Bid No November 29, 2016

Purchasing Department Phone (251)221-4473 Fax (251)221-4472 purchasing.mcpss.com Bid No. 16-117 November 29, 2016 BU YE R : R H ON D A W I L L I A ...
Author: Jonas McGee
8 downloads 1 Views 2MB Size
Purchasing Department

Phone (251)221-4473 Fax (251)221-4472 purchasing.mcpss.com Bid No. 16-117

November 29, 2016

BU YE R : R H ON D A W I L L I A MS

INVITATION TO BID WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES

Sealed proposals will be received by the Board of School Commissioners of Mobile County, Alabama at its Purchasing Department, 1 Magnum Pass, Mobile, Alabama 36618, until Tuesday, January 3, 2017 @ 9:30 AM at which time they will be publicly opened and read aloud. The submission of the bid by the vendor, acceptance and award of the bid by the School Board of Mobile County, Alabama, and subsequent purchase orders issued against said award shall constitute a binding, enforceable contract. Unless stipulated in the bid documents, no other contract documents shall be issued. 1. The undersigned, as bidder, hereby declares that I have examined the Instructions, General Terms, Conditions and Specifications, and affirm that I have not been in any agreement or collusion among bidders, employees of the Mobile County Public School System, or prospective bidders in restraint of freedom of competition. Furthermore, I understand that fraudulent and collusive bidding is a crime and can result in fines and prison sentences. 2. Bidder has become fully familiar with the general terms, conditions and specifications of this bid request and agrees to abide by all conditions stated herein: 3. Bidder agrees to VISA® Virtual Credit Card Program through AOC/Regions Bank for invoice payments in place of a check to pay for purchases from this solicitation. See payment terms for more information.

PLEASE PRINT OR TYPE BELOW Legal Name of Vendor:_________________________________________________________ Mailing Address:_______________________________________________________________ City, State, Zip Code:___________________________________________________________ (List Toll Free Number if Applicable) Telephone Number:__________________________ Fax ______________________________ Email Address of Contact Person:_____________________________________________________ ___________________________________ Authorized Signature

_________________________________ Authorized Name(Typed or Printed)

THIS COMPLETED FORM MUST APPEAR AS THE TOP SHEET FOR ALL BIDS SUBMITTED Rev. October 20, 2015

VENDOR BID REGISTRATION Vendors:

Our records indicate you are registered to receive “Invitation to Bids” from Mobile County Public School System. The Mobile County School System is changing the way vendors are notified for Invitation to Bids. Currently, we are sending post card notifications by US Mail to all vendors who are registered.

The NEW NOTIFICATION PROCESS will begin and consist of the vendor receiving an email notification of Invitation to Bids. A web site has been established for vendors to register and select the bid categories from which they want to receive bid invitations. These are the steps you need to take:

1. Go to Https://bidreg.mcpss.com/ezregistration.html 2. Select “New Applicant” and you will create a user name and password, and then follow the prompts. 3. Please note the email bid notifications will be sent from [email protected] save this in your address directory to prevent email being sent to SPAM. Even though vendors are currently registered to receive bids, all vendors MUST register in the new database in order to receive an ITB “Invitation to Bid” . If you do not register, you will not receive an ITB. Also, all vendors are responsible for maintaining their vendor profile in the database for such things as address, contact info, email, bid categories, etc…… This information needs to stay current to assure you receive ITB’s. I would strongly encourage vendors to visit MCPSS.com once a week to be knowledgeable of all bid activity. Thank you for your cooperation as this will allow us to drastically reduce postage costs and work more efficiently. Please feel free to contact us if you have questions at 251-2214473.

GENERAL TERMS AND CONDITIONS MOBILE COUNTY PUBLIC SCHOOL’S PURCHASING DEPT. 1. ALABAMA IMMIGRATION LAW COMPLIANCE: As a Contractor/Vendor as defined in the Act, to the Local Board of Education (Board), it is crucial to your relationship (future or continuing) with the Board that you comply with the Immigration Reform Act of 1986, as amended by the Immigration Act of 1990, and the BeasonHammon Alabama Taxpayer and Citizen Protection Act. Accordingly please provide your Affidavit of Immigration Compliance. These documents can be found in the following bid package along with a compliance check list. 2.ADDITIONAL ORDERS: Unless it is specifically stated to the contrary in the bid response, the School District reserves the option to place additional orders against a contract awarded as a result of this solicitation at the same terms and conditions; to extend the renewal date until a new bid is in place, if it is mutually agreeable. 3. ADDENDA: If it becomes necessary to revise any part of this bid, a written addendum will be provided to all bidders that are registered with the Purchasing Department. The Board is not bound by any oral representations, clarifications, or changes made in the written specifications by the school’s employees, unless such clarification or change is provided to bidders in written addendum form from Purchasing Department. 4. APPLICABLE LAW: This contract shall be construed and interpreted according to Alabama Law. 5. ASSURANCE OF NON-CONVICTION OF BRIBERY: The bidder hereby declares and affirms that, to its best knowledge, none of its officers, directors, or partners and none of its employees directly involved in obtaining contracts has been convicted of bribery, attempted bribery or conspiracy to bribe under the laws of any state or Federal government. 6. AWARD CONSIDERATION: The following factors will be considered in determining the lowest responsible bidder: Overall quality, Conformity with specifications both general and specific, Purposes for which materials or services are required, Delivery dates and time required for delivery, Unit acquisition cost, financial ability to meet the contract, previous performance, facilities and equipment, availability of repair parts, experience, delivery promise, terms of payments, compatibility as required, other costs, and other objective and accountable factors which are reasonable. 7. BID AND PERFORMANCE SECURITY:If bid security is required, a bid bond or cashier’s check in the amount indicated on the bid cover must accompany the bid and be made payable to Board of School Commissioners of Mobile County. Corporate or certified checks are not acceptable. Bonds must be in a form satisfactory to the School District and underwritten by a company licensed to issue bonds in the State of Alabama. If bid security fails to accompany the bid, it shall be deemed unresponsive, unless the Purchasing Manager deems the failure to be nonsubstantial. All checks will be returned to the bidders within five (5) days after the contract has been Board approved. If a performance bond is required, the successful bidder will be notified after the awarding of the contract. REVISED 11/04/16

8.BRAND NAMES: The name of a certain brand, make, model number, manufacturer, or definite specification is to denote the quality standard of the article desired, but does not restrict the bidder to the particular brand, make, model number, manufacturer, or specification named. It is set forth to convey the general style, character, and quality of the item desired to the prospective bidder. Whenever the words "or approved equal" appear in the specifications, they shall be interpreted to mean an item of material or equipment similar to that named, which is approved by the Purchasing Department or their designated representatives. The burden of proof that alternate brands are in fact equal or better falls on the bidder, and proof must be to the Board’s satisfaction. 9. CONFLICT OF INTEREST: Section 36-25-9 of the Code of Alabama states: “No member of any county or municipal agency, board, or commission shall vote or participate in any matter in which the member or family member of the member has any financial gain or interest” Employees may not use their offices or positions for personal gain and must adhere to applicable provisions of the Alabama Ethics Law and the MCPSS Board policy 6.10 concerning Ethics. Further information can be found on both the Alabama Ethics Commission’s and MCPSS Website. 10.DELIVERY OF BIDS: Bids must be received in the Purchasing Office by the the date and time specified on the bid cover. All bids will be accepted until the time and date stated on the bid cover. No bids will be accepted that extend past the time and date on the bid cover. The time of receipt shall be determined by the time clock stamp in the Purchasing Department. Bids submitted by U.S. Mail must be addressed to the Board of School Commissioners, Purchasing Office, P.O. Box 180069, Mobile, AL 36618; when using other couriers, send to the Board of School Commissioners, Purchasing Office, 1 Magnum Pass, Mobile, AL 36618. The School District accepts no responsibility for premature opening of bid response not properly identified or late arrival of a bid response for whatever reason. No fax or emails will be accepted. The Board will not be responsible in the event the U.S. Postal Service or any other courier system fails to deliver the proposal to the Board of School Commissioners, Purchasing Department by the time stated in the bid request. All bids shall remain firm for acceptance by the Board for a period of 60 days from the date of bid opening. If the School System is closed for any reason, including but not limited to: Acts of God, strikes, lockouts, riots, acts of war, epidemics, governmental regulations superimposed after the fact, fire, earthquakes, floods, or other natural disasters (the “Force Majeure Events”) which closure prevents the opening of bids at the advertised date and time, all bids received shall either be publicly opened and read aloud on the next business day that the department opens at the advertised time or the bid opening will be extended by sending out an addendum that states the new date and time to all registered bidders.

GENERAL TERMS AND CONDITIONS MOBILE COUNTY PUBLIC SCHOOL’S PURCHASING DEPT. 11.ERRORS IN BIDS: Bidders are assumed to be informed regarding conditions, requirements, and specifications prior to submitting bids. Failure to do so will be at the bidder’s risk. Bids already submitted may be withdrawn without penalty prior to bid opening. Errors discovered after the bid opening may not be corrected. 12.HAZARDOUS AND TOXIC SUBSTANCES: Bidder must comply with all applicable Federal, State, County and City laws, ordinances and regulations relating to hazardous and toxic substances, including such laws, ordinances and regulations pertaining to information hazardous and toxic substances, and as amended from time to time. Bidder shall provide the School District with a “Material Safety Data Sheet” if required. 13. INVOICING, DELIVERY, PACKAGING: Invoices shall be prepared only after ordered materials have been delivered. Payment will be made in accordance with Terms of Payment in the Minimum Specifications. District personnel may choose to use a VISA® Purchasing Card and EPayables process for invoice payments in place of a check to pay for purchases from this solicitation. Unless exception is noted in the bid response, the bidder by submitting a bid, agrees to accept the VISA® purchasing card and E-Payables process, as an acceptable form of payment and may not add additional service fees/handling charges to purchases made with the VISA® purchasing card. Refusal to accept this condition may cause your bid to be declared non-responsive. All invoices must show the purchase order number. Vendors shall not ship any material without an authorized purchase order from the Board of School Commissioners of Mobile County or local school. All packages delivered must show the purchase order number. The successful bidder will be required to furnish all materials, equipment, and/or service called for at the bid price quoted. In the event the bidder fails to deliver within a reasonable period of time, as determined by the Board, the right is reserved to cancel the award and subsequent purchase order and purchase from the next lowest responsible bidder the items needed. The original bidder will be back charged the difference between the original contract price and the price the Board has to pay as a result of the failure to perform by the original contractor. All bids will remain firm for acceptance for 60 days from the date of bid opening. Prices shall be net F.O.B.; School Site, Mobile County, AL. The title and risk of loss of the goods will not pass to the Board, Departments, Schools until receipt and acceptance takes place at the F.O.B. point. 14. INSPECTION OF PREMISES: At reasonable times, the Board may inspect those areas of the contractor’s place of business that are related to the performance of a contract. If the Board makes such an inspection, the contractor must provide reasonable assistance. The Board reserves the right on demand and without notice all the vendor’s files associated with a subsequent contract where payments are based on contractor’s record of time, salaries, materials, or actual

REVISED 11/04/16

expenses. This same clause will apply to any subcontractors assigned to the contract. 15. INSURANCE: If a contract results from this bid, the contractor shall maintain such insurance as will indemnify and hold harmless the School District from Workmen’s Compensation and Public Liability claims for property damage and personal injury, including death, which may arise from the contractor’s operations under this contract, or by anyone directly or indirectly employed by him/her. 16. INVITATION TO BID: Any provisions made in the Invitation for Bid supersedes any provisions outlined here in the General Terms and Conditions. 17. NON-DISCRIMINATION: The Board provides equal opportunities for all businesses and does not discriminate against any vendor regardless of race, color, creed, sex, national origin, or disability in consideration for an award. 18. PRODUCT TESTING: Vendor shall incur all cost involved in obtaining an Independent Laboratory Test if the Board deems necessary during the term of the contract or before the contract is awarded. The Board reserves the right to request a demonstration of any product or service before making the award at no additional cost to the school district. The time frame of the testing will be mutually agreed upon by both parties. 19. PATENTS: Bidders guarantees that the sale and/or use of goods will not infringe upon any U.S. or foreign patent. Bidder will at his/her own expense, indemnify, protect and save harmless the School District, employees on any claims arising out of the purchase of goods or services. 20. PROTESTS: Any protest to the Board’s consideration of any bid must be submitted in writing and received by the Purchasing Director no later than five (5) calendar days after awarding date of the bid. If needed, The Chief Financial Officer will send a written reply to the protesting bidder. The Board of Education is the final authority on issues relating to this contract. The Purchasing Director is the Board’s representative in the award and administration of this contract, and will issue and receive all documents, notices and correspondence. The decision of the Board of Education is final, conclusive, and binding on all parties concerned. 21. PREPARATION OF BID: All bids shall be typewritten or in ink on the form(s) prepared by the Board. Bids prepared in pencil will not be accepted. All proposals must be signed by officials of the corporation or company duly authorized to sign bids. Any bid submitted without being signed will automatically be rejected. All corrections or erasures shall be initialed and dated by the person authorized to sign bids. If there are discrepancies between unit prices quoted and extensions, the unit price will prevail. 22. PRICING: Prices quoted shall be delivered prices and shall include any and all costs, charges, taxes, and fees i.e. the Board shall only pay the price and amount quoted and nothing more. 23. PURCHASES: Once the bid is board approved, a letter will be issued to the awarded vendor(s). This letter does not

GENERAL TERMS AND CONDITIONS MOBILE COUNTY PUBLIC SCHOOL’S PURCHASING DEPT. authorize to make purchases. Purchase orders will be issued as authorization for all purchases. 24. QUESTIONS/CONTACT: All questions must be directed to the buyer listed on the particular bid. Clarification will be made only by written addenda sent to all registered bidders. The Board will not be responsible for verbal answers regarding the intent or meaning of the specifications or for any verbal instructions given prior to the bid opening. Bidders shall not contact any member of the Mobile County School Board, Superintendent, or Staff regarding this bid prior to such bid has been Board approved. Any such contact shall be cause for rejection of your proposal. 25. REJECTION OF BIDS: Mobile County school District reserves the right to accept or reject any or all bids in whole or in part for any reason, to waive technicalities or informalities, or to advertise for new proposals, if, in the judgment of the awarding authority, the best interest of the School District will be promoted thereby. Bidders may be disqualified and rejection of proposals may be recommended to for any of (but not limited to) the following causes: Failure to use the bid forms furnished by the Board of School Commissioners, Lack of signature by an authorized representative on the bid form, Failure to properly complete the bid form and vendor compliance, Default on previous contracts, Evidence of collusion among bidders, Unauthorized alteration of the bid form. 26. SAMPLES: Bidders will not be required to furnish samples at the time of bid opening, unless specifically called for. The Board reserves the right to request samples after bid opening to assist in the evaluation of proposals submitted. 27. TABULATION: Bid results are posted on Purchasing’s web site, and will remain for sixty (60) days after the posting date. The awarding bidders will be sent a written notification via mail. 28. TERMINATION BASED ON LACK OF FUNDING: Any contract awarded as a result of this solicitation will be subject to funding and continued appropriation of sufficient funds for the contract. For purposes of this solicitation, the appropriating authority is deemed to be the Board of School Commissioners of Mobile County. Insufficient funds shall be the grounds for immediate termination of this solicitation. 29. TERMINATION FOR THE CONVENIENCE OF THE BOARD: The performance of the work or services under a contract as a result of this solicitation may be terminated in whole or part, whenever the Purchasing Manager shall deem that termination is in the best interest of the School District. Such determination shall be in the sole discretion of the Purchasing Manager. In such event, the School District shall be liable only for payment in accordance with the payment provisions of the contract for work or services performed or furnished prior to the effective date of termination. Termination hereunder shall become effective by delivery to contractor of written notice of termination upon which date the termination shall become effective. 30. TERMINATION FOR DEFAULT: If an award results from this bid, and the contractor has not performed or has REVISED 11/04/16

unsatisfactorily performed the contract, payment shall be withheld at the discretion of the School District. Failure on the part of the contractor to fulfill contractual obligations shall be considered just cause for the termination of the contract, and the contractor is not entitled to recover any costs incurred by the contractor up to the date of termination. 31.WARRANTY: The bidder expressly warrants that all articles, material and work offered shall conform to each and every specification, drawing, sample, or other description which is furnished to or adopted by the School District, and that it will be fit and sufficient for the purpose intended, merchantable, of good material and workmanship, and free from defect. The bidder further warrants all items for a period of one year, unless otherwise stated, from the date of acceptance of the items delivered and installed or work completed. All repairs, replacements, or adjustments during the warranty period shall be at the bidder’s sole expense. 32. VENDOR LIST: A bidder may be removed from the Qualified Vendor List if a vendor fails to respond to three (3) consecutive ITB’s. A properly submitted “No Bid” is considered as a response and the vendor will receive credit for the response. THE BOARD MAY REJECT ANY BID FOR FAILURE BY THE BIDDER TO COMPLY WITH ANY REQUIREMENTS STATED ABOVE IN THE BID PROPOSAL OR IN ATTACHMENTS THERETO WHICH BECOME PART OF THE BID. THE SCHOOL BOARD OF MOBILE COUNTY, ALABAMA __________________________________ RUSSELL HUDSON DIRECTOR OF PURCHASING

VENDOR DISCLOSURE STATEMENT Information and Instructions Act 2001-955 requires the disclosure statement to be completed and filed with all proposals, bids, contracts, or grant proposals to the State of Alabama in excess of $5,000. The disclosure statement is not required for contracts for gas, water, and electric services where no competition exits, or where rates are fixed by law or ordinance. In circumstances where a contract is awarded by competitive bid, the disclosure statement shall be required only from the person receiving the contract and shall be submitted within ten (10) days of the award. A copy of the disclosure statement shall be filed with the awarding entity and the Department of Examiners of Public Accounts and if it pertains to a state contract, a copy shall be submitted to the Contract Review Permanent Legislative Oversight Committee. The address for the Department of Examiners of Public Accounts is as follows: 50 N. Ripley Street, Room 3201, Montgomery, Alabama 36130-2101. If the disclosure statement is filed with a contract, the awarding entity should include a copy with the contract when it is presented to the Contract Review Permanent Legislative Oversight Committee. The State of Alabama shall not enter into any contract or appropriate any public funds with any person who refuses to provide information required by Act 2001-955. Pursuant to Act 2001-955, any person who knowingly provides misleading or incorrect information on the disclosure statement shall be subject to a civil penalty of ten percent (10%) of the amount of the transaction, not to exceed $10,000.00. Also, the contract or grant shall be voidable by the awarding entity. Definitions as Provided in Act 2001-955 Family Member of a Public Employee - The spouse or a dependent of the public employee. Family Member of a Public Official - The spouse, a dependent, an adult child and his or her spouse, a parent, a spouse's parents, a sibling and his or her spouse, of the public official. Family Relationship - A person has a family relationship with a public official or public employee if the person is a family member of the public official or public employee. Person - An individual, firm, partnership, association, joint venture, cooperative, or corporation, or any other group or combination acting in concert. Public Official and Public Employee - These terms shall have the same meanings ascribed to them in Sections 36-25-1(23) and 36-25-1(24), Code of Alabama 1975, (see below) except for the purposes of the disclosure requirements of this act, the terms shall only include persons in a position to influence the awarding of a grant or contract who are affiliated with the awarding entity. Notwithstanding the foregoing, these terms shall also include the Governor, Lieutenant Governor, members of the cabinet of the Governor, and members of the Legislature. Section 36-25-1(23), Code of Alabama 1975, defines a public employee as any person employed at the state, county or municipal level of government or their instrumentalities, including governmental corporations and authorities, but excluding employees of hospitals or other health care corporations including contract employees of those hospitals or other health care corporations, who is paid in whole or in part from state, county, or municipal funds. For purposes of this chapter, a public employee does not include a person employed on a part-time basis whose employment is limited to providing professional services other than lobbying, the compensation for which constitutes less than 50 percent of the part-time employee's income. Section 36-25-1(24), Code of Alabama 1975, defines a public official as any person elected to public office, whether or not that person has taken office, by the vote of the people at state, county, or municipal level of government or their instrumentalities, including governmental corporations, and any person appointed to a position at the state, county, or municipal level of government or their instrumentalities, including governmental corporations. For purposes of this chapter, a public official includes the chairs and vice-chairs or the equivalent offices of each state political party as defined in Section 17-16-2, Code of Alabama 1975. Instructions Complete all lines as indicated. If an item does not apply, denote N/A (not applicable). If you cannot include required information in the space provided, attach additional sheets as necessary. The form must be signed, dated, and notarized prior to submission.

State of Alabama Disclosure Statement (Required by Act 2001-955) ENTITY COMPLETING FORM

ADDRESS

CITY, STATE, ZIP

TELEPHONE NUMBER

(

)

STATE AGENCY/DEPARTMENT THAT WILL RECEIVE GOODS, SERVICES, OR IS RESPONSIBLE FOR GRANT AWARD

ADDRESS

CITY, STATE, ZIP

TELEPHONE NUMBER

(

)

This form is provided with:



Contract



Proposal



Request for Proposal



Invitation to Bid



Grant Proposal

Have you or any of your partners, divisions, or any related business units previously performed work or provided goods to any State Agency/Department in the current or last fiscal year?



 No Yes If yes, identify below the State Agency/Department that received the goods or services, the type(s) of goods or services previously provided, and the amount received for the provision of such goods or services. STATE AGENCY/DEPARTMENT

TYPE OF GOODS/SERVICES

AMOUNT RECEIVED

Have you or any of your partners, divisions, or any related business units previously applied and received any grants from any State Agency/Department in the current or last fiscal year?



 No Yes If yes, identify the State Agency/Department that awarded the grant, the date such grant was awarded, and the amount of the grant. STATE AGENCY/DEPARTMENT

DATE GRANT AWARDED

AMOUNT OF GRANT

1. List below the name(s) and address(es) of all public officials/public employees with whom you, members of your immediate family, or any of your employees have a family relationship and who may directly personally benefit financially from the proposed transaction. Identify the State Department/Agency for which the public officials/public employees work. (Attach additional sheets if necessary.) NAME OF PUBLIC OFFICIAL/EMPLOYEE

ADDRESS

OVER

STATE DEPARTMENT/AGENCY

2. List below the name(s) and address(es) of all family members of public officials/public employees with whom you, members of your immediate family, or any of your employees have a family relationship and who may directly personally benefit financially from the proposed transaction. Identify the public officials/public employees and State Department/Agency for which the public officials/public employees work. (Attach additional sheets if necessary.) NAME OF FAMILY MEMBER

NAME OF PUBLIC OFFICIAL/ PUBLIC EMPLOYEE

ADDRESS

STATE DEPARTMENT/ AGENCY WHERE EMPLOYED

If you identified individuals in items one and/or two above, describe in detail below the direct financial benefit to be gained by the public officials, public employees, and/or their family members as the result of the contract, proposal, request for proposal, invitation to bid, or grant proposal. (Attach additional sheets if necessary.)

Describe in detail below any indirect financial benefits to be gained by any public official, public employee, and/or family members of the public official or public employee as the result of the contract, proposal, request for proposal, invitation to bid, or grant proposal. (Attach additional sheets if necessary.)

List below the name(s) and address(es) of all paid consultants and/or lobbyists utilized to obtain the contract, proposal, request for proposal, invitation to bid, or grant proposal: NAME OF PAID CONSULTANT/LOBBYIST

ADDRESS

By signing below, I certify under oath and penalty of perjury that all statements on or attached to this form are true and correct to the best of my knowledge. I further understand that a civil penalty of ten percent (10%) of the amount of the transaction, not to exceed $10,000.00, is applied for knowingly providing incorrect or misleading information.

Signature

Date

Notary’s Signature

Date

Date Notary Expires

Act 2001-955 requires the disclosure statement to be completed and filed with all proposals, bids, contracts, or grant proposals to the State of Alabama in excess of $5,000.

Mobile County School Board Accounts Payable Department What is a Virtual Credit Card? The District has adopted the use of a VISA Virtual Credit Card powered by AOC/Regions Bank. AOC receives invoice and purchase order details from Accounts Payable and assigns a one-time use credit card number. The VISA Virtual Credit Card allows the District to pay vendors via a credit card and turn around a vendor payment in a shorter time frame than the current paper check you now receive.

How Does Virtual Credit Card Work? •

After goods are delivered and/or services rendered, vendors submit invoices to the Account Payable Department according to the current process.



When Accounts Payable has authorization of a match (purchase order and invoice) and the invoice(s) are due for payment according to your current payment terms with the District the payment process begins.



The vendor then receives an email notification of the payment from the District



The vendor then logs into a secure site from the email received and puts in the assigned PIN number. Each payment notification will include the card number, expiration date, security code, payment amount and invoice and/or PO numbers.



Once the vendor receives the email, the credit card has been authorized to be charged for the amount listed in the email. When the vendor charges the card as authorized in the email, the virtual card will no longer be available for charges. When the next payment is provided the vendor will receive a new card number, security code and expiration date with invoice amount and/or PO number.

What are the Benefits to using the VISA Virtual Card? •

Receive payments 7 -10 days sooner; resulting in a quicker cash flow for day to day operations or investments.



Reduce the cost of paper processing and employee time spent on preparing and making bank deposits.



Void the risk of lost or stolen checks



Quickly reduce outstanding accounts receivable balances.

How do I Participate in the VISA Virtual Card Program? Simply contact the Mobile County School Board Accounts Payable Department at (251)221-4437 and request to be enrolled in the VISA Virtual Card Program through AOC/Regions Bank.

AOC/Regions Bank VISA Virtual Card Vendor Enrollment Data Elements 1. 2. 3. 4. 5. 6.

Vendor Number (Internal Use Only- MCPSS) Vendor Name Vendor Address Accounts Receivable Contact Name Accounts Receivable Contact Email Accounts Receivable Contact Phone Number

Vendor please provide and complete below:

Vendor Name __________________________________________________________________________________

Vendor Address __________________________________________________________________________________

Vendor A/R Contact Name __________________________________________________________________________________

Vendor A/R Email Address __________________________________________________________________________________

Vendor A/R Phone Number __________________________________________________________________________________

If you have any questions please contact Chuck Harben in Accounts Payable 251-221-4437 or email [email protected].

IMMIGRATION LAW COMPLIANCE CONFIRMATION REQUEST: AFFIDAVIT OF ALABAMA IMMIGRATION COMPLIANCE

Vendor Information Name: Address: Street Address

Suite/Unit #

City

Phone:

(

State

)

Alternate Phone:

(

ZIP Code

)

Please Read the attached Immigration Notice and Select one (1) of the Following:

†

The Alabama Immigration Law DOES NOT apply to the above named company. Please explain:

_______________________________________________________________________________ ________________________________________________________________________________

†

The Alabama Immigration Law DOES apply to the above named company and the documents are on file with Mobile County School System

†

The Alabama Immigration Law DOES apply to the above named company and the

AFFIDAVIT OF ALABAMA

IMMIGRATION COMPLIANCE DOCUMENTS are ATTACHED with the Bid Response The documents are available at www.mcpss.com/immigrataion and www.dhs.gov/e-verify

Employee Signature

Date

BOARD OF SCHOOL COMMISSIONERS

MOBILE COUNTY PUBLIC SCHOOLS VENDOR MINORITY QUESTIONNAIRE BID NO#: 16-117 Please complete this form and return it with your bid proposal. Should you choose not to bid at this time, please complete this form and forward back to our office as soon as possible. It is necessary that you check all categories that apply to your company. Failure to comply could result in rejection of your proposal and/or removal of your name from our bidder's list, as we are now required to provide this information to the State Department. VENDOR NAME: ________________________________________ ADDRESS:

________________________________________

PHONE #:

________________________________________

FAX #:

________________________________________

IS THE COMPANY MINORITY OWNED?:

____YES

____NO

IS THE COMPANY OWNED BY:

____MALE

____FEMALE

IS THE COMPANY INCORPORATED

____YES

____NO

___BOTH

ETHNICITY OF OWNERSHIP: ____ ASIAN AMERICAN ____ AMERICAN INDIAN ____ BLACK ____ DISABLED ____ HISPANIC ____ OTHER (PLEASE SPECIFY):__________________________________

SIGNATURE: ____________________________________ PRINT NAME: ____________________________________ TITLE:

____________________________________

DATE:

____________________________________

Revised 6/27/07

Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section 3017.510, Participants' responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Reqister (pages 1722-1733). Copies of the regulations may be obtained by contacting the Department of Agriculture agency offering the proposed covered transaction. (BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON REVERSE) (1)

The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification; and (d) have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default.

(2)

Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

____________________________________________________________________________ Organization Name PR/Award Number of Project Name ____________________________________________________________________________ Name(s) and Title(s) of Authorized Representative(s) ____________________________________________________________________________ Signature(s) Date

Form AD-1047 (1/92)

INSTRUCTIONS FOR CERTIFICATION 1.

By signing and submitting this form, the prospective primary participant is providing the certification set out on the reverse side in accordance with these instructions.

2.

The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out on this form. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction.

3.

The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default.

4. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reasons of changed circumstances. 5.

The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction”, “participant," "primary covered transaction," "principal," "proposal," and "voluntarily excluded,” as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of those regulations.

6.

The prospective primary participant agrees by submitting this form that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction.

7.

The prospective primary participant further agrees by submitting this form that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.

8.

A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List.

9

Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

10. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default.

Form AD-1047 (1/92)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117

Table of Contents CHECKLIST.............................................................................................................................................. I SECTION 1 – INTRODUCTION .................................................................................................... 1-1 1-1.

General Information .......................................................................................................................... 1-1

1-2.

Questions ........................................................................................................................................... 1-1

1-3.

State Requirement for Contract Language .................................................................................. 1-2

1-4.

Schedule of Events ........................................................................................................................... 1-2

1-5.

Incorporation of Vendor’s Response into Contract.................................................................... 1-3

SECTION 2 – SPECIFICATIONS ................................................................................................. 2-1 2-1.

Period of Performance ..................................................................................................................... 2-1

2-2.

Current Systems and Connectivity ................................................................................................ 2-1

2-3. Service Requirements ...................................................................................................................... 2-1 2-3-1. Wide Area Network (WAN) Requirements .............................................................................. 2-2 2-3-1-1. WAN Configuration..................................................................................................................... 2-10 2-3-1-2. Other WAN Requirements ........................................................................................................ 2-10 2-3-1-3. Optional WAN Requirements ................................................................................................... 2-11 2-3-2. Internet Connectivity .................................................................................................................. 2-11 2-3-2-1. Other Internet Connectivity Requirements .......................................................................... 2-12 2-3-2-2. Optional Internet Connectivity Requirements ..................................................................... 2-12 2-3-2-3. Additional Firewall & Content Filtering Required Services ............................................. 2-13 2-3-2-3-1. Description of Proposed Firewall & Content Filtering.................................................. 2-13 2-3-3. Voice Over Internet Protocol (VoIP) Service Requirements ............................................ 2-13 2-3-3-1. VoIP System Features and Minimum Capabilities ............................................................. 2-14 2-3-3-2. Call Quality ................................................................................................................................... 2-16 2-3-3-3. VLANs, Quality of Services (QoS) and Security ................................................................. 2-16 2-3-3-4. Class of Service Restrictions .................................................................................................. 2-16 2-3-3-5. Dial Plan ........................................................................................................................................ 2-17 2-3-3-6. VoIP Phones/Handsets .............................................................................................................. 2-17 2-3-3-6-1. Lease Pricing Option (Not Eligible for E-rate Funding)............................................... 2-17 2-3-3-6-2. Purchase Pricing Option (Not Eligible for E-rate Funding) ......................................... 2-18 2-3-3-6-3. Handset Specifications ......................................................................................................... 2-18 2-3-3-7. Description of Proposed VoIP Solution ................................................................................ 2-18 2-3-3-7-1. Additional VoIP Proposal Requirements ......................................................................... 2-19 2-3-3-8. Testing and Acceptance Plan .................................................................................................. 2-19 2-3-3-8-1. Required Elements of Testing and Acceptance Plan ................................................... 2-20 2-3-3-9. Reporting ...................................................................................................................................... 2-21 2-3-3-9-1. Quality/Metrics Reporting .................................................................................................... 2-21 2-3-3-9-2. Call Detail Recording Reports ............................................................................................ 2-21

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 2-3-4. 2-3-5. 2-3-6. 2-3-7. 2-3-7-1. 2-3-7-2. 2-3-7-3. 2-3-7-4. 2-3-7-5. 2-3-7-6. 2-3-7-7. 2-3-7-7-1. 2-3-7-7-2.

Integrated Services Solutions ................................................................................................. 2-21 Reliability and Availability ........................................................................................................ 2-21 Upgrade ......................................................................................................................................... 2-22 Maintenance, Support Services, and Training .................................................................... 2-22 24 X 7 Proactive Monitoring Services .................................................................................... 2-22 Single Customer Contact .......................................................................................................... 2-22 Trouble Ticketing Service ......................................................................................................... 2-22 Dispatch Services ....................................................................................................................... 2-23 Change Control ........................................................................................................................... 2-23 Documentation ............................................................................................................................ 2-24 Training ......................................................................................................................................... 2-24 VoIP Training ........................................................................................................................... 2-24 Optional Additional Training ............................................................................................... 2-25

2-4.

Implementation Timeframe ........................................................................................................... 2-25

2-5.

WAN Construction Timeline Limitations/Conditions to Enable E-rate Funding.................. 2-25

2-6. Installment Payment Option for Leased Lit Fiber One-time Construction/Special Construction Charges ................................................................................................................................. 2-26 2-7.

Project Management Requirement .............................................................................................. 2-26

2-8.

Network Design/Diagram and Descriptions ............................................................................... 2-27

2-9.

Transition and Implementation Plan ........................................................................................... 2-27

2-10.

Vendor Team .................................................................................................................................... 2-27

2-11.

Site Additions and Termination of Services due to Site Closures ......................................... 2-27

2-12. E-rate Documentation .................................................................................................................... 2-27 2-12-1. E-rate Program Eligibility .......................................................................................................... 2-27 2-12-2. E-rate Application and Review Support ................................................................................ 2-28

SECTION 3 – VENDOR QUALIFICATIONS ............................................................................. 3-1 3-1.

Reference List.................................................................................................................................... 3-1

3-2.

Continuous Business Operations .................................................................................................. 3-1

3-3.

Vendor Qualifications/Experience ................................................................................................. 3-1

3-4.

Vendor Specializations/Certifications ........................................................................................... 3-1

SECTION 4 – GENERAL TERMS & CONDITIONS OF INVITATION TO BID .............. 4-1 4-1.

Response Submission ..................................................................................................................... 4-1

4-2.

Costs Associated With Preparation of Vendor’s Response ..................................................... 4-1

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 4-3.

Pre-Bid Conference .......................................................................................................................... 4-1

4-4.

Interpretation and Changes ............................................................................................................ 4-1

4-5.

Addendum .......................................................................................................................................... 4-2

4-6.

Proposal Bidding Period ................................................................................................................. 4-2

4-7.

Omissions .......................................................................................................................................... 4-2

4-8.

Terms of Payment ............................................................................................................................. 4-2

4-9.

Financing ............................................................................................................................................ 4-3

4-10. Vendor Invoicing of the Universal Service Administration Company, Schools and Libraries Division............................................................................................................................................................. 4-3 4-11.

Lease ................................................................................................................................................... 4-3

4-12.

Price Quotations ............................................................................................................................... 4-3

4-13.

Lowest Corresponding Price .......................................................................................................... 4-4

4-14.

Quality of Services & Competitive Rates ...................................................................................... 4-4

4-15.

Product/Service Equivalence .......................................................................................................... 4-4

4-16.

Termination of Services for Nonperformance ............................................................................. 4-4

4-17.

Evaluation of Response ................................................................................................................... 4-5

4-18.

Compliance with Laws & Regulations .......................................................................................... 4-6

4-19.

Equal Employment Opportunity ..................................................................................................... 4-6

4-20.

Codes, Standards, and Ordinance ................................................................................................. 4-6

4-21.

E-Verify Requirement ....................................................................................................................... 4-6

4-22.

Safety .................................................................................................................................................. 4-7

4-23.

Patents and Royalties ...................................................................................................................... 4-7

4-24.

Indemnification .................................................................................................................................. 4-7

4-25.

Insurance ............................................................................................................................................ 4-7

4-26.

Right to Reject ................................................................................................................................... 4-8

4-27.

Differences between Bid Specifications and the Vendor’s Proposal ...................................... 4-8

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 4-28.

Vendor Care ....................................................................................................................................... 4-8

4-29.

Fingerprint Background Checks .................................................................................................... 4-9

4-30.

Right of Customer to Seek Services from Others ....................................................................... 4-9

4-31.

Prohibition on Confidentiality......................................................................................................... 4-9

SECTION 5 – BID RESPONSE FORM ....................................................................................... 5-1 Vendor Information Form .............................................................................................................................. 5-1 Basic Requirement - Wide Area Network (WAN) Services ...................................................................... 5-2 District Upgrade Option 1 (District-wide Bandwidth Upgrade Option) – WAN Services ................... 5-3 District Upgrade Option 2 (District-wide Bandwidth Upgrade Option) – WAN Services ................... 5-4 District Upgrade Option 3 (District-wide Bandwidth Upgrade Option) – WAN Services ................... 5-5 Site Upgrade Option 1 (Per Site Bandwidth Upgrade Option) – WAN Services .................................. 5-6 Site Upgrade Option 2 (Per Site Bandwidth Upgrade Option) – WAN Services .................................. 5-7 Additional Site Option (if needed) – WAN Services ................................................................................. 5-8 Changes to Demarks or New Connections for Existing Locations (if needed) – WAN Services ..... 5-9 Installment Payment Option - WAN One-time Installation/Special Construction ............................. 5-10 Basic Requirement – Internet Services .................................................................................................... 5-11 Upgrade Option 1 – Internet Services ....................................................................................................... 5-12 Upgrade Option 2 – Internet Services ....................................................................................................... 5-13 Upgrade Option 3 – Internet Services ....................................................................................................... 5-14 Upgrade Option 4 – Internet Services ....................................................................................................... 5-15 Upgrade Option 5 – Internet Services ....................................................................................................... 5-16 Upgrade Option 6 – Internet Services ....................................................................................................... 5-17 Basic Requirement – Voice over Internet Protocol (VoIP) Services.................................................... 5-18 Verification of VoIP Solution Compatibility with Existing Handsets: ................................................. 5-19 Additional Voicemail Option – VoIP Services ......................................................................................... 5-20

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 Leased VoIP Handsets (E-rate Ineligible) ................................................................................................. 5-21 Purchased VoIP Handsets (E-rate Ineligible)........................................................................................... 5-22 Other General Services ............................................................................................................................... 5-23 SPECIFICATION VARIANCE WORKSHEET ............................................................................................. 5-25

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117

Checklist This checklist is provided to assist Bidders in the preparation of their bid response. Included in this checklist are important requirements that are the responsibility of each Bidder to submit with their response in order to make their bid response fully compliant. This checklist is only a guideline; it is the responsibility of each Bidder to read and comply with the Invitation to Bid in its entirety. __Mailing envelope has been addressed to the following: MCPSS Board of School Commissioners Purchasing Office 1 Magnum Pass P.O. Box 180069 Mobile, AL 36618

__Mailing envelope must be sealed and marked with:   

Bid Number Bid Title Bid Opening Date and Time

ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET Check Each Of The Following As The Necessary Action Is Completed. The Invitation to Bid sheet has been signed The minority questionnaire Bid Response Form with Price Proposal Worksheets (all pages) with Specification Variance Worksheet PAVA Vendor Enrollment Data Sheet The debarment sheet Addendum (if any) has been included Read all bid requirements and specifications Alabama Immigration Law Compliance Documents Financial Statement (Submit in a sealed separate envelope) Proof of SPIN/s References Qualifications, Experience and Certifications Transition Plans & Implementation Plan and Timeline (Each Service)

i

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 Description of Proposed Firewall & Content Filter (includes Equipment Age) Network Diagrams and Description of Services (incudes Vendor Head Ends/Nodes & Equipment Age) Description of VoIP Solution/Services Description of Project Management Process Management/Organization Chart of Primary Vendor for Problem Escalation Vendor Team Members/Partners, Roles, and Management Plan

ii

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 1 – INTRODUCTION 1-1.

General Information

The Mobile County School Board (hereafter referred to as “the Customer”) intends to contract for leased managed Wide Area Network, Internet, and Voice over Internet Protocol (VoIP) Services to enable communications between sites and the distribution of Internet and voice services to the end user level of all schools and other Mobile County School District locations described in Section 2. The Customer herewith requests proposals for these services as described in the specifications from interested persons (hereinafter referred to as “the Vendor”). The Vendor must submit a bid for all areas and show an integrated approach with respect to hardware, services, and support. Prices quoted shall be all-inclusive. The Customer reserves the right to reject any and all bids, waive any technicalities, and award all or part of the contract/s in a manner that is in the best interest of the Mobile County School Board. The Customer may need some or all of the optional services listed in the request for proposal, therefore the Vendor is required to provide prices for all of the services listed as optional. All aspects of this project and proposed services must comply with the FCC’s competitive bidding requirements for Universal Service Fund (USF) support and services. The Vendor must participate in the E-rate program administered by the Schools and Libraries Division (SLD) of the Universal Service Administrative Company (USAC). 1-2.

Questions

All questions concerning this solicitation are to be submitted in writing to the Customer’s Purchasing Department personnel listed below (submit all questions to both). Questions received by any other means will not be accepted: Purchasing Coordinator

Buyer

Name: Russell Hudson

Name: Rhonda Williams

Title: Purchasing Coordinator

Title: Senior Buyer

Address: 1 Magnum Pass, P.O. Box 180069, Mobile, AL 36618

Address: 1 Magnum Pass, P.O. Box 180069, Mobile, AL 36618

Phone: (251) 221-4473

Phone: (251) 221-4473

Fax: (251) 221-4472

Fax: (251) 221-4472

Email: [email protected]

Email: [email protected]

Questions must be submitted by December 8, 2017 @ 4:00PM (Central Time). The Questions submitted and their Answers (Q&A documents) will be posted on the MCPSS Purchasing Website under Invitation to Bid #16-117 and will be updated as they come in (Go to: www.MCPSS.com -- Click on the “Our System” pull-down menu at the top of the webpage, click on “Business”, then scroll down the Business webpage and under the “Services” column, click on the “Invitation to Bid” link).

1-1

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 It is also our intention to post any Q&A documents to USAC/SLD’s Form 470 tool to be viewed in the “Search Tools”, “View an FCC Form 470 (FY2016-17)” section of SLD’s website with the associated Form 470 submitted with this solicitation. However, since this is a fairly new process and SLD continues to make changes to their website and tools, Vendors should not rely on this information being posted in this location and should check both the www.MCPSS.com website location and SLD’s “Search Tools”, “View an FCC Form 470 (FY2016-17)” location. It is the responsibility of the Vendor to check both websites periodically and before submitting a bid. THIS IS FOR INFORMATION PURPOSES ONLY. 1-3.

State Requirement for Contract Language

Act No. 2012-491 now requires school boards to include the following clause in all contracts or agreements: “By signing this contract, the contracting parties affirm, for the duration of the agreement, that they will not violate federal immigration law or knowingly employ, hire for employment, or continue to employ an unauthorized alien within the state of Alabama. Furthermore, a contracting party found to be in violation of this provision shall be deemed in breach of the agreement and shall be responsible for all damages resulting therefrom.” 1-4.

Schedule of Events

The following is the required schedule for this project. The schedule may change depending upon the responses to this RFP and a final schedule will be established prior to contracting with the successful Vendor. Event

Date & Time

Release RFP to Bidders

November 29, 2016

Pre-Bid Bidders Conference

December 8, 2016 @ 10:00AM

Deadline for Submission of Questions

December 12, 2016 @ 4:00PM CST

Deadline for Proposal Submission

January 3, 2016 @9:30AM CST

Evaluation of Responses

January 3-5, 2017

Contract Award (Board Meeting)

To be Announced

Installation Completed (fully tested & operational)

48 hours prior to July 1, 2017 or 48 hours prior to when services will start

Service Start Date

July 1, 2017

1-2

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 1-5.

Incorporation of Vendor’s Response into Contract

This RFP and the successful Vendor’s response will be incorporated into any contract awarded as a result of this solicitation. Failure to provide any of the information requested in this solicitation, in the requested format, or to meet any of the criteria outlined herein is reason for disqualification without consideration.

1-3

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 2 – SPECIFICATIONS 2-1.

Period of Performance

A contract will be awarded for a period of three (3) years from July 1, 2017 – June 30, 2020. If bid law changes to allow contract terms in excess of three (3) years, the contract may be renewed for an additional two (2) years, renewed annually. The renewal options, if permitted by bid law, shall be executed at the Customer’s discretion and as mutually agreed upon, provided pricing remains the same as originally agreed upon, Vendor continues to meet all requirements as specified herein, the Customer continues to be funded through the E-rate program, and when executing the renewal options does not violate State of Alabama Bid laws or E-rate rules or guidelines. If the Vendor proposes state contract or government contract/schedule pricing, the awarded contract with the Customer MUST be a standalone contract for the requested period that is not dependent on the renewal of any other contract. The Customer may elect to cancel the award of this contract if E-rate funds are not awarded to the school system or if district funds, approved on an annual basis, are not approved by the Board during the proposed length of the contract and any options resulting from this bid award. 2-2.

Current Systems and Connectivity

The Customer is presently leasing a managed fiber 1Gbps WAN service with connectivity to all locations except 1 site which is receiving 100Mbps, and 1 site receiving 10Gbps service (MCPSS Central Office presently receives both 1Gbps and 10Gbps service). All locations share (through the WAN) 3Gbps Internet service and robust leased Firewall and Content Filter services (Palo Alto firewall and SpamTitan filtering). The Internet services enter the system at a single aggregation point (Mobile County Public Schools Central Office). The leased services contract also includes a leased/managed Cisco Voice over IP phone system throughout the schools and administrative offices. The Customer also owns and operates a robust Distance Learning infrastructure, and has implemented digital media throughout the district. 2-3.

Service Requirements

The district is seeking integrated WAN, Internet, and Voice over IP leased managed services. Therefore, the Vendor only proposals for integrated services will be accepted. Additionally, the Vendor proposals must include installation, maintenance, and configuration as part of their quoted services as well as all equipment and components necessary for the Vendor to provide the leased services. Responsibility for maintaining the equipment and services rests with the Vendor. The Vendor will be responsible for installation, configuration, maintenance, support, and replacement, if necessary, of all equipment/software necessary to provide the leased services during the term of the contract and any extensions. Except as otherwise specifically stated in this solicitation, the Vendor shall provide and pay for all materials, labor, tools, equipment, transportation, temporary construction of every nature and all other services and facilities of every nature whatsoever, necessary to execute, complete and deliver the work within the specified time. This includes any and all costs necessary for the Vendor to connect to Customer equipment inside each facility. Licenses necessary for the execution of the work shall be secured and paid for by the Vendor.

2-1

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 All communication lines must work with all existing equipment currently in place including but not limited to routers, firewalls, servers, filters, etc. If additional customer equipment is needed to connect at the requested bandwidth or to receive the requested services, the Vendor must specify in their response and identify any actions needed by the Customer to prepare to receive all of the requested leased services from the vendor. The technical requirements outlined in this section include a “basic” set of requirements and an “optional” set of requirements, both of which must be bid by the Vendor, but bid separately as outlined in the Bid Response Form in Section 5. 2-3-1. Wide Area Network (WAN) Requirements The following table identifies the locations requiring WAN connectivity, the site specific current bandwidth, and the new bandwidth requirements (Basic Requirement):

Site ID#

Current WAN Bandwidth

Basic New WAN Requirement

Site Name

Address

1

ALBA MIDDLE SCHOOL

14180 South Wintzell Ave Bayou La Batre, AL 36509

1 Gbps

1 Gbps

2

ALLENTOWN ELEMENTARY

10330 Howells Ferry Rd Semmes, AL 36575

1 Gbps

1 Gbps

3

ALMA BRYANT HIGH SCHOOL

14001 Hurricane Blvd Irvington, AL 36544

1 Gbps

1 Gbps

4

ANNA F. BOOTH ELEMENTARY

17001 Hurricane Blvd Irvington, AL 36544

1 Gbps

1 Gbps

5

AUSTIN ELEMENTARY

150 Provident Lane Mobile, AL 36608

1 Gbps

1 Gbps

6

BAKER HIGH SCHOOL

8901 Airport Blvd Mobile, AL 36608

1 Gbps

1 Gbps

7

BLOUNT HIGH SCHOOL

5450 Lott Rd Eight Mile , AL 36613

1 Gbps

1 Gbps

8

BREITLING ELEMENTARY

8350 Grand Bay Wilmer Rd Grand Bay, AL 36541

1 Gbps

1 Gbps

2-2

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117

Site ID#

Current WAN Bandwidth

Basic New WAN Requirement

Site Name

Address

9

BRYANT VOCATIONAL (Transp - Padgett connected thru Bryant Voc)

8950 Padgett Switch Rd Irvington, AL 36544

1 Gbps

1 Gbps

10

BURNS MIDDLE

6175 Girby Rd Mobile, AL 36693

1 Gbps

1 Gbps

11

BURROUGHS ELEMENTARY

6875 Burroughs Lane Theodore, AL 36582

1 Gbps

1 Gbps

12

CALCEDEAVER ELEMENTARY

20500 Patillo Rd Mt Vernon, AL 36560

1 Gbps

1 Gbps

13

CALLOWAY-SMITH

350 N. Lawrence St Mobile, AL 36603

1 Gbps

1 Gbps

14

CASTLEN ELEMENTARY

9960 Schoolhouse Rd Grand Bay, AL 36541

1 Gbps

1 Gbps

15

CAUSEY MIDDLE

2205 McFarland Rd Mobile, AL 36695

1 Gbps

1 Gbps

16

CHASTANG FOURNIER K-8 SCHOOL

2800 Berkley Ave Mobile, AL 36617

1 Gbps

1 Gbps

17

CITRONELLE HIGH

19325 Rowe St Citronelle, AL 36522

1 Gbps

1 Gbps

18

CLARK–SHAW MAGNET

5960 Arlberg St Mobile, AL 36608

1 Gbps

1 Gbps

19

COLLINS-RHODES ELEMENTARY

5110 St Stephens Rd Eight Mile, AL 36613

1 Gbps

1 Gbps

20

CONTINUOUS LEARNING CENTER

1870 Pleasant Ave Mobile, AL 36617

1 Gbps

1 Gbps

2-3

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117

Site ID#

Current WAN Bandwidth

Basic New WAN Requirement

Site Name

Address

21

COUNCIL TRADITIONAL

751 Wilkinson St Mobile, AL 36603

1 Gbps

1 Gbps

22

CRAIGHEAD ELEMENTARY

1000 S. Ann St Mobile, AL 36605

1 Gbps

1 Gbps

23

DAUPHIN ISLAND ELEMENTARY

1501 Bienville Blvd Dauphin Island, AL 36528

100 Mbps

100 Mbps

24

DAVIDSON HIGH

3900 Pleasant Valley Rd Mobile, AL 36609

1 Gbps

1 Gbps

25

DAVIS ELEMENTARY

6900 Nan Gray Davis Rd Theodore, AL 36582

1 Gbps

1 Gbps

26

DAWES (3-5) INTERMEDIATE

10451 West Lake Rd Mobile, AL 36695

1 Gbps

1 Gbps

27

DENTON MAGNET SCHOOL OF TECHNOLOGY

3800 Pleasant Valley Rd Mobile, AL 36609

1 Gbps

1 Gbps

28

DICKSON ELEMENTARY

4645 Bit & Spur Rd Mobile, AL 36608

1 Gbps

1 Gbps

29

DIXON ELEMENTARY

8650 Four Mile Rd Irvington, AL 36544

1 Gbps

1 Gbps

30

DODGE ELEMENTARY

2615 Longleaf Drive Mobile, AL 36693

1 Gbps

1 Gbps

31

DR. ROBERT W. GILLIARD ELEMENTARY

2757 Dauphin Island Pkwy Mobile, AL 36605

1 Gbps

1 Gbps

32

DUNBAR PERFORMING ARTS SCHOOL

500 St Anthony St Mobile, AL 36603

1 Gbps

1 Gbps

33

EICHOLD-MERTZ MAGNET

2815 Government Blvd. Mobile, AL 36606

1 Gbps

1 Gbps

2-4

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117

Site ID#

Current WAN Bandwidth

Basic New WAN Requirement

Site Name

Address

34

ELSIE COLLIER ELEMENTARY

601 Snow Rd North Mobile, AL 36608

1 Gbps

1 Gbps

35

ENVIRONMENTAL STUDIES

6101 Girby Rd Mobile, AL 36693

1 Gbps

1 Gbps

36

EVANS SCHOOL

6301 Biloxi Ave Mobile, AL 36608

1 Gbps

1 Gbps

37

FAULKNER VOCATIONAL

33 West Elm St Prichard, AL 36610

1 Gbps

1 Gbps

38

FONDE ELEMENTARY

3956 Cottage Hill Rd Mobile, AL 36609

1 Gbps

1 Gbps

39

FOREST HILL ELEMENTARY

4501 Moffett Rd Mobile, AL 36618

1 Gbps

1 Gbps

40

GRAND BAY MIDDLE

12800 Cunningham Rd Grand Bay, AL 36541

1 Gbps

1 Gbps

41

GRANT ELEMENTARY

535 Easterling St Prichard, AL 36610

1 Gbps

1 Gbps

42

GRIGGS ELEMENTARY

6001 Three Notch Rd Mobile, AL 36619

1 Gbps

1 Gbps

43

HALL ELEMENTARY

1108 Antwerp St Mobile, AL 36605

1 Gbps

1 Gbps

44

HANKINS MIDDLE

5750 Katherine Hankins Dr Theodore, AL 36582

1 Gbps

1 Gbps

45

HOLLINGERS ISLAND ELEMENTARY

2400 Hammock Rd Mobile, AL 36605

1 Gbps

1 Gbps

46

HOLLOWAY ELEMENTARY

625 Stanton Rd Mobile, AL 36617

1 Gbps

1 Gbps

2-5

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117

Site ID#

Current WAN Bandwidth

Basic New WAN Requirement

Site Name

Address

47

HOWARD ELEMENTARY

957 Dr. Martin Luther King, Jr. Ave Mobile, AL 36603

1 Gbps

1 Gbps

48

HUTCHENS ELEMENTARY

10005 West Lake Rd Mobile, AL 36695

1 Gbps

1 Gbps

49

INDIAN SPRINGS ELEMENTARY

4550 Highpoint Blvd Eight Mile, AL 36613

1 Gbps

1 Gbps

50

J.E. TURNER ELEMENTARY

8361 Lott Rd Wilmer, AL 36587

1 Gbps

1 Gbps

51

**JUST 4 (Ineligible for E-rate)

2263 St. Stephens Rd Mobile, AL 36617

1 Gbps

1 Gbps

52

KATE SHEPARD ELEMENTARY (Regional School connected thru Shepard)

3980-B Burma Rd Mobile, AL 36693

1 Gbps

1 Gbps

53

LEFLORE MAGNET HIGH

700 Donald St Mobile, AL 36617

1 Gbps

1 Gbps

54

LEINKAUF ELEMENTARY

1410 Monroe St Mobile, AL 36604

1 Gbps

1 Gbps

55

LOTT MIDDLE

17740 Celeste Rd Citronelle, AL 36522

1 Gbps

1 Gbps

56

MARYVALE ELEMENTARY (Maint Srvcs on Linwood connected thru Maryvale)

1901 North Maryvale St. Mobile, AL 36605

1 Gbps

1 Gbps

57

MCDAVID-JONES ELEMENTARY

16250 Hwy 45 South Citronelle, AL 36522

1 Gbps

1 Gbps

2-6

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117

Site ID#

Current WAN Bandwidth

Basic New WAN Requirement

Site Name

Address

58

MEADOWLAKE ELEMENTARY

8251 Three Notch Rd Mobile, AL 36619

1 Gbps

1 Gbps

59

MOBILE COUNTY TRAINING (The Pathway School is collocated w/Mob. Co. Trng)

800 Whitley St Mobile, AL 36610

1 Gbps

1 Gbps

60

MONTGOMERY HIGH

4275 Snow Rd N. Semmes, AL 36575

1 Gbps

1 Gbps

61

MORNINGSIDE ELEMENTARY

2700 Greenbrier Drive Mobile, AL 36605

1 Gbps

1 Gbps

62

MURPHY HIGH

100 South Carlen St Mobile, AL 36606

1 Gbps

1 Gbps

63

NORTH MOBILE MIDDLE

1950 Salco Rd West, Axis, AL 36505

1 Gbps

1 Gbps

64

O'ROURKE ELEMENTARY

1975 Leroy Stevens Rd Mobile, AL 36695

1 Gbps

1 Gbps

65

OLD SHELL ROAD MAGNET

3160 Heather St Mobile, AL 36607

1 Gbps

1 Gbps

66

ORCHARD ELEMENTARY

6400 Howell's Ferry Rd Mobile, AL 36618

1 Gbps

1 Gbps

67

* UNKNOWN (previously Brazier ES)

2161 Butler St Mobile, AL 36617

1 Gbps

1 Gbps

68

PEARL HASKEW ELEMENTARY

7001 White Oaks Drive Irvington, AL 36544

1 Gbps

1 Gbps

69

PHILLIPS PREPARATORY

3255 Old Shell Rd Mobile, AL 36607

1 Gbps

1 Gbps

2-7

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117

Site ID#

Current WAN Bandwidth

Basic New WAN Requirement

Site Name

Address

70

PILLANS MIDDLE (EEOP is collocated w/Pillans)

2051 Military Rd Mobile, AL 36605

1 Gbps

1 Gbps

71

RAIN HIGH SCHOOL

3125 Dauphin Island Pkwy Mobile, AL 36605

1 Gbps

1 Gbps

72

ROBBINS ELEMENTARY

2416 West Main St Prichard, AL 36610

1 Gbps

1 Gbps

73

SCARBOROUGH MIDDLE

1800 Phillips Lane Mobile, AL 36618

1 Gbps

1 Gbps

74

SEMMES ELEMENTARY

10100 Blackwell Nursery Rd Semmes, AL 36575

1 Gbps

1 Gbps

75

SEMMES MIDDLE

4566 Ed George Rd Semmes, AL 36575

1 Gbps

1 Gbps

SPENCERWESTLAWN ELEMENTARY

3071 Ralston Rd Mobile, AL 36606

1 Gbps

1 Gbps

77

ST ELMO ELEMENTARY

8666 McDonald Rd Irvington, AL 36544

1 Gbps

1 Gbps

78

TANNER WILLIAMS ELEMENTARY

13700 Tanner Williams Rd Wilmer, AL 36587

1 Gbps

1 Gbps

79

TAYLOR-WHITE ELEMENTARY

476 Eliza Jordan Rd N Mobile, AL 36608

1 Gbps

1 Gbps

80

THEODORE HIGH

6201 Swedetown Rd Theodore, AL 36582

1 Gbps

1 Gbps

81

VIGOR HIGH

913 N. Wilson Ave Prichard, AL 36610

1 Gbps

1 Gbps

82

WASHINGTON MIDDLE

1961 Andrews St Mobile, AL 36617

1 Gbps

1 Gbps

76

2-8

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117

Site ID#

Current WAN Bandwidth

Basic New WAN Requirement

Site Name

Address

83

WHITLEY ELEMENTARY

528 Capt Leon C Roberts St , Prichard AL 36610

1 Gbps

1 Gbps

84

WILL ELEMENTARY

5750 Summit Ave Mobile, AL 36608

1 Gbps

1 Gbps

85

WILLIAMSON HIGH

1567 E. Dublin St Mobile, AL 36605

1 Gbps

1 Gbps

86

WILMER ELEMENTARY

7456 Wilmer Georgetown Rd Wilmer, AL 36587

1 Gbps

1 Gbps

Administrative/Support Sites

87

***MOBILE COUNTY DISTRICT CENTRAL OFFICE

1 Magnum Pass Mobile, AL 36618

10 Gbps & 1 Gbps

10 Gbps & 1 Gbps

88

MAINTENANCE DIP

2173 Dauphin Island Pkwy Mobile, AL 36605

1 Gbps

1 Gbps

89

TRANSPORTATION - CITRONELLE

17555 Industrial Park Dr Citronelle, AL 36522

None

1 Gbps

90

TRANSPORTATION - INTERNATIONAL

3274 International Dr. Mobile, AL 36606

1 Gbps

1 Gbps

91

TRANSPORTATION –HALLS MILL

4575 Halls Mill Rd. Mobile, AL 36693

1 Gbps

1 Gbps

92

TRANSPORTATION - HOWELLS FERRY

7445 Howells Ferry Rd. Mobile, AL 36618

1 Gbps

1 Gbps

93

TRANSPORTATION - WHISTLER

2954 Whistler St Whistler, AL 36612

1 Gbps

1 Gbps

Notes: (1) * This facility is currently Brazier ES which is scheduled for closure in June 2017 (consolidating

2-9

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 with Chastang MS and becoming Hazel Fournier K-8). The District has tentative plans to repurpose the Brazier facility, in which case, connectivity and services to this facility will be required. The actual use, however, is unknown at this time. Therefore, it is included on the list of locations but there is some chance the facility may not be used, in which case a circuit and services to this location would not be needed. Therefore, before starting circuit construction for this site, the Vendor will need to obtain verification from the Customer’s representative that services to this site are required. (2) ** The Just 4 school is currently not eligible for E-rate funding. Therefore, the Customer will pay 100% of all charges associated with services to this site. If the eligibility of this school changes during the term of the contract/service period or any extensions, charges for this site will be added to any invoicing of eligible charges for E-rate reimbursements. (3) *** The 1Gbps circuit located at the Central Office is not eligible for E-rate funding because this is a redundant circuit. Therefore, the Customer will pay 100% of all charges associated with the 1Gbps circuit at this site. If the eligibility of redundant circuits changes during the term of the contract/service period or any extensions, charges for this site will be added to any invoicing of eligible charges for E-rate reimbursements. (4) For Information Purposes Only. Maintenance – Halls Mill located at 4551 Halls Mill Road and Barton Academy located at 504 Government Street are not connected to the WAN or Internet and are not receiving any of the services requested in this solicitation. 2-3-1-1.

WAN Configuration

Vendor must conduct the survey, design, procurement, and configuration activities necessary to provision and provide the requested network services. This configuration includes obtaining all permits, zoning requests, and inspections required by law, statute, or ordinance. Network Services are to be installed at all of the above sites with demarcation of the Vendor's services to be provisioned at the school on an Ethernet interface provided by the Vendor at the Customer's designated demark in Main Distribution Frame. 2-3-1-2.

Other WAN Requirements



The backbone network shall be of sufficient capacity to support the connectivity between the individual sites with sufficient capacity to increase bandwidth, as needed.



WAN services shall be compliant with IEEE 802.x standards.



WAN services shall be full-duplex, nonshared to each end site and aggregation site.



WAN shall support IP Quality of Service (QoS).



WAN shall be compatible with Cisco Structured Wireless - Aware Network.



WAN shall be compatible with the system-wide Cisco Voice over IP Network and devices without disrupting services or the vendor’s proposed solution, as appropriate.

2-10

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 

WAN shall be compatible with the H.323 Distance Learning network and equipment without disrupting services.

2-3-1-3.

Optional WAN Requirements

Vendor must provide pricing for the following WAN options which may be elected at award in place of the Basic WAN bandwidth requirement identified in Paragraph 2-3-1, upon initial contract award, during the term of the contract and any extensions, or not at all: 





District–wide Upgrade Options: o

Option WD-1: 3Gbps connectivity to all locations specified in Para. 2-3-1, 100Mbps to Dauphin Island ES, and 3Gbps plus 10Gbps circuit to the Central Office (in place of the 1Gbps, 100Mbps, & 10Gbps Basic Requirement specified in Para. 2-3-1)

o

Option WD-2: 5Gbps connectivity to all locations specified in Para. 2-3-1, 100Mbps to Dauphin Island ES, and 3Gbps plus 10Gbps circuit to the Central Office (in place of the 1Gbps, 100Mbps, & 10Gbps Basic Requirement specified in Para. 2-3-1)

o

Option WD-3: 10Gbps connectivity to all locations specified in Para. 2-3-1, 100Mbps to Dauphin Island ES, and 2 - 10Gbps circuit to the Central Office (in place of the 1Gbps, 100Mbps, & 10Gbps Basic Requirement specified in Para. 2-3-1)

Site Upgrade Options: Quoted pricing to be added to the site amount for the elected basic or district-wide optional bandwidth amount for each additional 1Gbps or 5Gpbs added, per site, as appropriate: o

Option WS-1: Incremental increases in 1Gbps increments to individual sites

o

Option WS-2: Incremental increases in 5Gbps increments to individual sites

Additional Site or Changes to Site Option: o

Option WAC-1: Addition of 1Gbps, 3Gbps, 5Gbps, or 10Gbps new site/s, whichever bandwidth is elected, at the same contracted monthly rate quoted for the elected bandwidth for new sites added during the contract term and any extensions. Bidders are asked to provide estimated one-time installation pricing however, actual pricing will be negotiated at the time a new site is identified and connectivity requested by the Customer.

o

Option WAC-2: When requested during the term of the contract, quoted pricing for WAN demark moves and/or new WAN connections required for existing schools undergoing facility construction.

2-3-2. Internet Connectivity Internet connectivity at a minimum rate of 3Gbps delivered to a central aggregation point located at the Mobile County District Central Office. These services shall be distributed to all Customer sites via the WAN (see Para 2-3-1 for locations being served, which include collocated and sites connected through

2-11

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 identified locations). Internet services shall not be shared. In other words, the Internet service provided to the Customer will not be shared with any other entity outside of the Customer’s sites. The Customer also has a block of public internet addresses that must be carried over. Vendor Internet services must include firewall protection that is provided as a standard component of Vendor’s proposed Internet access services and is not offered as a separately priced service. These services should provide the basic firewall protection necessary to protect against unauthorized use and access from both inside and outside the network and must be part of the Vendor’s standard offering for such services. A description of the firewall services and protections provided as part of the proposed Internet services must be included in the response form. Notes: (1) E-rate funding is not authorized for any firewall services beyond the basic firewall protection necessary to protect against unauthorized use and access or for separately priced firewall services. Therefore, if any of the firewall services outlined in paragraph 2.3.2.3 below is beyond the basic firewall protection necessary to protect against unauthorized use and access, the Vendor must identify separate ineligible pricing in the bid response form and provide a description of the features and services included in the ineligible separately priced firewall service. (2) For Information Purposes Only. Maintenance – Halls Mill located at 4551 Halls Mill Road and Barton Academy located at 504 Government Street are not connected to the WAN or Internet and are not receiving any of the services requested in this solicitation. 2-3-2-1.

Other Internet Connectivity Requirements



The backbone network shall be of sufficient capacity to support the connectivity between the individual sites.



Internet services shall be full-duplex.



Internet services shall be compliant with IEEE 802.x standards.

2-3-2-2.

Optional Internet Connectivity Requirements

Vendor must provide pricing for the following Optional Internet bandwidths and upgrades which may be elected at award, in place of the Basic Internet bandwidth requirement identified in Paragraph 2-3-2, upon initial contract award, during the term of the contract and any extensions, or not at all: 

Option IO-1: 4Gbps



Option IO-2: 5Gbps



Option IO-3: 6Gbps



Option IO-4: 8Gbps



Option IO-5: 10Gbps

2-12

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 

Option I-6: Incremental increase in 1Gbps increments, added to the 6Gbps, 8Gbps, or 10Gbps options, for each additional 1Gbps (delivered to a central aggregation point located at the Mobile County District Central Office).

2-3-2-3.

Additional Firewall & Content Filtering Required Services

The Vendor shall provide a perimeter firewall and content filter capable of the following: 

At least 30,000 simultaneous connections and a connection rate of at least 1000 connections per second with all options and services on the firewall enabled. Failover and load balancing of multiple high-speed links to the Internet, Object/Policy based firewall management, Intrusion detection and prevention, Virus, worm, Trojan, Ad aware, Spy ware, Mal ware detection, root kit, and malicious software prevention with detection signatures upgraded as necessary. Stateful packet inspection, Packet filtering, VPN tunnel termination and Logging. The firewall must also be upgradeable to meet future needs and threats. The content filter must provide tracking, logging, reporting, and if necessary block access by URL or content. The content filter must allow the application of policies that will allow granular levels of access to different users, workstations, or groups of users or workstations. Vendor must provide an appliance or software measure which will classify, track, log, report, and control P2P, 1M, and other types of application traffic and be upgradeable to meet all future needs. The content filtering measure/application must be able to monitor and control network utilization and application performance to anyone site, device, user, or application at that site so that it is not allocated a disproportionate share of the available bandwidth for the end or backbone site. The solution must have sufficient capacity to support current and upgraded WAN and Internet bandwidth. Services beyond basic firewall services and separately priced firewall services are ineligible. Therefore, the Vendor must provide separate pricing for any ineligible services.



The Vendor must identify in their proposal any portion of the services that are ineligible for E-rate funding. Since Content Filtering services are 100% ineligible, Vendor must provide separate pricing for these services.

2-3-2-3-1.

Description of Proposed Firewall & Content Filtering

The Vendor must provide a description of the proposed firewall and content filtering solution. Description must include the make and model of the proposed equipment, the age of the equipment, and the software version/s. 2-3-3. Voice Over Internet Protocol (VoIP) Service Requirements The Customer is seeking proposals for leased/managed VoIP services integrated with the Vendor’s proposed WAN to create a converged voice and data network providing services to all Customer locations (see Para 2-3-1 for locations being served, which include collocated and sites connected through identified locations). The proposed VoIP solution must meet the Schools and Libraries Universal Services Support Mechanism’s Category One E-rate eligibility criteria for Interconnected Voice over Internet Protocol services and should scale to meet the Customer’s growing communication needs. The Customer requires the Vendor to provide a seamless transition from the Customer’s current managed/leased VoIP services to an equivalent leased/managed VoIP system of equal or higher quality and features.

2-13

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 The Vendor is responsible for providing all network components necessary to connect the proposed solution to the existing local and long distance POTs lines and employ SIP Trunking, or equivalent, technology for handing aggregated overflow incoming and outgoing voice calls and for Customer users to operate the VoIP phones between all Customer locations across the proposed WAN for local and long distance voice communications inside and outside the Customer’s network. The Customer’s current VoIP provider recently implemented SIP Trunks, eliminating the need for nine (9) PRIs with 5,953 DID numbers. Therefore, the Customer no longer contracts for PRI services so a solution that does not required the Customer to obtain PRI services or additional POTS lines is required. The Customer currently has approximately 2-4 POTS lines connected to the current VoIP system equipment at each Customer location and SIP Trunks. All current customer lines in use with the existing VoIP system must be transitioned over and connected to the Vendor’s proposed system/solution. Note: The actual number of lines is an approximation only and must be verified by the Vendor prior to implementation. The Customer currently owns approximately 6,544 (+/-) Cisco VoIP handsets Models: CP-7916, -7925, 7940, -7941, -7942, -7960, -7962, -7970, -5600, & -7925G-A-K9 and 156 (+/-) Cisco VoIP video handsets (CP-9971-C-CAM-K9). Therefore, the proposed solution must be compatible with the existing handsets. If the Vendor’s proposed solution is not compatible with the existing handsets, the Vendor must clearly identify this information their proposal. Vendors should also provide leased and purchase pricing for handsets compatible with the Vendor’s proposed solution to enable the district to lease or purchase additional handsets, if needed, during the term of the contract. The Vendor must ensure the PBX/Call Manager/Centrex portion of the proposed system used to provide the service is not located on customer premises to ensure compliance with the E-rate program’s requirements for E-rate funding. Additionally, voice equipment at each location must also be connected to the Public Switched Telephone Network and be configured to route overflow outgoing calls across the WAN broadband connection through SIP Trunks, or equivalent. 2-3-3-1.

VoIP System Features and Minimum Capabilities

The Vendor’s proposed VoIP solution/services must include the following: a. Standard telephony features: E911, Caller ID, Call Waiting, Call Forward, Call Transfer, Call Hold, Music on Hold, Direct Inward Dialing, Direct Outward Dialing, Auto-Attendant, Distinctive Ring, Line Hunting, Speed Dialing, Three-Way Calling, Message Waiting Indicator, Voicemail, and Local Number Portability. o

The Customer’s main administrative site shall have Auto-Attendants and sub-menus configured as required; outside calls shall be pointed to the main attendant (live operator). Vendor shall configure hunt groups as required by the Customer.

b. The system will consist of all necessary components to support the immediate phone needs with the ability for 25% growth during the contract period. c.

Provide an online administrative interface to facilitate end user configurations, dialing privileges, and perform moves, adds and changes.

d. Integrate with the following Customer systems:

2-14

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 o

Current Tandberg and Cisco Video conferencing units

o

IP Celerate and Cistera intercom System 

o

Vendor will need to integrate solution in with the school sites’ current IP based Intercom systems at each location.

School Messenger Notification System 

This system provides the Customer the ability to make event broadcasts via email/text messaging/voice mail/automated calling to provide notification of emergencies and non-emergencies. The Vendor’s proposed solution must be able to handle large volumes of outbound calls for absentee notices and Substitute Teacher Calls.

o

ATComm Call Accounting Software

o

Unified Messaging user capability, or comparable product, that enables users to listen to their e-mail over the telephone, check voice messages from their e-mail, and send, receive, or forward faxes

o

Provide 1400 Centralized Voicemail boxes/services with message forwarding capability and option pricing to add additional boxes, as needed 

Must provide sufficient voicemail ports to ensure users or callers do not experience busy signals when accessing voicemail

e. Provide survivable remote capability

f.

o

The remote locations’ existing network must be able to process calls if the connection to PBX/Call Manager/Centrex at the vendor’s location is somehow lost.

o

Intelligent and automatic failover configuration--no manual IT or telecom intervention should be required

Connect to all existing SIP Trunk numbers and POTs lines connected to the existing VoIP system, with the ability to increase lines and SIP trunks, or equivalent technology, as needed to meet district needs (Note: The POTS lines will be obtained by the Customer under separate acquisition activities but the Vendor pricing/solution must include costs associated with SIP Trunking, or equivalent). The Vendor must retain existing phone numbers at each location and not redistribute the numbers amongst Customer sites. o

Ability to add additional POTS lines and SIP trunks, or equivalent technology, as needed to meet user needs. Additionally, the Customer must be able to disconnect lines or SIP trunks, without penalty, at any time during the contract period.

o

Support a minimum of four outside POTS lines at each location (up to the current number) for the PSTN connections.

2-15

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 g. The Vendor’s proposed solution must provide any necessary session border controllers or media/voice gateways required to provide the requested services at all locations and to allow traffic to traverse firewalls, to handle NAT/NAPT, and to support SIP signaling as required and as needed for successful operation of the leased VoIP services. All equipment used to provide the services must be owned, managed, and maintained by the Vendor. o

2-3-3-2.

The proposed system must support all functions necessary to process and/or route SIP based calls using SIP signaling and media voice content using RTP/RTCP, including but not limited to: NAT, PNAT, SIP Proxy Services, STUN services, firewall services, ALG services, routing services, DHCP services, failover and/or redirect services, and other elements and mechanisms and services necessary and required for successful operation of the Vendors proposed VoIP services.

Call Quality

A MOS (Mean Opinion Score) of 4.0 or above is requested to be achieved for end to end voice quality from the leased VoIP Vendor through and to each Customer site’s phone set level. Vendor shall support G.711 standard. Others such as G.722 or G.729 can be submitted to be utilized but the Vendor will need to show call quality will not be degraded nor increased latency, nor increased jitter and that the MOS toll quality score will be at 4.0 or above. 2-3-3-3.

VLANs, Quality of Services (QoS) and Security

Vendor shall provide detailed configurations/specifications to the Customer and work with the Customer to configure the Customer’s network equipment, as necessary, to accept the Vendor’s proposed services at each site to ensure reliable voice services across the network. The specifications should provide for the configuration of multiple VLANs necessary to support all VoIP phone endpoints for each Customer site. The VLANs shall be configured with the necessary QoS mechanisms to assure voice traffic will get the highest priority across the Customer’s network. Appropriate safeguards such as security firewalls, QoS and other mechanisms shall be employed to maintain a Quality of Service for the voice traffic through the Vendor’s connection to the cloud and protect against unauthorized intrusion from the Internet, including any NAT (network address translation) or NAPT (network address port translation) that will be necessary. 2-3-3-4.

Class of Service Restrictions

The following “class of service” restrictions shall be configured for Customer per site requirement: a. Internal only b. Local c.

Long Distance (force authorization code)

d. Time of Day restriction for classroom teachers-“do not disturb” or other equivalent functions for outside calls to Voice Mail only

2-16

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 2-3-3-5.

Dial Plan

The Customer prefers to keep its existing phone numbers and to implement a four digit dialing plan with a “dial by name” feature. Vendor is required to gather customer telephone database information from the Customer’s phone representative and verify the exact configuration and requirements of each site. A uniform dialing plan for all Customer sites must be planned, provided, and when approved by the Customer, implemented. The Vendor shall coordinate with the Customer phone representative/implementation team to establish the final configuration of all telephone sets and the telephone system operation including but not limited to: the programmable feature keys, speed lists, calling groups, call coverage patterns, hunt groups etc. (not E-rate eligible). During implementation the Vendor shall coordinate directly with the current PSTN or current local and/or long distance carriers, if necessary, to coordinate the transition/cut over of the POTS phone lines to their equipment. 2-3-3-6.

VoIP Phones/Handsets

The Customer currently owns approximately 6,544 (+/-) Cisco VoIP handsets Models: CP-7916, -7925, 7940, -7941, -7942, -7960, -7962, -7970, -5600, & -7925G-A-K9 and 156 (+/-) Cisco VoIP video handsets (CP-9971-C-CAM-K9). The Vendor shall configure and/or as needed assist the customer in configuring the Customer owned phones/handsets and/or handsets purchased or leased from the Vendor, and/or push out profiles and maintain firmware to each phone set based upon final extensions, dial plan, requested features, and other requirements outlined by the Customer for operation at each location as necessary for users to use the Vendor’s VoIP voice services. The Customer shall utilize existing Customer owned handsets and leased or purchased handsets, as necessary. The Vendor must provide leased and purchase pricing for handsets compatible with the Vendor’s proposed services to enable the district to lease or purchase these items, if and as needed, at any time during the contract period. 2-3-3-6-1.

Lease Pricing Option (Not Eligible for E-rate Funding)

Pricing is requested for the lease of handsets for operation of the Vendor VoIP services meeting the specifications outlined in Para. 2.3.3.6.3 below and of equal or higher quality to those currently owned by the Customer. Lease pricing shall include the installation, configuration, and support services for each handset necessary to maintain this equipment and service. Any additional units needed during the term of the contract are to be added to the lease arrangement (installed, configured and supported) at the same purchase price during the period of the contract and any extension. If the Customer leases handsets from the Vendor, the Vendor must maintain, on site, sufficient spares of each model, at no additional cost, to enable the Vendor to quickly replace any malfunctioning handsets within two (2) hours of the reported problem.

2-17

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 2-3-3-6-2.

Purchase Pricing Option (Not Eligible for E-rate Funding)

Pricing is requested for the purchase of handsets for operation of the Vendor VoIP services meeting the specifications outlined in Para. 2.3.3.6.3 below and of equal or higher quality to those currently owned by the Customer. Pricing is also requested for the installation, configuration, and leased support services for these handsets. Any additional units needed during the term of the contract are to be added (installed,

configured and supported) at the same purchase and services pricing during the specified period of the contract. 2-3-3-6-3.

Handset Specifications

Below is a list of minimum requirements for the base phone set features for proposed lease or purchase handsets: a. Classroom Type Phones: Phone set features including but not limited to: supporting SIP, single line, four programmable feature soft keys, scroll toggle bar, volume control toggle bar, lighted hold and menu keys, lighted message waiting indicator, three line graphical display, XML services support, DHCP, 802.3af, G.711 Codec; multiple ring tones, minimum 10/100 Ethernet switch, and signaling and network services to support Vendor proposed solution. b. Administrative Phones: Phone set features including but not limited to: supporting minimum four lines direct access, minimum four programmable feature soft keys, four hard keys for messages, directories, settings, and services; speaker phone, mute, and headset buttons, volume control, button to allow users to scroll horizontally and vertically for selection of items on the display menu; hands free full duplex speakerphone, built in headset connection, backlit graphical display, XML services support, SIP,G.711, headset support, 802.3 af, DHCP; minimum 10/100 Ethernet switch; and signaling and network services to support Vendor proposed solution. c.

Executive and Attendant Phones: Phone set features including but not limited to: supporting minimum six lines direct access, four programmable feature soft keys, four hard keys for messages, directories, settings, and services; speakerphone, mute, and headset buttons; volume control, button to allow users to scroll horizontally or vertically for selection of items on the display menu; SIP, G.711, DHCP, hands free full duplex speakerphone, built in headset connection, color backlit graphical display, XML services support, 802.3af, minimum 10/100 Ethernet switch, and signaling and network services to support Vendor proposed solution.

d. Conference (Audio) Phones: Vendor shall provide options for the support of audio conferencing phone. e. Other Endpoints – Mobile Phones, PDAs, and Soft Phones: Support for other end points such as mobile phones, PDAs, and soft phones are optional, but will be looked into. 2-3-3-7.

Description of Proposed VoIP Solution

The Vendor must provide a description of the proposed VoIP solution and its capabilities. Description should:

2-18

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 a. Explain the configuration of the proposed system, location of Vendor equipment, system capabilities and how the proposed system meets or exceeds the stated specifications b. Explain how the Vendor will achieve the required call quality and a description of the acceptance testing used to be used to demonstrate the results for the Customer. c.

Provide a statement indicating whether the Cisco handsets currently in use are compatible with the proposed solution.

2-3-3-7-1.

Additional VoIP Proposal Requirements

The Vendor will be responsible for visiting each Customer location as required to perform a site assessment including data gathering (including numbers to be ported, location of handsets, line hunting and other setup requirements), coordinate the deployment of handsets, identify and train staff on use of the solution, reclaim and/or dispose of old handsets in accordance with Federal EPA guidelines. Vendor’s proposal shall indicate the responsibility of each party and what equipment (both hardware and software) that must be procured in order to support the Hosted VoIP Services. This shall include but not be limited to the following: a. The existing Customer network equipment requirements - specific requirements to support the voice signaling and RTP/RTCP traffic on the Customer’s network and proper interfaces and configurations required by Vendor. b. Customer site requirements - what make/model/types of phones recommended to purchase; features of PoE switches to purchase including QoS and VLAN requirements; and any other information Vendor will need to implement the project and provide services c.

IP addressing and planning requirements: The Vendor shall detail any and all requirements for IP Address Planning, Ranges, and/or requirements for his host services, and for the existing Customer circuit and for any requirements for each Customer site based upon the proposed hosted solution of the Vendor.

d. Vendor shall describe in detail how a call will be made with his proposed solution utilizing the existing Customer network including call set-up, media content (voice call), and call tear down utilizing SIP signaling. e. Specify any other installation requirements, (including inside conduit, outside conduit, rights-ofway, extra equipment, power requirements, climate control, etc.) that will be the responsibility of the customers and not the responsibility of the provider. Any additional costs and requirements of the Customer must be specifically disclosed. 2-3-3-8.

Testing and Acceptance Plan

Vendor shall provide a VOIP system testing and acceptance plan not later than two months before the actual implementation that will certify that all services are installed and configured correctly. This proposed plan is subject to review and approval of the Customer. Modifications to the plan may be

2-19

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 required to gain the Customer’s approval. Vendors may choose to include a proposed Testing and Acceptance Plan in their Proposals. This acceptance plan and testing shall certify that MOS scores are 4.0 or above for each Customer site served. 2-3-3-8-1.

Required Elements of Testing and Acceptance Plan

Vendor shall be required to provide a final System Assurance/Walk-Through of each participating Customer site before Customer acceptance of the installation as having been completed, in order to insure that the service and equipment functions according to Vendor’s proposal and specific requirements of each Customer site which should include the following: a. Ensure the leased VoIP telephone system: o

Meets the Customer’s general requirements as stated in these specifications and coordinated final configuration for each Customer site.

o

Provides efficient day-to-day telephone communications.

o

Interfaces with all other communications tools/systems as stated in these specifications (Schools Messenger, intercom and alert systems, network security systems, etc.)

o

Provides proper IP telephony service to each phone and extension assignment.

b. Verify:

c.

o

911 operations from any phone.

o

Voice Mail Set-up and/or Unified Messaging set up and training for each phone.

o

Proper Auto-Attendant set up including sub-menus and hunt groups.

o

Proper setup and operation of SIP trunks/channels, or equivalent implemented technology.

o

Proper pointing of main and roll over phone numbers to each Customer site

o

Proper operation of calling within each Customer site, local calling, and long distance access

o

Proper setup and operation of the audio conferencing stations.

Ensure proper toll quality voice and call admission control/ bandwidth being setup per requirements of Vendor’s supply manufacturer of hardware/software. o

The Vendor shall demonstrate that the toll quality MOS score is at least 4.0 by representative on-site testing for each Customer site and provide a report testifying and proving the toll quality, and under a simulated “heavy” network load.

Upon completion of the VoIP system configuration and testing, Vendor shall provide written notice to the Customer of the cutover date, together with certification that the system conforms to the applicable codes

2-20

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 and these specifications and RFP requirements. 2-3-3-9.

Reporting

Vendor should provide on-going weekly performance and weekly utilization reports of service components and links as soon as services are transitioned. 2-3-3-9-1.

Quality/Metrics Reporting

Vendor shall provide reports and metrics for QoS measurements/metrics and monitoring quality using RTCP (Real Time Control Protocol) mechanisms such as RTCP-XR extended Reports Block; Metrics/Reports for Quality shall be provided via a web interface format for every Customer site via a web portal via a user name and password or other security methods as proposed by the Vendor. These reports shall show that the MOS scores are tracked and stay at or above 4.0 and that jitter and delay and packet loss are within acceptable limits as defined by the final Service Level Agreement terms and conditions negotiated with the successful Vendor. Final negotiated Service Level Agreement terms shall include MOS, Jitter, Delay, and Packet Loss parameters to not be exceeded for VOIP Systems; recommended standard parameters are MOS of no less than 4.0, average jitter of no more than 30ms, one-way latency of no more than 150 ms, and packet loss less than 1%. 2-3-3-9-2.

Call Detail Recording Reports

Vendor shall provide his offerings for call detail recording (CDR) reports that the Customer may request; The CDR offerings shall allow “On-Demand” reports on stations, trunks, exception reporting, Caller ID information, account codes, usage, etc. 2-3-4. Integrated Services Solutions Vendor must provide (at no additional cost), any and all Integrated Service Solutions that are inherent functions of its network. 2-3-5. Reliability and Availability It is of utmost concern to the Customer that the network and VoIP services be highly available 24 hours a day, 7 days a week, 365 days a year. The Vendor should therefore be prepared to guarantee the availability of the network and VoIP services at each site at 99.99% during the period of 6 am to 6 pm on weekdays and at 96% during all other periods as calculated by the following formula. Again, this is a per site requirement. (Hours in a day) x (days in a month) - (network/VoIP system outage time in hours) ________________________________________________________________ (Hours in a day) x (days in a month) The Vendor should also be prepared to guarantee the throughput of the network meets the quoted rate 99.99% of the time.

2-21

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 Penalties for not achieving the guaranteed level of service at each site will be calculated as follows: (Monthly Rate in Dollars) x (Network outage time in hours in excess of 1 percent) ________________________________________________________________ (Hours in a day) x (days in a month) Payment will not be made by the Customer for network or VoIP outage times that exceed .01 percent on a per site basis. 2-3-6. Upgrade All services shall be quickly upgradeable (i.e. additional bandwidth, additional locations, firewall/content filter use, etc.) to meet anticipated Customer increasing needs. 2-3-7. Maintenance, Support Services, and Training 2-3-7-1.

24 X 7 Proactive Monitoring Services

Vendor should provide proactive monitoring of its infrastructure components to include the hours of 6 am until 6 pm. This monitoring should include all vendor equipment and the Customer’s interconnect device in the MDF. These hours will ensure knowledge of issues, which may affect productive learning hours. This monitoring should be done "out of band" of the Customer’s Internet connection with the Vendor supplying the necessary connectivity. 2-3-7-2.

Single Customer Contact

The Vendor shall provide a single integrated customer contact point for the Customer to address issues and other routine maintenance and support problems. In other words, should issues or problems arise, the Customer and its representatives will only need to contact the primary vendor contact point who will address the issues and problems as needed without the significant involvement of the Customer and its representatives except to obtain clarification of the issues and problems. The Vendor shall also provide a dedicated VoIP services account manager responsible for receiving orders for new lines, changes to lines, and other routine configuration changes or issues. Vendor shall enable and allow, at all times, all of the following methods for routine and emergency communications between the Customer and the Vendor: a) telephone, b) facsimile transmission, and c) e-mail. Vendor must also provide with their bid a management/organization structure chart (for the primary contract vendor) with contact information (email, office phone, fax, cell phone, and business address) for each level to be used in the event escalation of Customer issues is needed. 2-3-7-3.

Trouble Ticketing Service

Vendor must provide a trouble-ticketing system, available via a Web interface, for school technical personnel to report issues and track resolution status on current issues. The interface should automatically record the date and time the ticket is opened or closed. The interface should also provide

2-22

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 status of any ticket in the system as well as reporting capabilities to include failure analysis trending. 2-3-7-4.

Dispatch Services

Vendor must provide dispatch support services for maintenance on its infrastructure equipment. These dispatch services shall occur within 1 hour (during normal working hours) and 4 hours (outside normal working hours) of a notified failure in an infrastructure equipment component. Vendor must provide diagnostic and resolution feedback in the event of service outages and interruptions. Vendors must have WAN and VoIP Field Technicians with adequate diagnostic and repair tools to repair/replace/support: 

WAN infrastructure components



WAN cabling, trunk and patch, fiber or copper, including termination of either medium.



WAN Switch/Router



VoIP infrastructure components



All leased VoIP equipment/components, if any



Any other device for which the Vendor is responsible

Vendor must also maintain an adequate local stock of spare components to ensure that the reliability and throughput guarantees can be met. 2-3-7-5.

Change Control

Under no circumstances will the Vendor make changes to the network without the prior approval or knowledge of the Customer. This includes both hardware and software changes. Any non-emergency vendor proposed changes to the network must be approved by the Customer and must be submitted to the Customer for approval 5 business days before implementation. Any emergency vendor proposed changes to the network must be approved by the Customer before implementation. The method for communicating the proposed changes to the Customer should be via e-mail or fax. The Vendor should include any necessary supporting documentation and drawings with the request, including expected effect and rollback procedures should the proposed change fail. The Customer must approve any maintenance done by the Vendor that could or would result in an outage of the network in advance. The Customer will provide the Vendor with a list of Customer’s employees authorized to approve or request changes to the network. The Vendor will not make any Customer requested changes unless they are made by a person on the Customer’s list of employees authorized to request / approve changes to the network.

2-23

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 2-3-7-6.

Documentation

Vendor must provide complete documentation and drawings on all aspects of the network and installed systems. Documentation and drawings on any changes to the network and systems must be provided to the Customer within two (2) working days of the change being made. After implementation of the VoIP services, the Vendor shall provide a hard copy set of user instructions or provide downloadable PDF and/or web based intuitive instructions and web link for the basic user set instructions and voice mail instructions and/or UC instructions and guides. 2-3-7-7.

Training

One day of training for key personnel on the systems (all services); covering the following topics: 

Support procedures and escalation processes.



CIPA requirements and Content Filter Reporting and Monitoring.



Messaging application administration.

As per the Schools and Libraries Universal Services Support Mechanism’s FY2017 Eligible Services List in reference to the E-rate eligibility of training: “…On-site training is eligible as a part of installation services but only if it is basic instruction on the use of eligible equipment, directly associated with equipment installation, and is part of the contract or agreement for the equipment. Training must occur coincidently or within a reasonable time after installation.” Therefore, any proposed training that does not meet the E-rate eligibility requirements must be clearly identified in the Vendor’s proposal as ineligible. 2-3-7-7-1.

VoIP Training

A System Specialist is required be assigned to the installation phase of the project. The specialist will be responsible for developing and implementing a plan to provide basic instruction in the use of equipment that is installed as under the parties’ contract. Basic instruction on how to use the equipment must be provided by qualified individuals who have training experience and who have demonstrated expertise and knowledge about the functionality and operation of the eligible equipment. The appropriate people (as designated by the Customer) shall be trained for system moves/adds/changes (MAC). System training shall be provided for a minimum of 8-hour days for a minimum of 4 persons for each Customer site. Vendor shall include all costs of course materials in the training fee. Vendor’s proposal shall include training and associated documentation for administrator training, attendant/receptionist training and basic user training and instruction. Administrative training shall include

2-24

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 MACs, voice mail administration, call handling management, conference calling set-up/reservation and on the fly, video conferencing, call forwarding, desktop forwarding (each phone type), and log in from any phone, and auto- attendant/attendant console features and training. Each Customer site administrator who is trained shall be able to provide simple system administration such as Moves, Adds, and Changes without incurring additional charges from the Vendor. 2-3-7-7-2.

Optional Additional Training

Vendor must provide a per day price quote for additional days of training covering the following topics:

2-4.



Support procedures and escalation processes



CIPA requirements and Content Filter Reporting and Monitoring



Messaging application administration



VoIP administrator



VoIP attendant/receptionist



VoIP basic user Implementation Timeframe

All system and services must be installed (with all permits received), tested and fully operational to all specified sites at least 48 hours prior to July 1, 2017. Services to all locations will start on July 1, 2017 at which time invoicing may begin. If the system is not operational by this time vendor must provide alternative connectivity and services to all specified locations at their cost. The Customer reserves the right to cancel the contract and re-award to the next qualified bidder if services are not delivered within the required timeframe. Service activation must be transparent and down time, if any, must be at a time determined by the Customer. The Vendor is required to collect, maintain, and submit documentation that reflects post-test assessment and evaluation summaries of the completed installations upon implementation of each site. 2-5.

WAN Construction Timeline Limitations/Conditions to Enable E-rate Funding

Since services must be operational by July 1, 2017, vendors must begin network construction activities prior to the formal start of the allowable services period for the E-rate funding year which starts July 1st. Therefore, the Vendor is required to comply with the USAC conditions outlined below to ensure the Customer remains compliant with E-rate requirements and is able to obtain E-rate funding reimbursement. These restrictions also apply to any construction for connecting new schools or sites during the term of the contract that is necessary to ensure they are operational by July 1st of the E-rate funding year in which they become operational. USAC has very specific guidance where this is the situation. According to USAC, “If Category One services will begin on or shortly after July 1 of a funding year, the service provider, in some cases, may need to undertake some construction and installation prior to the beginning of that funding year.

2-25

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 Within the limitations indicated below, the infrastructure costs of a service provider can be deemed to be delivered at the same time that the associated Category One services begin. That is, if services begin on July 1, then the delivery of service provider infrastructure necessary for those services can be considered as also delivered on July 1. There are four conditions that must be met in order for USAC to provide support in a funding year for Category One infrastructure costs incurred prior to that funding year. •

Initiation of installation cannot take place before selection of the service provider pursuant to a posted FCC Form 470 and in any event no earlier than six months prior to July 1 of the funding year.



The Category One service must depend on the installation of the infrastructure.



The underlying Category One service cannot have a service start date prior to July 1 of the funding year.



No invoices can be dated prior to July 1 of the funding year.”

Vendor must comply with all four conditions to ensure the Customer remains compliant with USAC’s requirements and E-rate funding reimbursement is available. 2-6.

Installment Payment Option for Leased Lit Fiber One-time Construction/Special Construction Charges

If Vendor’s quoted pricing includes one-time/special construction charges, the Customer requests Vendors allow the Customer to pay the Customer’s non-discounted share of these charges in installment payments over the period of up to three years. Vendors are required to state their agreement or disagreement with this request and any special terms, conditions, and interest rates charged, if any, for such an arrangement in the Bid Response Form, where indicated. The eligible components of one-time construction, referred to by the E-rate program as “Special Construction” is eligible as part of a leased lit fiber service and is defined on SLD’s website as “construction of network facilities, design and engineering, and project management…”. Eligible special construction charges do not include Network Equipment necessary to light fiber, nor the services necessary to maintain the fiber, as per SLD’s 2016 Applicant Training guidance. According to the FCC’s Second E-rate Modernization Order, “the applicant may request on the FCC Form 470 that bidders allow payment of the non-discount share of special construction charges in installment payments over up to four years. Bidders are not required to offer installment payments upon request. If installment payments are not requested on the FCC Form 470, or were declined by the selected vendor as an option, the nondiscount share of special construction charges must be paid by the applicant within 90 days of receipt of service”. 2-7.

Project Management Requirement

The Customer requires the Vendor to provide a project manager to give oversight and direction to the Vendor’s implementation team. The Project Manager will be required to meet with designated Customer personnel on an agreed to basis and provide implementation status, schedule adjustments, potential risks

2-26

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 affecting the implementation schedule, current issues and proposed solutions. The Vendor must describe their company’s project management process including competencies to coordinate project activities, resources, and communications and experience and ability with coordinating complex projects. 2-8.

Network Design/Diagram and Descriptions

The Vendor must provide a network diagram in their proposal and describe the network design, including vendor carrier line speeds and transport speeds between each location. Diagram must also identify each Vendor Head End/node and provide the age of the equipment to be used to provide the proposed services at each. Vendor must also provide detailed descriptions and specifications for all proposed services and show how they will be integrated in the network design. 2-9.

Transition and Implementation Plan

The Vendor must provide a transition and implementation plan defining and describing the activities and timelines necessary to complete implementation of each of the requested services (site by site). The plan must propose a schedule for performing the transition. The vendor must also provide a detailed plan explaining how they will seamlessly transition VoIP users from the existing Cisco VoIP system to the proposed VoIP system. This plan must include the steps/process the Vendor will use to manage user change and the training they will provide to minimize disruption to operations. 2-10. Vendor Team The Vendor must provide documentation identifying all team members/partners participating in the implementation, support, or sustainment of the requested services, their role, relationship to the Vendor, and primary contract vendor team management plan. 2-11. Site Additions and Termination of Services due to Site Closures Locations/sites will be added or removed as needed during the term of the contract and any and all contract extensions at the same monthly rates. The Customer must be able to terminate services and discontinue payments at that time for sites that are removed from the WAN or VoIP service delivery and no are longer receiving services during the term of the contract and any and all optional extensions, without penalty. 2-12. E-rate Documentation 2-12-1. E-rate Program Eligibility The Vendor must provide proof of registration with the Schools and Libraries Division (SLD) a division of the USAC, for reimbursement under E-rate guidelines and must maintain a Green Light status with the FCC. If during the term of the contract and any extensions, the Vendor fails to file the appropriate forms

2-27

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 with the SLD or fails to receive a Service Provider Identification Number (SPIN), or fails to remain in good standing with the FCC, the Customer will not be responsible for the discounted portion of the Vendor's bill. The Vendor is responsible for supplying their SLD SPIN number/s for each service, if different, with their bid. If the Vendor is proposing services that require a Telecommunications SPIN for eligibility in the E-rate program, the Vendor must be an authorized telecommunications provider as designated in the SLD program SPIN database. If applicable, Vendor must maintain their authorized telecommunications provider status for the entire period of any awarded agreement. 2-12-2. E-rate Application and Review Support Upon request, the Vendor must provide to the Customer vendor documentation (previously Item 21 Attachments) AND completed SLD Template/s for each service, each year detailing the proposed and/or current services and pricing to assist the Customer with preparing the Universal Service Administrative Company (USAC), Schools and Libraries Division (SLD), FCC Form 471 E-rate application for the upcoming funding year. Vendor provided documentation must provide a description of each of the services being provided, each site receiving services, bandwidth, the number of circuits, and the associated costs (monthly and non-recurring costs). This documentation and SLD templates must also identify the portion of the services and costs that are eligible for E-rate funding and all ineligible or partially eligible service costs. Additionally, the Vendor shall assist, when requested by the Customer, USAC, or the FCC, with providing, within the required deadlines, any information needed to respond to SLD application reviews or any other USAC or FCC directed review and/or request for information. Failure to provide any of the information requested in this solicitation, in the requested format, or to meet any of the criteria outlined herein is reason for disqualification without consideration.

2-28

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 3 – VENDOR QUALIFICATIONS 3-1.

Reference List

Vendor must provide a reference list of at least five (5) customers where the Vendor is currently providing leased/managed WAN, Internet, and VoIP services similar in both scope and design to the proposed services. The reference list shall include the contact name, phone number, mailing and email address, the services provided, and the number of supported sites per customer reference. At least one of the references should be for services to a customer of the same approximate size as the Customer. The Customer may, with full cooperation of the Vendor, visit client installations to observe equipment operations and consult with references. Specified visits and discussion shall be arranged through the Vendor. 3-2.

Continuous Business Operations

Vendors must have been in continuous business for a minimum of five (5) years. 3-3.

Vendor Qualifications/Experience

Vendors must describe their qualifications and experience to perform the work described in their proposal (all services) and provide examples of their experience with installation of large-scale interconnected sites with comparable broadband bandwidth connectivity services requested by the Customer; at least one of these examples must be similar in size and scope that is referred to in this RFP (refer to Section 2) which would be 50 sites or greater. The selected contractor must be a dependable contractor with a firmly established base of operations and can offer quality services to a large customer with multiple sites. 3-4.

Vendor Specializations/Certifications

Vendor must provide information on any Specializations and/or Certifications of your company and employees to design, implement, and maintain the equipment proposed in your solution. A copy of any and all certifications deemed relevant by the Vendor to be given consideration must be included in the bid package. Failure to provide any of the information requested in this solicitation, in the requested format, or to meet any of the criteria outlined herein is reason for disqualification without consideration.

3-1

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 4 – GENERAL TERMS & CONDITIONS OF INVITATION TO BID 4-1.

Response Submission

Responses to this RFP must be submitted in sealed packages and delivered to the Purchasing Office, Mobile County Public School District, 1 Magnum Pass, P.O. Box 180069, Mobile, AL 36618 no later than Tuesday, January 3, 2017 @ 9:30AM Central Time. It is the sole responsibility of the respondents to ensure their responses arrive in a timely manner. The Customer will reject all late arrivals. The Vendor must submit one (1) original and five (5) printed copies and one (1) electronic EXACT copy (Adobe PDF format) of the response along with any required supporting documentation. Bid #16-117 "Wide Area Network, Internet, & VoIP Services" should be clearly marked on the face of the envelope/ container containing the bid along with the bid opening date. Failure to comply with this may cause the bid to be misdirected and therefore not to be considered. Responses must be for the entire project. No substitutions or partial bids will be allowed. Oral, telephone, faxed, emailed, electronic, or telegraphic bids shall not be considered, nor will modifications of bids by such communication be considered. The completed bid form shall be without erasures or alterations. Signatures on the proposals shall be in longhand and executed by an individual duly authorized by the Vendor to make a contract. Bids completed in pencil will NOT be accepted. 4-2.

Costs Associated With Preparation of Vendor’s Response

The Customer will not be liable for any cost incurred by the respondents in preparing responses to this RFP or negotiations associated with award of a contract. 4-3.

Pre-Bid Conference

A Pre-Bid Conference will be held on December 8, 2016 @ 10:00AM Central Time, in the Purchasing Office for the purpose of reviewing the RFP and receiving written technical questions from the vendors who intend to respond to the RFP. Technical questions should be submitted in writing at the conference. Written questions and responses will be posted on the Purchasing website. The Vendors will be required to sign in at the Bidder's Conference. 4-4.

Interpretation and Changes

The intent of this RFP is to communicate the Customer's requirements to any qualified and interested bidder. Our intention is to receive bids for the school system as stated in Section 1 of this RFP. The Customer may make corrections, or changes to the RFP. If the Customer makes changes or corrections to the RFP it will be via a written ADDENDUM. All efforts will be made by the Customer to mail or post to the school system's Business, Invitation to Bid, Internet website (www.mcpss.com ) any ADDENDUM that is issued. Additionally, it is our intention to also post any ADDENDUM documents to USAC/SLD’s Form 470 tool to be viewed in the “Search Tools”, “View an FCC Form 470 (FY2016-17)” section of SLD’s website with the associated Form 470 for this solicitation. However, since this is a fairly new process and SLD continues to make changes to their website and tools, Vendors should not rely on the information being posted in this location but should check both the www.MCPSS.com Business, Invitation to Bid website location and SLD’s “Search Tools”, “View an FCC Form 470 (FY2016-17)” location. ADDENDUMS will be issued as expeditiously as

4-1

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 possible. Interpretations, corrections, or changes to the RFP made in any other manner will not be binding, and the Vendor shall not rely upon such interpretations, corrections, or changes. 4-5.

Addendum

It will be the responsibility of all respondents to contact The Purchasing Department or check the Business, Invitation to Bid, website and SLD’s “View an FCC Form 470 (FY2016-17)” website prior to submitting a response to the RFP to ascertain if any ADDENDUM has been issued, and to obtain any and all ADDENDUMS, execute them, and return ADDENDUM with the Vendor’s response to the RFP. 4-6.

Proposal Bidding Period

Prices quoted in the Vendor's response for all services will remain in effect for the time required for the Customer to receive approval for E-rate discounts from the Schools and Libraries Division. However, any taxes, whether local, state, or federal, imposed on services herein provided instituted after the date of bid response may be passed on to the Customer from the Vendor. The Vendor must understand that the Customer may use E-rate discounts for these services, in which case, within approximately 90 days of submitting the response to the RFP the Customer intends to submit SLD FCC Form 471 for funds based upon the pricing submitted by the Vendor. The SLD funding cycle may take as long as 12-18 months. Vendor receiving the award must guarantee all pricing for all products and services, for the term of the contract, including all option years. 4-7.

Omissions

Omissions in the proposal of any provision herein described shall not be construed as to relieve the Vendor of any responsibility or obligation to the complete and satisfactory delivery, operation, and support of any and all equipment or services. 4-8.

Terms of Payment

While it is the intent of the Board of School Commissioners to pay all bills within thirty (30) days, there may be times when this strict requirement cannot be adhered to as payment is normally processed approximately thirty (30) days from final approvals of receipts and verified invoices. Should a challenge result regarding quality, terms, etc., the thirty (30) days would appear after the matter has been cleared. Payment may be expedited by providing original invoices and/or certified copies of an original should a copy be the only thing available. If a copy is used, certification must state "true, correct, and unpaid original invoice", and signed by an official of the company. District personnel may choose to use a VISA® Purchasing Card and E-Payables PAVA process or invoice payments in place of a check to pay for purchases from this solicitation. Unless exception is noted in the bid response, the bidder by submitting a bid agrees to accept the VISA® purchasing card and E-Payables process, as an acceptable form of payment and may not add additional service fees/handling charges to purchases made with the VISA® purchasing card. Refusal to accept this condition may cause your bid to be declared non-responsive. (See the EPayables explanation and PAVA Vendor Enrollment Data sheet) The above stated terms of payment are the only terms which the Board will consider. Any bid submitted which does not comply with our stated terms will not be considered for award.

4-2

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 In the event the Board of Education does not approve budget for the contracted services (on an annual basis), the contract/service agreement may be terminated by the Customer for lack of funding. 4-9.

Financing

The Customer desires leased services. Neither party to the contract shall assign the contract or sublet it as a whole without the consent of the Customer. The Customer shall pay the Vendor the Customer's portion of the lease as established by E-rate in a timely manner. The Customer also agrees to work jointly and cooperatively with the Vendor in completing any and all paperwork necessary and required for the Vendor to receive payment by the FCC Fund Administrator for the FCC's portion of the lease. All Vendors must submit with their bid response with the latest auditor signed Financial Statement in a sealed envelope addressed to the Purchasing Manager. Access to the Financial Statement will be limited to the Purchasing Manager and the Mobile County School System CFO. 4-10. Vendor Invoicing of the Universal Service Administration Company, Schools and Libraries Division The Vendor must invoice the Schools and Library Division (SLD) directly (generate a Service Provider Invoice, FCC Form 474) for the discounted portion of each bill for E-rate eligible support services in accordance with SLD requirements. The Customer will only be invoiced for the undiscounted portion plus 100% of any ineligible fees. The Vendor is responsible for ensuring ONLY eligible services are invoiced to SLD and all ineligible services are identified as such and invoiced directly to the Customer (100%). 4-11. Lease Contractual terms of the lease must be provided with the Vendor's Bid. The term "lease" is used to refer to contractual arrangements whereby the ownership of the facility remains with the service provider, as stipulated in the SLD Fact Sheet on Wide Area Network services. The SLD has stated that it will not commit to discounts on a contract that is titled or described as a lease when in effect the terms of the agreement constitute a purchase. 4-12. Price Quotations Price quotations for all services must be all-inclusive and must include the furnishing of all materials, equipment, maintenance, training, tools, taxes and fees, and the provision of all labor and services necessary or proper for the provision and use of the leased services to connect to the existing Customer networks. If additional customer equipment is needed to connect at the requested bandwidths or to receive the requested services, vendor must specify in their response. Also include any special electrical, space, or HVAC requirements, if any. This includes identifying estimates for any and all taxes, fees, or shipping charges. Prices shall be good for the length of this contract (including option years). Vendor must complete and submit the Bid Response Form/Price Proposal Form included with this document, as a minimum, for submitting their bid pricing and company information as well as all other requested documentation. The Vendor’s bid may include additional quote pages in the Vendor’s preferred format. However, all pricing must be entered in the Bid Response Form/Price Proposal Form, as a minimum, to enable the Customer to compare pricing from all vendors using the same form.

4-3

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 Reference statements, such as “See Page XX,” “Refer to Page XX,” etc. must not be entered in the Bid Response Form. If proposing additional options or services, the Vendor should provide pricing, as a minimum, using the Bid Response Form/Price Proposal Form format. All vendors submitting a bid are responsible for understanding USAC and FCC E-rate eligibility rules and are required to identify any costs, fees, products, or proposed services that do not meet the rules of eligibility for E-rate funding and should be filed as ineligible fees. 4-13. Lowest Corresponding Price The Vendor is required to comply with the FCC’s Lowest Corresponding Price requirements for participation as a provider of services in the FCC’s E-rate program. According to 47 C.F.R. § 54.511, “Providers of eligible services shall not submit bids for or charge schools, school districts…. a price above the lowest corresponding price for supported services, unless the Commission, with respect to interstate services or the state commission with respect to intrastate services, finds that the lowest corresponding price is not compensatory. Promotional rates offered by a service provider for a period of more than 90 days must be included among the comparable rates upon which the lowest corresponding price is determined.” 4-14. Quality of Services & Competitive Rates During the period of the contract if the Customer finds the service provided inferior or if the rates are considered excessive compared to other vendor rates for the same or like service, the Customer reserves the right to ask for corrective action to be taken, up to and including lowering rates. If corrections are not made to the satisfaction of the Customer or their representative within 30 days, the Customer will have the right to cancel the existing contract with no liability for paying additional cost other than usage to the point of disconnection. 4-15. Product/Service Equivalence Specifications or qualifications are not intended to eliminate any reputable manufacturer, brand, or bidder. Reference to manufacturers, brand names, suppliers’ itemization numbers, specification of qualifications, etc. is intended to set quality and/or feature standards and does NOT exclude bids from others. Any bid containing the referenced products/services “or equivalent” will be accepted as long as the quality and feature standards are met. When quoting equivalent products/services, the bidder should provide information substantiating the standards have been met. The sole and final decision regarding equivalence will reside with the Customer. 4-16. Termination of Services for Nonperformance The Customer reserves the right to cancel the contract with the Vendor for nonperformance at any time during the contract/service period. Nonperformance includes, but is not limited to; failure to supply good quality service, failure to provide services for the full term of the contract, poor installation performance, poor billing and customer services, turnover of account teams/representatives, and failure to maintain status as an authorized representative of the services.

4-4

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 4-17. Evaluation of Response The Customer may, at its discretion and at no fee to the Customer, invite any Vendor to appear for questioning during response evaluation for the purpose of clarifying statements in the response. In keeping with the guidelines of USAC, a contract will be awarded to the most cost effective provider who submits a complete and accurate proposal that meets the stated requirements. Price of the eligible services will be the primary factor, but not necessarily the only factor, in evaluating the bids. Each proposal will be evaluated based on criteria and priorities defined by the Customer. Other factors of consideration may be used such as quality of proposed services; transition plan and considerations; prior experience, including past performance; personnel qualifications, including technical excellence; management capability, including schedule compliance; cost of ineligible services; and management capability. Proposals will be evaluated according to Alabama Bid Law and E-rate requirements. The Customer does not guarantee award of a contract and reserves the right to reject any and all bids. The evaluation criteria may include, but are not limited to, the following:

FACTOR

WEIGHT

Price of Eligible Services

30 %

Prior Experience

20 %

Transition & Implementation Plans & Compatibility

20 %

Quality & Flexibility of Proposed Solutions

15 %

Management Capabilities & Personnel Qualifications

10 %

Price of Ineligible Services & Products

5%

Total

100 %

The contract will be awarded on the basis of a collective grand total not on an item-by-item basis. Award will be made to the responsible bidder offering a proposal that is deemed the most acceptable and advantageous to the Customer. The final awarding of this bid will be made by the Customer’s Board of Education based on a recommendation from the Superintendent.

4-5

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 4-18. Compliance with Laws & Regulations It is the Vendor’s responsibility to comply with all local, state, and federal laws as they apply to this bid. The Vendor and his representatives shall follow all applicable school district regulations while on Customer property, including the no smoking, no weapons, and drug free policies. No work shall interfere with school activities or environment unless permission is given by the Principal or person in charge. All Vendor personnel shall be easily identified by the use of prominently displayed identification badges and uniforms or shirts with The Vendor's logo clearly visible. 4-19. Equal Employment Opportunity The Customer is an equal educational opportunity agency and prohibits discrimination in any of its educational programs, including employment, on the basis of sex, race, religion, national origin, color, age, any handicapping condition. The MCPSS Board of Commissioners complies fully with the provisions of Title IX of the Education Amendments of 1972, Section 504 of the Rehabilitation Act of 1973, and the appropriate Department of Education regulations. In connection with the execution of this Contract, the Vendor and subcontractors shall not discriminate against any employees or applicants for employment because of race, religion, color, sex, age, or national origin. The Vendor shall take affirmative action to ensure that minority and disadvantaged applicants are employed and employees are treated during their employment without regard to race, religion, color, sex, age, or national origin. 4-20. Codes, Standards, and Ordinance All work shall conform to the latest edition of the National Electrical Code, the Building Code, and all local codes and ordinances, as applicable. ANSl/TIA/EIA-568-A and ANSI/IEIA/TIA-569 shall be adhered to during all installation activities. Methodologies outlined in the latest edition of the BICSI Telecommunications Distribution Methods Manual shall also be used during all installation activities. Should conflicts exist with the foregoing, the authority having jurisdiction for enforcement will have responsibility for making interpretation 4-21. E-Verify Requirement Beason-Hammon Alabama Taxpayer and Citizen Protection Action (Act No. 2011-535) require that, as a condition for the award of a contract by a school board to a business entity or employer with one or more employees working in Alabama, the business entity or employer must provide documentation of enrollment in the E-Verify program. During the performance of the contract, the business entity or employer shall participate in the E-Verify program and shall verify every employee that is required to be verified according to the applicable federal rules and regulations. The contractor's E-Verify Memorandum of Understanding MUST be included with the bid. If you do not believe these requirements are applicable to your entity, include an explanation justifying such exemption. An entity can obtain the E-Verify Memorandum of Understanding upon completion in the E-Verify enrollment process located at the federal web site www.uscis.gov/everify. The Alabama Department of Homeland Security (http://immigration.alabama.gov) has also established an E-Verify employer agent account for any business entity or employer with 25 or fewer employees that will provide a participating business entity or employer with the required documentation of enrollment in the E-Verify program. An Employer

4-6

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 Identification Number (EIN), also known as a Federal Tax Identification Number, is required to enroll in EVerify or to establish an E-Verify employer agent account. 4-22. Safety The Vendor shall take the necessary precautions and bear the sole responsibility for the safety methods employed in performing the work. The Vendor shall at all times comply with the regulations set forth by federal, state, and local laws, rules, and regulations concerning "OSHA" and all applicable state labor laws, regulations and standards. The Vendor shall indemnify and hold harmless the Customer from and against all liabilities, suits, damages, costs and expenses (including attorney's fees and court costs) which may be imposed on the Customer because of the Vendor, subcontractor, or supplier’s failure to comply with the regulations stated herein. 4-23. Patents and Royalties The Vendor, without exception, shall indemnify and hold harmless the Customer and its employees from any liability of any nature or kind, including costs and expenses for or on account of any trademarked, copyrighted, patented, or non-patented invention, process, or article manufactured or used in the performance of the Contract, including its use by the Customer. If the Vendor or subcontractor uses any design, device, or material covered by letters, patent, trademark, or copyright, it is mutually understood and agreed without exception that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 4-24. Indemnification The Vendor shall indemnify and hold harmless the Customer, its agents and employees from or on account of any injuries or damages, received or sustained by any person or persons during or on account of any operation connected with this Contract; or by consequence or any negligence (excluding negligence by the Customer, its agents or employees) in connection with the same; or by use of any improper, material or by or on account of any act or omission of said Vendor or its subcontractors, agents, servants or employees. The Vendor further agrees to indemnify and hold harmless the Customer, its agents or employees, against claims or liability arising from or based upon the violation of any federal, state, county, city or other applicable laws, bylaws, ordinances, or regulations by the Vendor, its agents, associates, or employees. The indemnification provided above shall obligate the Vendor to defend at its own expense or to provide for such defense, at the Customer's option, of any and all claims of liability and all suits and actions of every name and description that may be brought against the Customer which may result from the operations and activities under this Contract whether the installation operations be performed by the Vendor, subcontractor, or by anyone directly or indirectly employed by either. The award of this Contract to the Vendor shall obligate the Vendor to comply with the foregoing indemnity provision; however, the collateral obligation of insuring this indemnity must be complied with as set forth. 4-25. Insurance The bidder shall provide, at the company’s own expense, insurance as described below. A copy of your current insurance document must be submitted with your proposal. Successful bidder(s) shall provide a copy of a Certificate of Insurance naming the School board as an additional insured and must be sent to the Purchasing Department, Attention: Rhonda Williams. The

4-7

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 policies of insurance shall be delivered upon request within seven work days after notification of award. Minimums included shall be: A.

Worker's Compensation - per Alabama Statutes

B.

Comprehensive General Liability

Bodily Injury (including death) Property Damage and Personal Injury $2,000,000 per person, $3,000,000 per occurrence. Commercial Automobile liability insurance of $1 million per person, $3 million per occurrence. In the event the Vendor fails to maintain and keep in force the insurance herein required, the Customer shall have the right to cancel and terminate the contract without notice. The Vendor shall advise each insuring agency to automatically renew all policies and coverage in force at the start of and resulting from this contract until specified coverage requirements are revised. The Vendor shall indemnify, save and hold harmless; the Customer from alleged damages or injuries arising directly or indirectly from the Vendor’s negligent acts or omissions while performing the work under this contract. 4-26. Right to Reject The Customer reserves the right to accept or reject all proposals or sections thereof when the rejection is in the best interest of the Customer. The Customer reserves the right to award without further discussion. Therefore, responses should be submitted initially with the most favorable terms that the Vendor proposes. The Customer reserves the right to reject the proposal of a Vendor who has previously failed to perform properly or completed on time contracts of a similar nature; and to reject the proposal of any Vendor who in the opinion of the Customer is not in a position to adequately perform the contract. The Customer reserves the right to reject any or all proposals; any part or parts of a proposal, waive any technicalities/informalities, increase or reduce quantities, make modifications or specifications, and award any or all of the contract in a manner that is in the best interest of Mobile County School Board. Contracts will be awarded to the Vendor submitting the proposal determined to be in the best interests of the Customer. 4-27. Differences between Bid Specifications and the Vendor’s Proposal If the bid differs in any way from the bid specifications in the RFP, the Vendor must list the differences on the Bid Response Form Specification Variance Worksheet explaining exactly where and how the proposal deviates from the bid specifications. If no exceptions are listed on the proposal, it will be presumed the Vendor proposes to meet the specifications in every respect and if awarded the contract, performance on this basis will be required. Identifying variances in the text of the bid response is not sufficient as references to the specification variances must be clearly identified by the Vendor in the Bid Response Form Specification Variance Worksheet. 4-28. Vendor Care The Vendor shall protect all buildings, furniture, equipment, personal items, trees, shrubs, lawns and all landscaping on school property from damage. Any damaged property shall be repaired or replaced at the

4-8

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 Vendor’s expense. Labor shall include all restoration (i.e. leveling, laying of sod) of grounds broken up during the installation of this network. No work shall interfere with school activities or environment unless permission is given by the Principal or person in charge. All Vendor personnel shall be easily identified by the use of identification badges and uniforms or shirts with The Vendor's logo clearly visible and comply with local check-in/check-out and identification procedures. 4-29. Fingerprint Background Checks The Vendor shall ensure all employees, agents, or independent contractors used to provide on-site services to the Customer will have passed a fingerprint-based criminal background check utilizing both the Alabama Bureau of Investigations and Federal Bureau of Investigations fingerprint database. The Vendor will bear all costs and expenses associated with obtaining the fingerprints and conducting the fingerprint checks in the ABI and FBI systems. Upon contract award and prior to starting work, the Vendor will submit an affidavit to the Customer, in a form satisfactory to the Customer, that the Vendor is satisfying the above requirements concerning fingerprint-based criminal background checks. 4-30. Right of Customer to Seek Services from Others Contract award is not an exclusive agreement for these services. The Customer reserves the right to seek and obtain services using other contract vehicles if deemed in the best interest of the Customer. 4-31. Prohibition on Confidentiality Any contract/s or other agreements awarded to support applications for E-rate funding “may not prohibit disclosure of pricing or technology infrastructure information” as required by 47 C.F.R. § 54.504. Failure to provide any of the information requested in this solicitation, in the requested format, or to meet any of the criteria outlined herein is reason for disqualification without consideration.

4-9

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM Vendor Information Form The Vendor must use the following form to quote its price: TO: The Mobile County School Board of Education, Mobile, AL

VENDOR: Name of Firm:

______________________________________________________________

Mailing Address:

______________________________________________________________

City, State, Zip Code:

______________________________________________________________

Telephone:

______________________________________________________________

Fax:

______________________________________________________________

E-rate Service Provider Identification Number (SPIN) for WAN Services: ________________________ E-rate SPIN for Internet Services: _______________________________________________________ E-rate SPIN for VoIP Services: _________________________________________________________

NUMBER OF YEARS IN BUSINESS:

_________________________________________________

Operating as an individual corporation organization and existing under the laws of Alabama, or a Partnership, or a joint venture consisting of __________________________________________________________________________________ Printed Name, Signature and Title of Authorized Representative of the Vendor

Printed Name: ______________________________________________

*Signature: _________________________________________________ Date: ____________________

Title: ______________________________________________________ *Signature certifies the proposed solution and services meet all requirements in this document and the Vendor will comply with all specified requirements unless exceptions are noted in the Specification Variance Sheet.

5-1

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL

ID#

Per Site Pricing, if applicable (E-rate Eligible)

Description

Pricing for ALL Sites (E-rate Eligible)

Per Site Pricing, if applicable (E-rate Ineligible) (not included in previous pricing)

Pricing for ALL Sites (E-rate Ineligible) (not included in previous pricing)

Basic Requirement - Wide Area Network (WAN) Services

W1.1

W1.2

W1.3

W1.4

1Gbps WAN connectivity as specified (91 total circuits: 89 Eligible, 2 Ineligible)

Monthly:

10Gbps WAN connectivity to the

Monthly:

Central Office (1 total circuit)

Annual:

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

Non-recurring: $________________ $________________

$________________

$________________

Monthly:

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

Annual:

100Mbps WAN connectivity to

Monthly:

Dauphin Island ES (1 total circuit)

Annual:

WAN One-time Installation or set up costs (Special Construction), if any (Be specific about the purpose of these costs)

WAN Estimated Taxes and Fees W1.5

(if an estimate is not included the Customer will conclude that the taxes and fees are included in the quoted prices for each of the services)

Annual: Monthly:

Total Basic Requirement - WAN Annual (Recurring): Services:

One-time Non-recurring:

5-2 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL

ID#

Per Site Pricing, if applicable (E-rate Eligible)

Description

Pricing for ALL Sites (E-rate Eligible)

Per Site Pricing, if applicable (E-rate Ineligible) (not included in previous pricing)

Pricing for ALL Sites (E-rate Ineligible) (not included in previous pricing)

District Upgrade Option 1 (District-wide Bandwidth Upgrade Option) – WAN Services WD1.1

WD1.2

WD1.3

WD1.4

3Gbps WAN connectivity as specified

Monthly:

(91 total circuits: 89 Eligible, 2 Ineligible)

Annual:

1.5

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

Non-recurring: $________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

10Gbps WAN connectivity to the

Monthly:

Central Office (1 total circuit)

Annual:

100Mbps WAN connectivity to

Monthly:

Dauphin Island ES (1 total circuit)

Annual:

WAN One-time Installation or set up costs (Special Construction), if any (Be specific about the purpose of these costs)

WAN Estimated Taxes and Fees WD-

$________________ $________________

(if an estimate is not included the Customer will conclude that the taxes and fees are included in the quoted prices for each of the services)

Monthly: Annual:

Monthly:

Total District Upgrade Option 1 - WAN Annual (Recurring): Services: One-time Non-recurring:

5-3 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL

ID#

Per Site Pricing, if applicable (E-rate Eligible)

Description

Pricing for ALL Sites (E-rate Eligible)

Per Site Pricing, if applicable (E-rate Ineligible) (not included in previous pricing)

Pricing for ALL Sites (E-rate Ineligible) (not included in previous pricing)

District Upgrade Option 2 (District-wide Bandwidth Upgrade Option) – WAN Services WD2.1

WD2.2

WD2.3

WD2.4

5Gbps WAN connectivity as specified

Monthly:

(91 total circuits: 89 Eligible, 2 Ineligible)

Annual:

2.5

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

Non-recurring: $________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

10Gbps WAN connectivity to the

Monthly:

Central Office (1 total circuit)

Annual:

100Mbps WAN connectivity to

Monthly:

Dauphin Island ES (1 total circuit)

Annual:

WAN One-time Installation or set up costs (Special Construction), if any (Be specific about the purpose of these costs)

WAN Estimated Taxes and Fees WD-

$________________ $________________

(if an estimate is not included the Customer will conclude that the taxes and fees are included in the quoted prices for each of the services)

Monthly: Annual:

Monthly:

Total District Upgrade Option 2 - WAN Annual (Recurring): Services: One-time Non-recurring:

5-4 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL

ID#

Per Site Pricing, if applicable (E-rate Eligible)

Description

Pricing for ALL Sites (E-rate Eligible)

Per Site Pricing, if applicable (E-rate Ineligible) (not included in previous pricing)

Pricing for ALL Sites (E-rate Ineligible) (not included in previous pricing)

District Upgrade Option 3 (District-wide Bandwidth Upgrade Option) – WAN Services WD3.1

WD3.2

WD3.3

WD3.4

10Gbps WAN connectivity as specified Monthly:

$________________ $________________

$________________

$________________

(91 total circuits: 89 Eligible, 2 Ineligible)

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

Non-recurring: $________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

10Gbps WAN connectivity to the

Monthly:

Central Office (1 total circuit)

Annual:

100Mbps WAN connectivity to

Monthly:

Dauphin Island ES (1 total circuit)

Annual:

WAN One-time Installation or set up costs (Special Construction), if any (Be specific about the purpose of these costs)

WAN Estimated Taxes and Fees WD3.5

Annual:

(if an estimate is not included the Customer will conclude that the taxes and fees are included in the quoted prices for each of the services)

Monthly: Annual:

Monthly:

Total District Upgrade Option 3 - WAN Annual (Recurring): Services: One-time Non-recurring:

5-5 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL

ID#

Per Site Pricing, if applicable (E-rate Eligible)

Description

Pricing for ALL Sites (E-rate Eligible)

Per Site Pricing, if applicable (E-rate Ineligible) (not included in previous pricing)

Pricing for ALL Sites (E-rate Ineligible) (not included in previous pricing)

Site Upgrade Option 1 (Per Site Bandwidth Upgrade Option) – WAN Services

Per site pricing to upgrade individual WS1.1

WS-

WAN sites in 1Gbps increments (pricing to be added to the amount for the elected basic/district-wide upgrade option bandwidth amount for each additional 1Gbps, per site)

WAN One-time Installation or set up costs (Special Construction), if any

1.2

Monthly:

$________________

$________________ N/A

N/A Annual: $________________

$________________

Non-recurring: $________________

N/A

$________________

N/A

(Be specific about the purpose of these costs)

WAN Estimated Taxes and Fees WS1.3

(if an estimate is not included the Customer will conclude that the taxes and fees are included in the quoted prices for each of the services)

Monthly:

$________________

$________________

Annual:

$________________

$________________

Monthly:

$________________

$________________

N/A

Total Site Upgrade Option 1 - WAN Annual (Recurring): Services: One-time Non-recurring:

$________________ $________________

N/A

N/A

$________________

N/A

$________________

5-6 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL

ID#

Per Site Pricing, if applicable (E-rate Eligible)

Description

Pricing for ALL Sites (E-rate Eligible)

Per Site Pricing, if applicable (E-rate Ineligible) (not included in previous pricing)

Pricing for ALL Sites (E-rate Ineligible) (not included in previous pricing)

Site Upgrade Option 2 (Per Site Bandwidth Upgrade Option) – WAN Services Per site pricing to upgrade individual WS2.1

WS-

WAN sites in 5Gbps increments (pricing to be added to the amount for the elected basic/district-wide upgrade option bandwidth amount for each additional 5Gbps, per site)

WAN One-time Installation or set up costs (Special Construction), if any

2.2

Monthly:

$________________

N/A

$________________

N/A

Annual: $________________

$________________

Non-recurring: $________________

N/A

$________________

N/A

(Be specific about the purpose of these costs)

WAN Estimated Taxes and Fees WS2.3

(if an estimate is not included the Customer will conclude that the taxes and fees are included in the quoted prices for each of the services)

Monthly:

$________________

$________________

Annual:

$________________

$________________

Monthly:

$________________

$________________

N/A

Total Site Upgrade Option 2 - WAN Annual (Recurring): Services: One-time Non-recurring:

$________________ $________________

N/A

N/A

$________________

N/A

$________________

5-7 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL

ID#

Per Site Pricing, if applicable (E-rate Eligible)

Description

Pricing for ALL Sites (E-rate Eligible)

Per Site Pricing, if applicable (E-rate Ineligible) (not included in previous pricing)

Pricing for ALL Sites (E-rate Ineligible) (not included in previous pricing)

Additional Site Option (if needed) – WAN Services Estimated Pricing for Each New Connected WAN Site added during the WAC contract term or extensions -1.1

Same as contracted Monthly rate for elected bandwidth option

N/A

Same as contracted Monthly rate for elected bandwidth option

N/A

Non-recurring: $________________

N/A

$________________

N/A

Monthly:

(Estimate ONLY – Actual pricing will be requested at the time a new site is identified)

ESTIMATE ONLY - WAN One-time Installation or set up costs (Special WAC Construction), if any -1.2

Actual Quote will be requested when site is identified

Actual Quote will be requested when site is identified

Monthly:

$________________

$________________

Annual:

$________________

$________________

Monthly:

$________________

$________________

(Be specific about the purpose of these costs)

WAN Estimated Taxes and Fees WAC -1.3

(if an estimate is not included the Customer will conclude that the taxes and fees are included in the quoted prices for each of the services)

N/A

Total Additional Site Option - WAN Annual (Recurring): Services: One-time Non-recurring:

$________________ $________________

N/A

N/A

$________________

N/A

$________________

5-8 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL

ID#

Per Site Pricing, if applicable (E-rate Eligible)

Description

Per Site Pricing, if applicable (E-rate Ineligible)

Pricing for ALL Sites (E-rate Eligible)

(not included in previous pricing)

Pricing for ALL Sites (E-rate Ineligible) (not included in previous pricing)

Changes to Demarks or New Connections for Existing Locations (if needed) – WAN Services

WAC -1.1

WAC

Demark Moves or New WAN Connections for Existing Locations – changes made during the contract term or extensions

WAN One-time Installation or set up costs (Special Construction), if any

-1.2

Monthly:

Same as contracted Monthly rate for elected bandwidth option

Quote requested when

Non-recurring: needed

N/A

Same as contracted Monthly rate for elected bandwidth option

N/A

N/A

Quote requested when needed

N/A

(Be specific about the purpose of these costs)

5-9 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL

Installment Payment Option - WAN One-time Installation/Special Construction If Vendor pricing includes one-time installation/special construction fees for the fiber WAN construction/upgrades, Vendor must complete the following questionnaire:

Questions

Vendor Responses

Does the Vendor agree to allow the Customer to pay the Customer’s non-discounted share of these charges in installment payments over the period of up to three years? (Yes or No) If yes, specify period (2 years or 3 years): If yes, specify additional terms, limitations, and conditions, if any (add additional pages, if needed). If none, indicate “None”: If yes, will the Vendor charge interest installments 2 and 3? (Yes or No) If yes, specify the interest rate:

Provide any additional information:

5-10 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL ID#

Pricing for ALL Sites (E-rate Eligible)

Description

Pricing for ALL Sites (E-rate Ineligible) (not included in previous pricing)

Basic Requirement – Internet Services 3Gbps Internet Access Services with I1.1

basic Firewall Services serving the entire school district (entering system at single aggregation site)

Advanced Firewall Services

Monthly: Annual:

$________________

$________________

$________________

$________________ $________________

Monthly: N/A

I1.2 (Ineligible)

Annual: :

Content Filtering Services

Monthly:

$________________ $________________ N/A

I1.3

I1.4

(Ineligible)

Annual: :

Internet One-time Installation or set up costs, if any

Non-recurring:

$________________

$________________

Monthly:

$________________

$________________

Annual:

$________________

$________________

Monthly:

$________________

$________________

$________________

$________________

$________________

$________________

$________________

(Be specific about the purpose of these costs)

Internet Estimated Taxes and Fees I1.5

(if an estimate is not included the Customer will conclude that the taxes and fees are included in the quoted prices for each of the services)

Total Basic Requirement - Internet Annual (Recurring): Services: One-time Non-recurring:

5-11 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL ID#

Pricing for ALL Sites (E-rate Eligible)

Description

Pricing for ALL Sites (E-rate Ineligible) (not included in previous pricing)

Upgrade Option 1 – Internet Services 4Gbps Internet Access Services with IO1.1

basic Firewall Services serving the entire school district (entering system at single aggregation site)

Monthly: Annual:

$________________

$________________

$________________

$________________

Monthly:

$________________

IO-

Advanced Firewall Services

1.2

(Ineligible)

Annual: :

IO-

Content Filtering Services

Monthly:

1.3

(Ineligible)

Annual: :

Internet One-time Installation or set up costs, if any

Non-recurring:

$________________

$________________

Monthly:

$________________

$________________

Annual:

$________________

$________________

Monthly:

$________________

$________________

$________________

$________________

$________________

$________________

IO1.4

N/A

1.5

$________________ N/A $________________

(Be specific about the purpose of these costs)

Internet Estimated Taxes and Fees IO-

$________________

(if an estimate is not included the Customer will conclude that the taxes and fees are included in the quoted prices for each of the services)

Total Upgrade Option 1 - Internet Annual (Recurring): Services:

One-time Non-recurring:

5-12 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL ID#

Pricing for ALL Sites (E-rate Eligible)

Description

Pricing for ALL Sites (E-rate Ineligible) (not included in previous pricing)

Upgrade Option 2 – Internet Services 5Gbps Internet Access Services with IO2.1

basic Firewall Services serving the entire school district (entering system at single aggregation site)

Monthly: Annual:

$________________

$________________

$________________

$________________

Monthly:

$________________

IO-

Advanced Firewall Services

2.2

(Ineligible)

Annual: :

IO-

Content Filtering Services

Monthly:

2.3

(Ineligible)

Annual: :

Internet One-time Installation or set up costs, if any

Non-recurring:

$________________

$________________

Monthly:

$________________

$________________

Annual:

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

IO2.4

N/A

2.5

$________________ N/A $________________

(Be specific about the purpose of these costs)

Internet Estimated Taxes and Fees IO-

$________________

(if an estimate is not included the Customer will conclude that the taxes and fees are included in the quoted prices for each of the services)

Monthly:

Total Upgrade Option 2 - Internet Annual (Recurring): Services:

One-time Non-recurring:

5-13 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL ID#

Pricing for ALL Sites (E-rate Eligible)

Description

Pricing for ALL Sites (E-rate Ineligible) (not included in previous pricing)

Upgrade Option 3 – Internet Services 6Gbps Internet Access Services with IO3.1

basic Firewall Services serving the entire school district (entering system at single aggregation site)

Monthly: Annual:

$________________

$________________

$________________

$________________

Monthly:

$________________

IO-

Advanced Firewall Services

3.2

(Ineligible)

Annual: :

IO-

Content Filtering Services

Monthly:

3.3

(Ineligible)

Annual: :

Internet One-time Installation or set up costs, if any

Non-recurring:

$________________

$________________

Monthly:

$________________

$________________

Annual:

$________________

$________________

Monthly:

$________________

$________________

$________________

$________________

$________________

$________________

IO3.4

N/A

3.5

$________________ N/A $________________

(Be specific about the purpose of these costs)

Internet Estimated Taxes and Fees IO-

$________________

(if an estimate is not included the Customer will conclude that the taxes and fees are included in the quoted prices for each of the services)

Total Upgrade Option 3 - Internet Annual (Recurring): Services:

One-time Non-recurring:

5-14 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL ID#

Pricing for ALL Sites (E-rate Eligible)

Description

Pricing for ALL Sites (E-rate Ineligible) (not included in previous pricing)

Upgrade Option 4 – Internet Services 8Gbps Internet Access Services with IO4.1

basic Firewall Services serving the entire school district (entering system at single aggregation site)

Monthly: Annual:

$________________

$________________

$________________

$________________

Monthly:

$________________

IO-

Advanced Firewall Services

4.2

(Ineligible)

Annual: :

IO-

Content Filtering Services

Monthly:

4.3

(Ineligible)

Annual: :

Internet One-time Installation or set up costs, if any

Non-recurring:

$________________

$________________

Monthly:

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

IO4.4

N/A

4.5

$________________ N/A $________________

(Be specific about the purpose of these costs)

Internet Estimated Taxes and Fees IO-

$________________

(if an estimate is not included the Customer will conclude that the taxes and fees are included in the quoted prices for each of the services)

Annual:

Monthly:

Total Upgrade Option 1 - Internet Annual (Recurring): Services: One-time Non-recurring:

5-15 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL ID#

Pricing for ALL Sites (E-rate Eligible)

Description

Pricing for ALL Sites (E-rate Ineligible) (not included in previous pricing)

Upgrade Option 5 – Internet Services 10Gbps Internet Access Services with IO5.1

basic Firewall Services serving the entire school district (entering system at single aggregation site)

Monthly: Annual:

Advanced Firewall Services

5.2

(Ineligible)

Annual: :

IO-

Content Filtering Services

Monthly:

5.3

(Ineligible)

Annual: :

Internet One-time Installation or set up costs, if any

Non-recurring:

5.4

5.5

$________________

$________________ $________________

N/A $________________ $________________ N/A $________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

(Be specific about the purpose of these costs)

Internet Estimated Taxes and Fees IO-

$________________

Monthly:

IO-

IO-

$________________

(if an estimate is not included the Customer will conclude that the taxes and fees are included in the quoted prices for each of the services)

Monthly: Annual:

Monthly:

Total Upgrade Option 5 - Internet Annual (Recurring): Services:

One-time Non-recurring:

5-16 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL ID#

Pricing for ALL Sites (E-rate Eligible)

Description

Pricing for ALL Sites (E-rate Ineligible) (not included in previous pricing)

Upgrade Option 6 – Internet Services IO6.1

IO6.2

1Gbps Incremental increases, added to the 6Gbps, 8Gbps, or 10Gbps options

Internet One-time Installation or set up costs, if any

6.3

Annual:

Non-recurring:

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

(Be specific about the purpose of these costs)

Internet Estimated Taxes and Fees IO-

Monthly:

(if an estimate is not included the Customer will conclude that the taxes and fees are included in the quoted prices for each of the services)

Monthly: Annual:

Monthly:

Total Upgrade Option 6 - Internet Annual (Recurring): Services: One-time Non-recurring:

5-17 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL

ID#

Per Site Pricing, if applicable (E-rate Eligible)

Description

Pricing for ALL Sites (E-rate Eligible)

Per Site Pricing, if applicable (E-rate Ineligible) (not included in previous pricing)

Pricing for ALL Sites (E-rate Ineligible) (not included in previous pricing)

Basic Requirement – Voice over Internet Protocol (VoIP) Services

V1.1

V1.2

VoIP Services for the entire school district

VoIP One-time Installation or set up costs, if any

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

Non-recurring: $________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

$________________ $________________

$________________

$________________

Monthly: Annual:

(Be specific about the purpose of these costs)

VoIP Estimated Taxes and Fees V1.3

(if an estimate is not included the Customer will conclude that the taxes and fees are included in the quoted prices for each of the services)

Monthly: Annual:

Monthly:

Total Basic Requirement - VoIP Annual (Recurring): Services: One-time Non-recurring:

5-18 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL

Verification of VoIP Solution Compatibility with Existing Handsets: Questions

Vendor Responses

Is the Vendor’s proposed solution compatible with the Customer’s owned existing handsets? (Yes, All Models, Yes, Some Models, or No) If “Yes, Some Models”, specify models that are compatible:

Additional information related to compatibility, if any:

5-19 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL ID#

Pricing for ALL Sites (E-rate Eligible)

Description

Pricing for ALL Sites (E-rate Ineligible) (not included in previous pricing)

Additional Voicemail Option – VoIP Services

VM1.1

Cost to lease Additional Voicemail Boxes (Provide per box and per package pricing, if package sizes are different than those specified, please note)

Monthly:

$________________ N/A $________________

Per Voicemail Annual: : Box

VM1.2

Monthly:

$________________

Per 50 License Package

N/A $________________

Annual: :

VM1.3

Monthly:

$________________

Per 100 License Package

N/A $________________

Annual: :

VM1.4

Monthly:

$________________

Per 500 License Package

N/A $________________

Annual: :

VM1.5

$________________

Monthly: Per 1000 License Package

N/A Annual:

$________________

5-20 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL

ID#

Description

Manufacturer & Model

Monthly Lease per Handset (includes all hardware, software, license, etc. needed for operation & maintenance)

Annual Cost per Handset

Additional Costs, if any (please specify)

Leased VoIP Handsets (E-rate Ineligible) Pricing must include Installation, Configuration and Maintenance. Quoted pricing may be used to lease additional handsets, if needed, during the term of the contract. LHS1

2-Line IP Phone

LHS2

4-Line IP Phone

LHS3

6-Line IP Phone

LHS4

Wireless IP Phone

LHS5

IP Video Phone

LHS6

IP Phone Sidecar / Expansion Module

$________________ $________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

Provide additional pages, using the same format, for pricing of any additional available handsets.

5-21 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL

ID#

Description

Manufacturer & Model

Purchase of Handset (price per handset, software, license & any other required components needed for operation)

Initial Installation, Configuration & First Year Vendor Technical Support for Purchased Handsets (1st year)

Yearly Manufacturer Maintenance

Purchased VoIP Handsets (E-rate Ineligible) Quoted pricing may be used to purchase additional handsets, if needed, during the term of the contract.

PHS1

2-Line IP Phone

PHS2

4-Line IP Phone

PHS3

6-Line IP Phone

PHS4

Wireless IP Phone

PHS5

IP Video Phone

PHS6

IP Phone Sidecar / Expansion Module

$________________ $________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

$________________

Provide additional pages, using the same format, for pricing of any additional available handsets.

5-22 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 SECTION 5 – BID RESPONSE FORM – PRICING PROPOSAL ID#

Pricing (E-rate Ineligible)

Description

Other General Services Additional Training GST.1

Daily rate for additional training covering Support procedures and escalation processes; CIPA requirements and Content Filter Reporting and Monitoring; and Messaging application)

Additional Training GST.2

Daily rate for additional VoIP administrator training

Additional Training GST.3

Daily rate for additional VoIP attendant/receptionist training

Additional Training GST.4

Daily rate for additional VoIP basic user training

Daily Rate Per Person:

$________________

Daily Rate Per Group Specify max. group size: ___________

$________________

Daily Rate Per Person:

$________________

Daily Rate Per Group Specify max. group size: ___________

$________________

Daily Rate Per Person:

$________________

Daily Rate Per Group Specify max. group size: ___________

$________________

Daily Rate Per Person:

$________________

Daily Rate Per Group Specify max. group size: ___________

$________________

5-23 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117 NOTE: The Customer may choose to select Optional Services/Bandwidth in place of the Basic Services Requirements (WAN and Internet) so price evaluation will be based on the actual options selected for the initial contract term. However, other options not selected at initial award may be elected during the term of the contract and any/all extensions. Failure to provide any of the information requested in this solicitation, in the requested format, or to meet any of the criteria outlined herein is reason for disqualification without consideration.

5-24 Mobile County Public School System (MCPSS)

MOBILE COUNTY PUBLIC SCHOOL SYSTEM (MCPSS) REQUEST FOR PROPOSAL (RFP) WIDE AREA NETWORK, INTERNET, & VOICE OVER INTERNET PROTOCOL (VOIP) SERVICES BID OPENING DATE & TIME: Tuesday, January 3, 2017 @ 9:30AM BID NUMBER: 16-117

SPECIFICATION VARIANCE WORKSHEET (Attach additional pages, if needed)

ITEM #__________EXPLANATION__________________________________________________________

_____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________

5-25 Mobile County Public School System (MCPSS)