Skip to main content

Toppenish School District

Home of the Wildcats

Request for Bid - UPS / MNS

DESCRIPTION

REQUEST FOR PROPOSAL (RFP)

TOPPENISH SCHOOL DISTRICT #202
306 Bolin Drive
Toppenish, WA 98948

Request for Proposal

TOPPENISH SCHOOL DISTRICT #202

306 Bolin Drive

TOPPENISH, WA 98948

 

 

NOTICE TO VENDORS/BIDDERS

INSTRUCTIONS AND CONDITIONS

I. GENERAL REQUIREMENTS

The Toppenish School District (TSD) is requesting bids for Uninterruptible Power Supply (UPS) units and Managed Network services for our various school sites. The goal is to enhance network reliability and infrastructure resilience across the district.

TSD will comply with E-Rate funding requirements and Washington state procurement laws. Vendors must adhere to Universal Service Administrative Company (USAC) guidelines and Washington State Department of Enterprise Services (DES) Master Contracts for eligible goods and services.

Bidders must:

1.     Possess a Schools and Libraries Corporation Service Provider Identification Number (SPIN).

2.     Comply with E-Rate competitive bidding rules.

3.     Have a minimum of five (5) years of experience in providing networking services to educational institutions.

4.     Provide three references from agencies where similar services were provided within the past two years.

5.     Ensure all equipment meets E-Rate eligibility guidelines and Washington State procurement laws.

TSD reserves the right to accept or reject any or all bids, waive any irregularities, and award the contract based on the most advantageous proposal for the district.


 

 

IV. BID REQUIREMENTS

1.     Pricing:

o   Provide detailed pricing per unit, including installation, configuration, and maintenance.

o   Identify E-Rate eligible and ineligible costs separately.

2.     Bid Security:

o   5% bid bond must be included with submissions.

3.     E-Rate Compliance:

o   Vendors must be familiar with the E-Rate program and agree to invoice through the Service Provider Invoice (SPI) or Billed Entity Applicant Reimbursement (BEAR) method.

4.     Washington State Compliance:

o   Vendors must adhere to RCW 39.12 (Prevailing Wage Law) and RCW 49.60 (Anti-Discrimination Laws).

o   Preference will be given to vendors with a Washington State DES Master Contract.

5.     Proposal Submission Format:

o   Cover Letter with company details and contact information.

o   Technical Specifications of proposed equipment.

o   Pricing Sheet with itemized costs.

o   E-Rate Compliance Statement confirming vendor eligibility.

o   References from three educational clients.

o   Warranty and Service Agreement documentation.


A.) Preference will be given to bidders with five years of experience in service to agencies for the areas being bid. All bidders must provide three references from agencies that they have provided services in the last two years.

       B.) Preference will be given to bidders based in the Yakima Valley area.

       C.) Preference will be given for bidders who have certified technicians and support staff that are approved

by AVAYA, Cisco, and Polycom Equipment or Equivalent.

       D.) Preference will be given to bidders who have a current Master Contract for cabling

             on file with The Washington Department of Information Services or Equivalent

        F) Preference on wiring projects will be given to vendors that bid on all projects.

DOCUMENTS