School City of Hobart Request for Proposal Inter-Building Connectivity Base Bid 1: only Layer-2 services I. Request Overview and Definition of Terms We are requesting proposals for LAN connectivity between our buildings. We have six schools, an Administration Building and a Service Center. This connectivity will be used for bo data services and VoIP services. Base Bid 1 is for services compatible wi existing Inter-Building fiber as described in Section II and III below. Definition of Terms used in is RFP. I-A) School City of Hobart shall be referred to as SCOH. I-B) The company bidding on is RFP shall be referred to as e Bidder. I-C) SCOH recognizes at e Bidder may not be e service provider. The Service provider shall be referred to as e Vendor. I-D) Where e distinction between Bidder and Vendor may not be clear or may be dependant on e solution, is RFP will use e term Provider.
II. Description of Existing Services The SCOH has a level of expectation of service from years of use of our current inter-building services and, due to e configuration of our existing inter-building LANs, it may be helpful to know how our existing service is designed. II-A) We have six remote sites, all connected to e High School via 1Gbit, dedicated fiber. II-B) Our seven site, e Administration Building, is currently connected to e Middle School by School City of Hobart owned multimode fiber, currently running at 1Gbit. As such, is site is considered part of e Middle School. II-C) The fiber is lit fiber, but is also direct point-to-point. It does not pass rough a NOC or oer monitoring facility. II-D) Each building has a demarcation switch provided by e service provider at is used by e service provider to monitor e fiber for problems and to collect bandwid statistics. II-E) The High School has a single demarcation switch wi six 1Gbit copper handsoffs to SCOH equipment, one for each remote site. The hand-offs are currently bundled togeer into an eernet aggregate line (IEEE 802.3ad) to provide redundancy between School City of Hobart equipment and provider equipment. II-F) Each remote site has a single demarcation switch wi a 1Gbit multimode fiber handoff. II-G) The current service provider has a DSL connection at e High School, wi related equipment, connected to eir demarc switch. This connection is used primarily for monitoring, but also for maintenance of eir equipment. II-H) The existing system is currently Layer-2 in design. No Vendor equipment provides any Layer-3 services. II-J) All Layer-2 protocols are unaltered when transitioning from SCOH equipment to Vendor equipment and back to SCOH equipment.
III. Minimum Requirements of Service To meet our existing level of service, all proposals should meet e following minimum requirements: III-A) Bandwid and Services III-A-1) The Provider may share e solution wi oer clients, so long as e bandwid allocated to SCOH meets e minimum requirements of is RFP. QOS or oer means may be used to guarantee e minimum bandwid allocated to SCOH, so long as Vendor QOS does not interfere wi SCOH QOS transported rough Vendor equipment. III-A-2) The system shall provide a link between e High School and each of e six remote sites, see section see III-E-4. III-A-3) Each link shall be fullduplex and provide a full 1Gbit in each direction. III-A-4) The solution shall provide transparent OSI Layer-2 Eernet access from each remote site to e High School. Encapsulation of SCOH traffic between Vendor equipment is allowable so long as e encapsulation does not alter e SCOH traffic. III-B) Meod of delivery III-B-1) While e existing system at SCOH uses fiber, and we prefer fiber, e medium used to provide connectivity may be alternative systems (copper, wireless, oer) so long as e system meets all e requirements outlined in is RFP. III-B-2) Should a wireless system be proposed, extensive testing shall be done at e expense of e Bidder or Provider prior to bid submission to guarantee at bandwid and reliability are equivalent to a fiber solution. Testing results shall be included wiin e bid packet. III-B-3) Existing systems at e SCOH are 1Gbit Eernet and erefore all solution hand-offs shall be 1Gbit. Hand-off cables shall be included in e proposal. The SCOH equipment uses six 1Gbit copper at e HS. The rest of e sites are 1Gbit multimode fiber in eier an SC or LC package. III-B-4) The solution shall include installation of a physical demarcation point (OSI layer-1) at each site. For example, we currently have a fiber patch panel at each site. Non-fiber solutions shall provide an equivalent demarcation point. III-B-5) The Provider may lease or rent service from anoer provider so long as e ird-party service meets all e requirements of is RFP. III-B-6) Rental of utility poles or oer easement necessary for providing e solution is acceptable and is e sole responsibility of e Provider. rd III-B-7) All 3 -party agreements necessary for e solution are e sole responsibility of e Vendor.
III-C) Monitoring and reliability III-C-1) The solution shall include 24/7 monitoring of e provided system s heal. III-C-2) Detection and timely notification of service outages is required. III-C-3) Diagnostics, repair and maintenance of e provided service is e sole responsibility of e provider and shall be provided in a timely fashion. III-C-3) Any equipment or supplementary services required by e Vendor to monitor e system s heal and reliability are e responsibility of e Provider and shall be included in e proposal. III-D) Equipment III-D-1) All equipment necessary for e solution shall be included in e proposal. III-D-2) Installation of equipment shall be e sole responsibility of e Provider. SCOH will provide reasonable rack space for Vendor equipment. III-D-3) Uninterruptible Power Supplies (UPS) for Vendor equipment shall be part of e solution and will be used exclusively for e Vendor s equipment SCOH equipment will not be protected by e Vendor s UPSs. III-D-4) Repair, maintenance and battery replacement shall be e sole responsibility of e Provider. III-D-5) UPS systems shall maintain Vendor equipment for a minimum of 3 hours. III-E) Installation III-E-1) Installation of all equipment and services shall be part of e solution. III-E-2) All installation shall meet local codes and regulations. III-E-3) Permits or oer legal documents necessary shall be e sole responsibility of e Provider. III-E-4) Locations. All buildings are wiin Hobart, IN 46342: Hobart High School 2211 East 10 Street Service Center 200 Sou Hobart Road Hobart Middle School 36 East 8 Street Joan Martin Elementary School 301 East 10 Street Liberty Elementary School 130 Nor Liberty Street George Earle Elementary School 400 Nor Wilson Ridge View Elementary School 3333 West Old Ridge Road
III-F) Deadline, Q&A and Installation Time-frame III-F-1) The status of is RFP, any and all Q&A, addendums or oer notification shall be made public at e following web address. Please check is site often for updates: http://hobart.schoolwires.com/page/5551 III-F-2) Term of service for proposal may be 3-year or more. Bidder may include rates for multiple terms. III-F-3) RFP Schedule RFP Issued: October 18, 2011 st Questions no later an: November 14, 2011 Written Proposals Due by: November 18, 2011 Notice of award: November 25, 2011 Project Start: November 28, 2011 Project Completion: June 22, 2012 Service Integration and Testing: June 22 rough 29, 2012 Service Activation: June 30, 2012 III-F-4) The primary procurement official responsible for e conduct of is RFP process, e contact person for technical and non-technical questions, and e delivery of written proposals is: Russell Mellon Director of I.T. Services School City of Hobart 200 Sou Hobart Road Hobart, IN 46342 email: mellonr@hobart.k12.in.us Office: 219-942-1388 x 8970 Cell: 219-712-0525 III-F-5) Questions are preferred in email format. Phone calls and scheduled inperson visits are also welcome. III-F-7) On-site tours of SCOH facilities for e purpose of Bidders providing a complete solution are at e sole discretion of SCOH. III-F-8) Q&A from all Bidders shall be posted on e SCOH web site as specified in III-F-1. III-F-8) The bid shall be awarded wiin a week of e proposal due date. The winning bidder shall be notified directly. All oer bidders will need to check e web site as specified in III-F-1. III-F-9) The award of e bid is a recommendation to e School City of Hobart Board of School Trustees. The Board will be presented wi all bids and has e auority to reassign e award or reject all bids. The Board shall review all bids wiin two weeks of e due date. III-F-10) The solution shall be operational by no later an June 22, 2012 so at it may be tested for compatibility wi SCOH s network.
IV) Supplemental Bid 1 School City of Hobart Request for Proposal Inter-Building Connectivity Supplemental Bid 1 Our Administration building is currently connected directly to e Middle School LAN via SCOH owned multimode fiber as mentioned in II-B. Bidder may include a supplemental bid to add e Administration building as a remote site wi it s own connection to e High School as outlined for e oer remote sites as listed in e main RFP. IV-1) IV-2) IV-3) IV-4) This bid is supplemental to e main RFP. Bidders wishing to include is supplemental bid are required to make a bid for e main RFP as outlined in sections I rough III. Only e quantity of remote sites shall change, including e number of Vendor Hand- Offs at e High School. Wi e inclusion of e Administration Building, bo would increase to seven. The Administration building is located at: Administration Building 32 East 7 Street Hobart, IN 46342 All oer aspects of Supplemental Bid 1 shall remain e same as outlined in e main RFP, section III. Q&A and timetable as outlined in Section III-F remain in effect.