop/Chromebook Carts TAB 1

Request for Proposal Robstown Independent School District ERate

REQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM

REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO

Service Provider Criteria and Contract Requirements

HOW TO DO BUSINESS WITH NAPA VALLEY COMMUNITY COLLEGE DISTRICT

Gadsden City Schools

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax ,

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits

All required information must be completed in full, in ink, or typewritten.

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BID Bid #872 - Printing Services

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL (RFP)

CITY OF HOPKINSVILLE

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

BIDDING PROCEDURES FOR GOODS PURCHASES

BIDDING PROCEDURES FOR GOODS PURCHASES

INVITATION TO BID CITY OF HOPKINSVILLE

Request for Proposal Internet Access Columbus Urban League

Request for Bids Capital Region Airport Authority

REQUEST FOR PROPOSAL NO. 1004/KB/08 For INFORMATION TECHNOLOGY SERVICES ADDENDUM NO. 2

Scott Eagle Attack Thermal Imaging Camera

RFP IP-Based Surveillance Camera System

REQUEST FOR COMPETITIVE SEALED PROPOSALS BADGER HIGH RESOLUTION WATER METERS AND ENCODERS

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

REQUEST FOR BID. PURCHASE AND INSTALL OF 3 GATE OPERATORS AND GATES FOR THE NORTHWEST ARKANSAS REGIONAL AIRPORT February 18, 2019

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater

INVITATION FOR BID BID #1037 Parka and Softshell Coats

Request for Proposal for Annual Financial Audit Services

INVITATION FOR BID Medical Supplies 2016

HEBER LIGHT & POWER COMPANY OPERATIONS DEPARTMENT REQUEST FOR PROPOSAL (RFP) Directional Bore RFP

City of Bartlett. Request for Proposal. Nortel Phone System

SEQUOIA UNION HIGH SCHOOL DISTRICT

REQUEST FOR PROPOSALS LIBS PARK PLAYGROUND FOR CITY OF HASTINGS, NEBRASKA

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP)

Request for Proposal

OUTAGAMIE COUNTY REQUEST FOR BID FOR WALK THROUGH METAL DETECTORS

Request For Proposal. Interactive Projectors

October 25, 2018 RFP # REQUEST FOR PROPOSAL

Supply and Delivery. Chromebase All-in-One Computers

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Tender #: SAP Business Objects Licenses and Support Release Date: February 26, 2018 Closing Deadline: March 9, :00pm Newfoundland Time

Eaton Intermediate School District REQUEST FOR PROPOSAL FOR. Proposal Due Date: Monday March 4th, 2013 at 1:00 p.m.

PROCUREMENT CODE ARTICLE 5 GOODS AND SERVICES

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE

Illinois Valley Regional Dispatch RFP Disclaimer Logging Recorder

Invitation for Bid - Standard Office Furniture / Task Chair

Supply and Delivery of Boltless Metal Shelving Units

Missoula County Public Schools Missoula, Montana REQUEST FOR PROPOSALS FOR LARGE COMMERCIAL COPY MACHINES FOR THE MISSOULA COUNTY PUBLIC SCHOOLS

Bidding Conditions Attachment C

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion

I. Procurement. Procurement Authority. Ethical Conduct, Conflict of Interest. DU Procurement Policy

September 18, REQUEST FOR PROPOSAL Dover School District SAU #11 Pest Management Services

OUTAGAMIE COUNTY REQUEST FOR BID FOR CISCO & AXIOM HARDWARE FOR IT DEPARTMENT

Request for Bids Chatham Community Library Entrance Canopy Replacement

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Elmhurst Community Unit School District 205 Invitation to Bid

Invitation for Bid No Package Contents

School Risk Assessment

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES

DESCRIPTION. BID Gasoline and Diesel Fuels

Tender #: VMWare Licensing and Support Release Date: February 28, 2018 Closing Deadline: March 9, :00pm Newfoundland Time

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

NOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT. Revised February 11, 2015

Request for Quotes GSCRD. Gas Cards. January 21, 2015

Please include a business card with updated contact information in the packet.

SPECIFICATIONS FOR TENDER # SUPPLY AND INSTALLATION OF LAUNDRY ROOM AIR SUPPLY FAN WESTERN HEALTH

TENNESSEE EDUCATION LOTTERY CORPORATION. Invitation to Bid

SECTION BID FORM

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT

Request for Quotations

REQUEST FOR PROPOSAL (RFP)

TERMS AND CONDITIONS OF THE INVITATION TO BID

INVITATION TO BID FOR CONSTRUCTION OF A MID-BLOCK PEDESTRIAN CROSSING Gateway85 Gwinnett CID May 25, 2018

REQUEST FOR QUOTATION

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055

Request For Proposals Information Technology Services IT Health Check

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT INVITATION FOR BIDS ( IFB )

WUPRPM Regulations and Procedures Effective: November 11, 2005 R. Purchasing and Financial Obligations Revision Date: July 1, 2015.

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

UN HABITAT AFGHANISTAN REQUEST FOR QUOTATION (RFQ) RFQ NO: UN/H/KBL/2018/155. Title of Work:

BID NO FOOD SERVICEE

City, State, Zip Code. BIDS: All Bids shall be submitted on forms supplied by the City of Glasgow Department of Public Works.

SNOW PLOW CUTTING EDGES For the Contract Period 9/1/2017 through 8/31/2018

INVITATION TO BID. Invitation issued by: City of Spring Hill, Spring Hill, Tennessee Kedron Parkway Spring Hill, Tennessee 37174

National Science Foundation Ministry of Science, Technology & Research

Tender #: Cisco Enterprise Licensing Agreement Release Date: February 15, 2018 Closing Deadline: March 1, :00pm Newfoundland Time

REQUEST FOR PROPOSAL (RFP)

INVITATION FOR BID IFB For: Record Storage Services. Notice to Prospective Bidders

The Bid Date has changed to 03/16/2010 at 2:30 PM.

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

CITY OF PASCO REQUEST FOR PROPOSAL TO PROVIDE SERVICES FOR THE Urban Forestry Plan and Urban Forest Inventory

REQUEST FOR PROPOSAL

CNP Bid Refer to Bid# CNP Equipment-2018

Transcription:

Scope and Specifications of the Bid Raymore Peculiar School District REQUEST FOR PROPOSAL FOR: TAB 1 SCOPE: The intent of this bid is to secure wireless access points with cloud management services for the Raymore-Peculiar School District. Minimum Hardware Requirements: 75 Aerohive AP130 (or equivalent)* wireless access points (with 5 yearlicensing) 30 Aerohive AP230 (or equivalent)* wireless access points (with 5 year licensing) The School District is currently using Aerohive and Cisco Meraki access points. The School District is requesting proposals to purchase cloud based controllerless Aerohive access points to be utilized at its school locations. The proposals should include pricing for the Aerohive AP130 and AP230 or its equivalent. If a Service Provider is proposing equipment other than that specified above, detailed specifications must be provided to allow the School District the opportunity to compare all specifications to ensure the products compatibility with the School District s current infrastructure. Detailed specifications should include, but are not limited to, a detailed diagrammatic representation of the School District s infrastructure as it would appear with the addition of the proposed equipment, and a detailed description of the method and manner by which the proposed equipment would be integrated with the School District s current infrastructure. The Board of Education reserves the right to modify the Scope and Specifications as circumstances require, including but not limited to adding, changing, or deleting proposed locations, equipment and services. The Board of Education reserves the right to reject any or all bids and to waive any informality or technicality in bidding, if it be in their best interest to do so. BID SUBMITTED BY: (Company Name) (Address) (City/State/Zip Code)

(Typed Name of Person Submitting the Bid) (Phone #) (Fax #) IMPORTANT DATES: TAB 2 Bid opening: February 1st, 2017 9:00am Location: Administrative Services Center 21005 S. School Rd Peculiar, MO 64078 Room 121 Bid Due Date: February 1, 2017 9:00am THIS IS A FORMAL REQUEST FOR PROPOSAL (RFP) NOT A QUOTE FAXED RESPONSES WILL NOT BE ACCEPTED IN LIEU OF A SEALED DOCUMENT SUBMITTAL REQUIREMENTS and CONTACT INFORMATION: One original and one (1) copy for a total of two (2) complete sets of the bid for Wireless Access Points must be submitted on or before February 1, 9:00 am CST. NOTE: RFP Title and Name of Proposer must appear on the front of sealed envelope. Faxed proposals will not be accepted. Proposals must be received in the Technology Department prior to RFP deadline. If sending by U.S. Postal Service, please allow a minimum of 24 hours for your proposal to be processed and delivered to the Technology Department by the Administrative Mail Center. It is the responsibility of the proposer to ensure delivery of proposal to the Technology Department. Send bids to the following address: Administrative Services Center 21005 S. School Rd. Peculiar, MO 64078 Technology Department Attn: Ryan Gooding A copy of the bid specifications can be found at http://www.raypec.k12.mo.us/bids.aspx All questions and inquiries concerning the content of this bid shall be directed to: Ryan Gooding, Director of Technology, ryan.gooding@raypec.org The bid is to be signed only by an authorized representative of the bidder who has authority to enter into a contract with the District on behalf of the bidder, such as a President, Vice President, or other corporate officer. AUTHORIZED SIGNATURE COMPANY NAME

1 BID FORMAT 1.01 Bid Clarification Questions: After reviewing all bids received in response to this bid, the District may develop a list of clarification questions to be addressed by the Bidder. The District or its agent will send these questions to the Bidder for clarification. The Bidder shall provide a response within three (3) working days following the inquiry. 1.02 Bid Format: Bids shall be submitted by tab number as instructed below. The Bidder agrees and will comply with all provisions and specifications as stated in this bid unless otherwise stated in the Exceptions section of this bid. Any additional cost or factors to meet a specification or requirement must be noted in the Exceptions section. Failure to respond to these requirements may result in the bid being considered non-responsive or not within specifications. A. Tab 1 Minimum Criteria with Bid Submission Information B. Tab 2 Required Documents - Authorized officer s signature C. Tab 3 Completed pricing sheet (please use included form) D. Tab 4 Exceptions 1.03 Request for Bid: It is the sole responsibility of the Bidder to ensure that they have received the entire bid. 1.04 Descriptive Material: The District is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the District. To ensure that sufficient information is available, Bidder must furnish as a part of this bid all descriptive material necessary for the District to (1) determine whether the product offered meets the requirements of the proposal and (2) establish exactly what the Bidder proposes to furnish in terms of supplies, materials, and services. 1.05 Request for Additional Information: Prior to the final selection, Bidders may be required to submit additional information regarding the Bidder s qualifications and experience that the District may deem necessary to further evaluate the bidder s qualifications. 1.06 Bid Award: The bid consists of a base configuration that will be accepted or rejected in its entirety and bid options that the District may accept or reject individually without regard to the listing order of the option, but only as the District determines is in its best interest. 1.07 Right to Accept/Reject: The District reserves the right to reject any bids that do not conform to the requirements of this bid or all bids. 1.08 Denial of Reimbursement: The District will not reimburse Bidders nor have any liability for any costs associated with the preparation and submittal of any bid, or for any travel and/or per diem costs that are incurred. 1.09 Gratuity Prohibition: Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the District for the purpose of influencing consideration of this bid.

1.10 Right of Withdrawal: A bid may not be withdrawn before the expiration of Sixty (60) days from the bid due date. 1.11 Rights to Submitted Material: A. All bids, responses, inquiries, or correspondence relating to or in reference to this bid, and all reports, charts, and other documentation submitted by Bidders shall become the property of the District when received. B. The District reserves the right to retain all bids submitted and to use any ideas in a bid regardless of whether that bid is selected. Submission of a bid indicates acceptance by the Bidder of the conditions contained in this bid. 1.12 Submittal of Qualifications: Bidders must submit experience and qualifications as described in the bid. Additional information may be submitted and/or requested by the District as appropriate to further describe vendor and provide product capabilities. 1.13 Code Integrity Warranty: The Vendor warrants and represents that the Vendor s software, other than the key software, does not and will not contain any program routine, device, code or instructions (including any code or instructions provided by third parties) or other undisclosed feature, including, without limitation, a time bomb, virus, software lock, drop-dead device, malicious logic, worm, Trojan horse, bug, error, defect or trap door that is capable of accessing, modifying, deleting, damaging, disabling, deactivating, interfering with or otherwise harming the software, any computers, networks, data or other electronically stored information, or computer programs or systems (collectively, "disabling procedures"). Such representation and warranty applies regardless of whether such disabling procedures are authorized by the Vendor to be included in the Vendor s software. If the Vendor incorporates into the software programs or routines supplied by other vendors, licensors or contractors (other than the key software), the Vendor shall obtain comparable warranties from such providers or the Vendor shall take appropriate action to ensure that such programs or routines are free of disabling procedures. Notwithstanding any other limitations in this agreement, the Vendor agrees to notify the District immediately upon discovery of any disabling procedures that are or may be included in the software, and, if disabling procedures are discovered or reasonably suspected to be present in the Vendor s software, The Vendor, as its entire liability and District s sole and exclusive remedy for the breach of the warranty agrees to take action immediately, at its own expense, to identify and eradicate (or to equip the District to identify and eradicate) such disabling procedures and carry out any recovery necessary to remedy any impact of such disabling procedures.

PART A: Equipment TAB 3 Desktop Computers TYPE Type Qty Brand & Model Meets All Specifications Unit Price Extended Price Wireless AP 75 Aerohive AP130 (or equivalent) Yes No Cloud License 75 5 Year licensing Wireless AP 30 30 Aerohive AP230 (or equivalent) Yes No Cloud License 30 5 Year licensing TOTAL PART B: Service to be performed by vendor 1. Replacement of any defective product or failures that occur within 30 days of invoice: $ 2. Shipping $ 3. Total per unit for all services listed above: $ Tab 4: Exceptions: