E-RATE RFP 2024-2025 E-RATE CATEGORY PRODUCTS AND SERVICES
Louisiana > Tangipahoa Parish School System
RFP: 64978118
Listing Information/Advertisement:



REQUEST FOR PROPOSALS
[District & School Performance - Tangipahoa Parish School System]
E-RATE CATEGORY 2 PRODUCTS AND SERVICES
Event Calendar
 
EVENT
DATE
TIME
LOCATION
Release RFP
November 3, 2023
2:00 PM (CST)
EPC, Central bidding, and   Advertisements
Virtual Mandatory Pre-bid meeting
November 15, 2023
2:00 PM (CST)
See page 22
Inquiry Opens
November 16, 2023
2:00 PM (CST)
[email protected]
Inquiry Closes
December 4, 2023
2:00 PM (CST)
[email protected]
Submission Deadline
December 8, 2023
2:00 PM (CST)
 
See Page 2
Public Bid Opening
December 8, 2023
2:05 PM (CST)
 
See Page 2
 
 
 
 
TANGIPAHOA PARISH SCHOOL BOARD (“DISTRICT”) reserves the right to reject all proposals and to waive any formability defects or clerical errors in any Bid Proposal Package, as in the interest of  “TANGIPAHOA PARISH SCHOOL BOARD.”

 
         
E-Rate REQUEST FOR PROPOSALS
[District & School Performance - Tangipahoa Parish School System]
Category 2 Products and Services
NOTICE TO BIDDERS
 
TANGIPAHOA PARISH SCHOOL BOARD, AKA “DISTRICT,” requests proposals for Category 2 Products and Services.  The District plans to combine funding from E-Rate and Elementary and Secondary School Emergency Relief (ESSER) funding. The DISTRICT will determine the items paid for with E-Rate funding or ESSER.  See
 
The DISTRICT is seeking bids for E-Rate eligible internal connections, licenses, support warranties for new switches ( including SFPs) and access points, Managed Internet Broadband Services (MIBS), and Basic Maintenance for renewal of support warranties.
 
Sealed proposals must be sent by certified mail, UPS, Fed Ex, or hand-delivered to TANGIPAHOA PARISH SCHOOL BOARD PROCUREMENT OFFICE or proposals may be uploaded at:
 
http://centralauctionhouse.com (Please check the site in ADVANCE for rules and fees for uploading to the bidding site(s). Bids must be received before Friday, December 8, 2023, at 2:00 P.M. (CST).
Proposal Delivery Address:
 
Sealed proposals should be delivered OR mailed to:
TANGIPAHOA PARISH SCHOOL DISTRICT
Attention: Michael Coxen
Purchasing Agent
59656 Puleston Road
Amite, La. 70422
985-748-2420 (office)


Proposals must be received no later than:
Friday, December 8, 2023, at 2:00 PM (CST)
Category 2 Products and Services
RFP Number: E-Rate 2024-2025
section                                                                                                              PAGE NUMBER                                                                                                                                    
1.        GENERAL TERMS AND DEFINITIONS 6
2.        OVERVIEW OF SERVICES- 9
3.        Specifications of Wireless Infrastructure. 10
4.        Access Point Options. 11
5.        System Management. 11
6.        Switch Options 12
7.        ANTENNAS, CONNECTORS, AND COMPONENTS 12
8.        cabling- 12
9.        Software, Support, Licenses, Warranty. 13
10.     firewall 14
11.     router- 14
12.     UniNteRrUPTIBLE POWER SUPPLY (UPS) 14
13.     BASIC MAINTENANCE (RENEWAL OF WARRANTIES) 14
14.     MANAGED INTERNAL bROaDBAND SERVICES (MIBS) 15
15.     Project Plan Management. 17
16.     ASSET LEDGERS 17
17.     training. 18
18.     Order of Installations. 18
19.     On-Site Requirements. 18
20.     Interaction with Students- 18
21.     Customized Proposals and Pricing Clause. 19
22.     Requirements. 19
23.     Minimum contractor qualifications. 19
24.     ESSER FUNDING REQUIREMENTS. 19
25.     Proposal Price Format Requirements for All Options. 20
26.     STANDARD TERMS AND CONDITIONS 20
27.     Proposal Response Format and Details. 21
28.     SPECIAL TERMS AND CONDITIONS (Equipment, materials or supplies) 25
29.     MANDATORY PRE-BID CONFERENCE- 26
30.     Evaluation Process- 27
31.     Evaluation Criteria- 27
32.     PricING- 28
33.     Best and Final Offer. 28
34.     list of eligible entities for Category 2- 30
35.     BASIC MAINTENANCE PRICING FORM- 35
36.     PRICING FORM FOR MANAGEMENT OF INTERNAL CONNECTIONS- 36
37.     BID FORM (REQUIRED) 37
38.     NON-COLLUSION STATEMENT- 38
 
1.GENERAL TERMS AND DEFINITIONS

TERMS
DEFINITION
ADDENDUM
A Document or information attached or added to clarify, modify, or support the REQUEST FOR PROPOSAL information. All Addendums will be uploaded to the E-Rate Portal (EPC) and electronic bidding site if required.
ADMINISTRATIVE BID APPROVAL
 
The DISTRICT's final review by the administrative authority to accept or reject a bid that complies or does not comply fully with the Request for Proposal (RFP). Submissions may be disqualified for reasons outlined in the Request for Proposal.
 
AGREEMENT
A contract that has been agreed upon and signed by the DISTRICT. Sometimes, the Agreement will be a letter of award, purchase order, or another legally binding contract.
 
ASSIGNMENT OF CONTRACT OR PURCHASE ORDER
The bidder(s) shall not assign or transfer by operation of law or otherwise any rights, burdens, duties, or obligations without the DISTRICT's prior written consent. Notification of corporate takeovers or mergers must be reported to the DISTRICT.
 
BEST AND FINAL OFFER (BAFO)
The DISTRICT reserves the right to conduct a BAFO with one or more Proposers determined by the evaluation committee to be susceptible to being selected for an award. The Vendor(s) chosen will receive written notification of their selection, with a list of specific items to be addressed in the BAFO and instructions for submittal. The BAFO negotiation may assist the DISTRICT in clarifying the scope of the work. The evaluation criteria for a BAFO will be the same as the evaluation used in Round 1.
BID
The Vendor's response to the Request for Proposals.
CONFLICT OF INTEREST
A Conflict of Interest shall exist when a Vendor or any affiliated person or business entity provides goods or services under a Contract Award whereby one or more personal, business, or monetary interests or relationships exist which would cause a reasonable individual with knowledge of the relevant facts to question the integrity or impartiality of those who are or will be acting on behalf of the DISTRICT.
CONTRACT AWARD
The acceptance of a Quote, Bid, Proposal, or Offer; a Purchase Order, Contract Agreement, or other formal notification of award issued by an authorized official of the DISTRICT. The term 'contract award' refers to formally notifying the Vendor that they have been selected as the supplier for a particular contract.
 
CONTRACT TERM
The length of time of a Contract or Agreement will be available for use by the DISTRICT. Optional extensions may be available as an option to extend the contract term.
DEFAULT BY CONTRACTOR
The DISTRICT shall hold the bidder(s) responsible for any damage that may be sustained due to failure to comply with any terms or conditions listed herein. It is expressly provided and agreed that time shall be essential in meeting the contract delivery requirements. Suppose the successful bidder(s) fails to deliver services listed herein at the prices named and at the time and place herein stated or otherwise fails or neglects to comply with the terms of the bid. In that case, the DISTRICT may, upon written notice to the bidder, cancel the contract in its entirety or cancel or rescind any or all items affected by such default and may, whether the contract is canceled in whole or in part. The DISTRICT may consider the second winner or re-advertise all services.
EQUIVALENT
A replacement for a good or service that achieves the same result and has the same functionality as the product or service requested in the RFP. All equivalent goods and services will be considered that meet the definition.
INVOICES AND PAYMENTS
All vendors submitting proposals must agree to invoice the DISTRICT their monthly discount obligation portion and then send a Service Provider Invoice (SPI) to USAC for the eligible share. Invoices must show the Funding Request Number (FRN) for each service, site location, the total monthly cost, the discount portion owed by DISTRICT, and the amount billed to USAC.
NOTICE OF INTENT AWARD
A formal, written document issued by an authorized official of the DISTRICT informing a Vendor that a Contract has been awarded to the Vendor based on its Solicitation Response. The finance committee, school board, and other authorizing bodies sometimes must approve the final Agreement.
PRICE
Prices should be typed and shown as instructed on the sample price form for each item in the quantity specified in the bid form. The DISTRICT is exempt from all state taxes; therefore, taxes should not be included. All additional fees must be fully explained and listed on the sample pricing forms.
 
The DISTRICT also requires ALL E-Rate ineligible items to be listed separately (e.g., Antivirus software, content filtering). Errors may be crossed out and corrections made before bid opening only and must be initialed in ink by the person signing the bid or the bidder's authorized representative. If there should be a decrease in prices of the items bid (LCP) during the contract period, a corresponding reduction in costs on the balance of the services shall be made to the DISTRICT for as long as the lower prices are in effect.
 
PROTEST OF A SOLICITATION OR AWARD
Any person aggrieved in connection with the solicitation or award of a contract shall have an opportunity to protest to the DISTRICT. Protest concerning a solicitation shall be submitted in writing at least two (2) days before bids open. Protest concerning the award of a contract shall be submitted in writing within fourteen (14) days after the contract award.
QUANTITY AND QUALITY OF MATERIALS OR SERVICES
The successful bidder(s) shall furnish and deliver the services or products designated in the bid. All services or products provided under the contract shall be by the bid specifications. There are no understandings, agreements, representations, or warranties, express or implied, not specified in the Agreement. The DISTRICT may adjust quantities as needed. The amounts are based on the best estimate of the quantities time of posting Form 470. The estimates on Form 470 include the licenses and support warranty in the product quantity. For example, each access point needs one license in the quantity of access points.
 
TERMINATION OF AGREEMENT
The DISTRICT may terminate agreements upon giving thirty days advance written notice of intent to terminate the contract for a compelling cause. (e. g. failure to deliver services, failure to comply with the RFP conditions and specifications within the RFP).
 
MANUFACTURE SUGGESTED RETAIL PRICE (MSRP)
The manufacturer-suggested Suggested Retail Price (MSRP) is the price a Manufacturer recommends selling his product to resellers.
ESSER FUNDING
Elementary and Secondary School Emergency Relief (ESSER) Funds are available for technology and educational resources.  All projects using ESSER funding will need to have the project completed by September 30, 2024.
 

 
2.OVERVIEW OF SERVICES
2.1TANGIPAHOA PARISH SCHOOL DISTRICT would like to receive information and proposals for the   following:
2.2 The District is applying for Internal connections to continue upgrading the Wi-Fi networking infrastructure in all school sites over the next 36 to 60 months and to purchase 5-year new and one-year renewal licenses for existing equipment. The DISTRICT also seeks 36-month manufacture support warranties for new and existing equipment; therefore, the DISTRICT is applying for Basic Maintenance for renewals and an hourly rate for support. Additionally, the DISTRICT plans to apply for Management Internal Broadband Services (MIBS).
2.3This Request for Proposal (RFP) invites Vendors to submit information and proposal(s). Issuance of this RFP in no way constitutes a commitment by the DISTRICT to select a Vendor and award a contract. The DISTRICT reserves the right to accept or reject all proposals submitted. Acceptance of any plan with contractual terms depends on the DISTRICT School Board approval, E-Rate funding, and appropriation of funds by the DISTRICT.
2.4The DISTRICT's technology goals specify that all schools will provide campus-wide wireless and wired local area networks and high-speed Internet access to all students, faculty, and stakeholders. As a strategy for this goal, the DISTRICT will continue to maintain and upgrade internal connections (connections include, but are not limited to, routers, switches, access points, wiring, related components, firewalls, and uninterruptible power supplies) to facilitate data transport to all schools and administrative offices.
2.5TANGIPAHOA Parish School Board requests a centrally managed wireless solution. Vendors are encouraged to offer various wireless options.
2.6APs are installed throughout the campuses, including classrooms, gyms, and auditoriums. We also request the Project Management, installation, and configuration of this equipment. The DISTRICT reserves the right to select multiple vendors.
2.7It is essential to the DISTRICT that Vendors meet the expectations as outlined in this RFP, especially the requirements for saturated wireless access.
2.8Any design's primary objective should ensure that bottlenecks do not occur at the wireless access point under the specified conditions. The Network should support up to 1,500 or more simultaneously connected devices in classrooms, auditoriums, libraries, gyms, cafeterias, and shared areas. Clients must be able to roam across individual campuses without refreshing DHCP. Should any Vendor propose a solution that does not meet the conditions and specifications, the Vendor must provide sufficient documentation that the DISTRICT's objective will be met with its solution.
2.9Proposals should include a cloud solution for the centralized method of managing and controlling wireless access to all access points.
2.10The Vendor's responsibility is to ensure that the equipment proposed meets the manufacturer's performance specifications and the previously stated requirements. The DISTRICT will not release the Vendor from the performance guarantee required above because of malfunctions or defects in equipment due to manufacturer error or flaws in the material or design.
2.11The DISTRICT requests detailed proposals to accomplish the tasks described in the RFP because of the diversity of workable solutions. Specifications in this RFP are general and minimal, allowing proposals to be as innovative as possible.
2.12The name of the contract or subcontractor performing the cabling work must be included in the proposal. The bid must include the cabling company's reference and direct contact information. Submissions must have this information to be allowed to bid.
2.13All technology equipment included in any Vendor's proposal must be new equipment purchased from the manufacturer, and Vendors shall not quote discontinued or end-of-life equipment. No grey market, third-party, or used equipment will be considered.
2.14Proposals must include proof of authorization from the manufacturer to resell and install the proposed products.
3.Specifications of Wireless Infrastructure.
3.1Access Points (APs) – The DISTRICT is seeking bid quotes for Juniper Mist Models AP 34, AP 45, AP 63, or equivalent. Please quote the appropriate five-year license and 3-year support warranty for the proposed products. Vendors are encouraged to submit proposals for equivalent indoor and outdoor access points.
3.2Below are the minimum specifications for wireless access points.
3.3802.11ax (Wi-Fi 6), including support for OFDMA, 1024-QAM, MU-MIMO, Target Wake Time (TWT)
3.4Spatial Frequency Reuse (BSS Coloring).
3.5 Backwards compatibility with 802.11a/b/g/n/ac
3.6Combined Highest Supported Data Rates 2.4 GHz / 5 GHz: 1.8 Gbps +6 GHz: 4.2 Gbps 2.4 GHz 2x2:2 802.11ax up to 575 Mbps data rate 5 GHz 2x2:2.
3.7802.11ax up to 1,200 Mbps data rate 6 GHz 2x2:2 802.11ax up to 2,400 Mbps data rate MIMO Operation
3.8Two spatial stream SU-MIMO for up to 1200 Mbps wireless data rate to individual 2x2 HE160
3.9Two spatial stream MU-MIMO for up to 1200 Mbps wireless data rate to up to two MU-MIMO capable client devices simultaneously
3.10Dedicated Fourth Radio 2.4 GHz, 5 GHz, and 6 GHz tri-band WIDS/WIPS, spectrum analysis and location analytics radio Internal Antennas (AP34) Two 2.4 GHz omnidirectional antennas with four dBi peak gain Two 5 GHz omnidirectional antennas with six dBi peak gain Two 6 GHz omnidirectional antennas with six dBi peak gain.
3.11Bluetooth 5.1 Omni Bluetooth Antenna Beam Forming Transmit Beamforming and Maximal Ratio Combining
3.12Power Options 802.3af: Single radio, cloud connectivity only 802.3at: Full functionality Dimensions 230 mm x 230 mm x 50 mm Weight 1.89 kg Shipping Box 289 mm x 268 mm x 191 mm
3.13Operating Temperature Internal antenna: 0° to 40° C Operating Humidity 10% to 90% maximum relative humidity, non-condensing Operating Altitude 3,048 m (10,000 ft) Trusted Platform Module (TPM).
3.14TPM for infrastructure security
4.Access Point Options.
4.1The selected Vendor shall make available all-new access point technologies when ratified and available to meet the DISTRICT's needs for the contract term.
4.2The selected Vendor shall make available additional access points explicitly for large areas and outdoor access points to meet the DISTRICT's needs for the contract term. Please quote items such as enclosed cages or other components for gyms and auditoriums.
4.3A combination of access points may be selected for implementation.
5.System Management.
5.1A cloud or equivalent is preferred and shall provide comparable system management solutions.
5.2The installed system shall provide a management application that allows a single configuration point for the entire solution and a single configuration point per site.
5.3The wireless management application shall support administrative access by multiple users simultaneously.
5.4The wireless cloud controller or equivalent management application shall support finding wireless host information by MAC address and IP address.
5.5The installed solution shall be able to classify types of interference observed during any radio frequency monitoring.
5.6The wireless management application shall allow role-based access to user-defined groups.
6.Switch Options
6.1The District desires Junipers 24 and 48 port EX4100 switches or equivalent. A model "declared by the manufacturer as discontinued or end of life shall not be quoted."
6.2The selected Vendor shall make available additional switches, modules, cables, products, and services not specified that may be required to meet the DISTRICT's needs for the contract term. Any solution must be interoperable with existing networking equipment and other IP standards-based solutions.
6.3Must include a minimum of:
6.3.1RJ-45
6.3.21000Base-T
6.3.3Auto-negotiation
6.3.4 Auto-uplink (auto MDI/MDI-X)
6.3.5 Bridge protocol data unit (BPDU)
6.3.6Broadcast Storm Control, Discovery Protocol
6.3.7Cloud-managed, Crossover detection
6.3.8DHCP relay
6.3.9DHCP support
7.ANTENNAS, CONNECTORS, AND COMPONENTS
7.1The DISTRICT also seeks antennas, SFPs, Connectors, and related components. Please quote SFP+, 10GBASE-LR, SMF 10 km, Extended Temperature (0 through 85 DEGREE C), Duplex LC connector, Stacking cables, and other connectors, antennas, and components or equivalent.
8.cabling
8.1The District school sites were built over several decades and had varied construction materials. Some materials shall not be disturbed, and wiring installations must be performed around these areas.
8.2All points shall be installed with data wiring, as described in the RFP.
8.3Existing access point wiring shall be removed from the patch panel and the Intermediate Distribution Frame (IDF) and Main Distribution Frame (MDF) cabinets.
8.4Existing patch cords shall be removed from the existing switch and patch panels.
8.5All cables, fiber jumpers, patch cords, panels, cabinets, connectors, etc., shall be provided as required to connect all installed equipment.
8.6The selected Vendor shall make available additional/new wiring, wiring installation, and wiring repairs and maintenance, specified or not, that may be required to meet the needs of the District for the term of the contract.
8.7Wiring closets (MDF and IDF) must be re-wired, toned, tested, and labeled in phases and throughout the contract term.
8.8Vendors must supply and install an approximate 3-meter factory patch cable to a patch panel and supply and install patch panels specific to the certified structured connectivity solution. All wires must terminate directly back to a single distribution closet if possible.
8.9Cabling must be appropriately labeled and not exposed.
8.10The winning vendor MUST provide Project management services and clear maps showing all wiring drops and other work performed (e.g., MDF and IDF, Fiber).
9.Software, Support, Licenses, Warranty.
9.1The Vendor shall offer software that provides ease of management of networking devices. The software should be requested under the same category as the associated equipment being installed or obtained (e.g., Licenses, Operating).
9.2For any proposed software, provide a detailed functional description of the software modules and the quantity of each, the unit price of the software modules, the unit price of any annual maintenance and support, or any other reoccurring cost total amount of the software.
9.3For the proposed solution, indicate which components (hardware, software, and services) are mandatory. If optional, clearly state what, if any, proposed solution's functionality would be omitted unless the component is included in the proposed solution.
9.4All switches must include quotes for 3-year support warranties and 5-year licenses if applicable. Manufacturers offering one-year licenses and support warranties for new equipment may be disqualified.
10.firewall
10.1The DISTRICT is seeking pricing for a Juniper firewall SRX4200 Services Gateway includes hardware (8x10GE, two AC PSU, four FAN Trays, cables, and RMK) and Junos Software Base (Firewall et al., MPLS) or equivalent. Or equivalent with 10 to 40 GIG throughput. Vendors are encouraged to bid on assorted options.
11.router
11.1The District requests bids for Juniper MX204 Fixed AC System - HW and STD Junos or equivalent. Vendors should quote licenses, support warranties, and any required components.
12.UniNteRrUPTIBLE POWER SUPPLY (UPS)
12.1The District is seeking bids for the following rack-mounted make and models or equivalent:
12.2UPS APC 1500VA RM 2U 120V with SmartConnect or equivalent
12.3Smart-UPS 3000VA LCD RM 2U 120V with SmartConnect or equivalent
12.4Please quote replacement batteries for any UPS being proposed.
13.BASIC MAINTENANCE (RENEWAL OF WARRANTIES)
13.1The DISTRICT is seeking bids to renew Support Warranties for existing NETWORKING ACCESS POINTS AND SWITCHES over the contract term.
13.2 All renewals must include any cost allocations. Support warranties are under the Basic Maintenance Category; therefore, vendors must quote unit pricing for 1-year licenses.
13.3The DISTRICT desires proposals that include a “break/fix” hourly rate to repair E-Rate-eligible equipment. Proposals MUST include various pricing levels, which normally depend on the technical expertise of the employee dispatched. Resumes and a description of technical certifications and other training of the technical staff MUST be included in the proposal.
13.4The winning Vendor will be required to offer a “help desk ticket” system or other electronic method for the DISTRICT to report an issue.
13.5The Vendor must notify the IT Director or their designee of the technician’s estimated arrival time. All technicians must sign in and out at the eligible location. Additionally, the technician MUST record the repair of the E-Rate eligible item's make, model, and location. All invoices sent to the DISTRICT MUST reference the “help desk ticket” number, the dispatch date, and the technician's arrival and departure times. Invoices without this information will not be paid.
13.6 The Vendor must explain the billing procedures for this service (e.g., hourly rate begins and ends time, safeguards to prevent over-billing of time, minimum rates).
14.MANAGED INTERNAL bROaDBAND SERVICES (MIBS)  
14.1The DISTRICT is seeking Managed Internal Broadband Services (MIBS) to be provided by a third party to operate, manage, and monitor E-Rate-eligible equipment owned by the DISTRICT. Please review the E-Rate Eligible Services list.
14.2Vendors are required to explain how MIBS Services will benefit the DISTRICT fully and to include a list of items they are proposing to operate, manage, and monitor (e.g., access points, switches, routers).
14.3Vendors are encouraged to propose a solution that includes an assessment of the configurations of E-Rate-eligible equipment. For example, it is the vendor’s responsibility to ensure access points roam throughout the wireless network and switches are performing to an optimal level.
14.4One-time fees for design, engineering, and configuration changes are E-Rate eligible as a necessary component of the MIBS Service.
14.5The DISTRICT desires a monthly cost model with an easy-to-understand formula, which can be increased or decreased based on adding or removing equipment, student enrollment, school facilities, or other cost-related factors. Proposers are required to explain in detail the cost model being proposed. Under no circumstance will the DISTRICT or the E-Rate program pay for work not performed.
14.6The DISTRICT requires all Proposers to describe in detail the monitoring software that will be used and all equipment that will be visible.
14.7Vendors must agree to provide login access and training to the DISTRICT staff.
14.8MIBS is not a “break/Fix” service (hourly rate service), and the DISTRICT will rely on the Proposer to present a plan to ensure all E-Rate eligible items under the MIBS agreement are always operating efficiently.
14.9In most cases, MIBS is a “proactive service" to help prevent failure, and monitoring is an essential component of an MIBS service. From time to time, unexpected failures will happen. The DISTRICT requires all Proposers to have a notification system that allows the Proposer to provide repair status updates for outages and other alerts. Vendors must describe the alert system in their proposal, and the District MUST have access to it.
14.10If a District-owned piece of equipment is under warranty, the winning Vendor will be expected to work with the District to ensure the Merchandise Return Authorization (RMA) is expedited.
14.11 If the District-owned equipment is beyond repair, the Vendor must notify the District immediately. Replacement of the equipment is the responsibility of the DISTRICT.
14.12The winning Proposer must submit a detailed network diagram showing all E-Rate-eligible wireless equipment that will be supported. The list must include the make, model, serial number, location, and SKU#, if available. Any one-time fees for design and engineering are eligible as a necessary component of the MIBS Service.
14.13The DISTRICT desires a configuration assessment of the current Access Points and Switches to ensure all access points are roaming properly without any outages and all switch configurations are set to the optimal performance.
14.14Vendors are encouraged to include “in-line cabling” in the MIBS proposal. In-line cabling is the cabling attached to a piece of E-Rate-eligible equipment and is causing the equipment to experience a malfunction alert. Whether the cable is traced back to fiber or Cat. 5-6, Vendors are encouraged to include in-line cabling in the MIBS proposal. Since it is not feasible to cover all drops under MIBS, on-line cabling is being requested.
14.15The winning Proposer will be required to meet with the DISTRICT’s technical staff monthly to discuss the work performed during the previous month and the network’s performance. Weekly monitoring reports will be submitted to the DISTRICT.
14.16According to E-Rate rules, proposals may include a one-time fee, which may cover the purchase of several types of monitoring software (e.g., Airwave). Installation, configuration, and on-site training of staff are also eligible. All proposals must provide a detailed description of all components that make up any one-time charge. If monitoring software is included, the software can only be used to monitor eligible equipment on the DISTRICT’s network, and a specification sheet of the software must be provided.
14.17 All documents (maps, diagrams, and other documents) created under the MIBS agreement are the property of the DISTRICT. Original maps and updated documents will be sent to the DISTRICT upon completion.
14.18At no time shall the Vendor change passwords without the permission of the IT Director.
14.19Each year, the list of current equipment must be updated before the filing of Form 471. A contract Amendment will be submitted to the E-Rate program if any changes are made.
14.20It will be the Vendor’s responsibility to ensure all devices are working properly, and any outages or alerts MUST be addressed within 24 hours during workdays. If a critical outage occurs during the weekend or holiday (e.g., the network is down at a site), the Vendor is expected to notify the DISTRICT immediately. Otherwise, non-critical issues that occur on a weekend or holiday MUST be addressed within 24 hours from the first workday after the DISTRICT reopens.
14.21A list of the current DISTRICT-owned E-Rate eligible equipment will be provided at the pre-bid meeting.
15.Project Plan Management.
15.1Contractor shall provide, at a minimum, the following project management functions:
15.2Provide Project Management
15.3The Contractor will provide day-to-day project management using best practices for all tasks and activities necessary to complete the Work Statement.
15.4Provide a Project Work Plan
15.5The winning bidder will work with the IT Director to develop and maintain a Project Work Plan, which breaks down the work into manageable phases, activities, and tasks as appropriate. The work plan will identify activities/tasks, project personnel requirements (the DISTRICT and Contractor), estimated workdays/personnel hours to complete, and expected start and completion dates. Scheduled completion dates for each deliverable shall specifically be included. Written concurrence of both parties will be required to amend the Work Plan. The DISTRICT shall approve the Project Work Plan before project payments are made.
16.ASSET LEDGERS
16.1The Vendor shall submit asset ledgers to the DISTRICT upon completion of work at each site. Asset ledgers must comply with all E-Rate rules. (e.g., make, model, serial number, the reference number of the invoice, date of installation, and physical location of each piece of equipment sold and installed.)
16.2Asset Tagging and equipment labeling are critical during an E-Rate audit. The Vendor will apply the labels and work with the DISTRICT to create the correct labeling system. In some cases, the DISTRICT will supply the asset tags.
17.training.
17.1Training shall be provided to the DISTRICT on all installed equipment and software. The cost of training shall be included in the total price of the proposal, and the Vendor shall provide knowledge transfer to DISTRICT Information Technology staff on all installed hardware/software solutions offered.
17.2The Vendor shall provide an online training course for each hardware/software solution provided if available.
18.Order of Installations.
18.1The DISTRICT shall specify and provide the installation sequence order of all sites and shall install sites in the order specified by the DISTRICT. It may be necessary for multiple sites to be installed simultaneously.
18.2The number of sites to be installed at any time may vary during the project and shall depend on the acceptance of other completed sites and the Approval to Proceed by DISTRICT.
19.On-Site Requirements.
19.1All Vendors shall sign in at the site’s primary office before beginning activities. Site credentials may be issued and must always be displayed. All sites must be cleaned daily and returned to the original order. The work area shall always remain clean. Shipping boxes and other trash and debris shall be removed daily and disposed off-site. Dumpsters belonging to the site or surrounding area shall not be used.
20.Interaction with Students
20.1*** ANY INTERACTION WITH STUDENTS BY THE VENDOR AND ANY REPRESENTATIVE IS STRICTLY PROHIBITED.
20.2The Vendor is expected to supervise and exercise control over any employee or subcontractor employed and shall be held responsible for the employees’ and subcontractors' actions and activities.
20.3While working on-site at a DISTRICT school, annex, or another student educational facility, the  Vendor,
20.4its personnel and subcontractor(s) staff must wear identification badges or a uniform with a logo, always identifying the company when working on any DISTRICT property.
20.5A Vendor shall only enter the DISTRICT site with a scheduled visit. The visits will be scheduled by the Director of Technology or their designee.
21.Customized Proposals and Pricing Clause.
21.1Understanding that the responses as initially submitted may or may not completely meet the DISTRICT's needs, the DISTRICT reserves the right to work with one or more selected proposers to customize and refine their proposal as a part of the selection process. This process includes but is not limited to, the refinement, addition, change, and deletion of products, services, and pricing as the DISTRICT desires. This clause allows the DISTRICT to make the most favorable proposal(s) and customize it to serve the DISTRICT best.
22.Requirements.
22.1Proposers must submit a proposal detailing their project plan based on the specifications and information in this RFP attachment. All questions must be emailed to the contact listed, and the email must contain an attachment on the company letterhead stating the issue(s). Vendors emailing questions in the body of an email will not receive a response. NO PHONE CALLS WILL BE ACCEPTED. ALL THE CORRESPONDENCE MUST BE IN WRITING.
23.Minimum contractor qualifications.
23.1The following skill sets and qualifications must be provided. As a person may possess multiple areas of expertise, a Contractor must indicate a separate spreadsheet, the proposed resource, and the work each will perform. Each network staff member must pass the State Police Background check to access our servers in the secured computer room at the DISTRICT Operation Center.
23.2 Fully qualified to participate in the E-Rate Program  Registered to do business in Louisiana and are in good standing with the Louisiana Secretary of State's Office, and technical support staff MUST be in Louisiana.
24.ESSER FUNDING REQUIREMENTS.
24.1Vendors MUST comply with ESSER rules under the Davis-Bacon and related Acts to receive any funding. The District will use both E-Rate and ESSER funding. Therefore, all rules for both programs were followed.
24.2Under the Davis-Bacon and Related Acts and Reorganization Plan No. 14 of 1950, the U.S. Department of Labor is responsible for determining prevailing wages, issuing regulations and standards to be observed by federal agencies that award or fund projects subject to Davis-Bacon labor standards, and overseeing consistent enforcement of the Davis-Bacon labor standards.
24.3The Davis-Bacon and Related Acts apply to contractors and subcontractors performing on federally funded or assisted contracts over $2,000 for the construction, alteration, or repair (including painting and decorating) of public buildings or public works. Davis-Bacon Act and Related Act contractors
24.4For prime contracts more than $100,000, contractors and subcontractors must also, under the provisions of the Contract Work Hours and Safety Standards Act, as amended, pay laborers and mechanics, including guards and watchmen, at least one and one-half times their regular rate of pay for all hours.
24.5worked over 40 in a workweek. The overtime provisions of the Fair Labor Standards Act may also apply to DBA-covered contracts.
24.6Any work performed and paid for with ESSER funds will need TO HAVE all work completed by September 30, 2024.
24.7Subcontractors must pay their laborers and mechanics employed under the contract no less than the locally prevailing wages and fringe benefits for corresponding work on similar projects in the area.
24.8The Davis-Bacon Act directs the Department of Labor to determine locally prevailing wage rates. The Davis-Bacon Act applies to contractors and subcontractors working on federal or District of Columbia contracts. The Davis-Bacon Act prevailing wage provisions apply to the “Related Acts. under
24.9which federal agencies assist construction projects through grants, loans, loan guarantees, and insurance.
25.Proposal Price Format Requirements for All Options.
25.1Separate costs for travel and expense charges are not allowed at any time. The DISTRICT shall not consider or pay Any cost not specified. All pricing shall be provided as options that may be selected anytime during the contract term. The following categories list pricing and include unit price and extended cost. ALL Proposals Must include the pricing form. The pricing form MUST appear in the last section of the proposal and be clearly labeled "PRICING.”
26. STANDARD TERMS AND CONDITIONS

Request for Proposal Form.

26.2Unless otherwise provided, all written proposals must be submitted in the RFP package with the required forms provided and must be adequately signed. Bids submitted in the following manner will not be accepted: 
RFP-required forms contain no signature.
Proposal filled out in pencil.
Proposal not submitted in compliance with the School Board's standard Proposal package and RFP form.
Proposal sent by Email or Fax

27.Proposal Response Format and Details.

Executive Summary.

27.2The one- or two-page executive summary briefly describes the Vendor’s proposal. This summary should highlight the noteworthy features of the proposal. It must indicate any requirements that the Vendor cannot meet. The reader should be able to determine the essence of the plan by reading the executive summary. All pages must be numbered consecutively, and the name of the Vendor should appear in the header or footer.

Detailed Proposal.

27.4This section should constitute a sizable portion of the proposal and must contain the following:

The plan must include a complete narrative of the Vendor's assessment of the work to be performed, the Vendor's ability and approach, and the resources necessary to fulfill the requirements. It should demonstrate an understanding of the desired overall performance expectations. Indicate any options or alternatives proposed. 
The Vendor must respond to each section and note the subsection. Proposals needing more responses may be rejected. For ease of evaluation, the Vendor's response must immediately follow each item/specification (paragraph, sub-paragraph, etc.). For example, Section 2 describes the General Terms and Conditions. Subsection 2.16 are the conditions for canceling a contract. Vendors that disagree must indicate one of the options in the paragraph below. No response indicates acceptance and compliance. 
Accept and comply - Follow this response with a brief, concise explanation that adequately details the Vendor's ability to meet the specified requirement unless the specification/requirement is clearly (unequivocally) a "yes or no," "can do or cannot do," "will or will not comply" type of specification, in which case "Accept and comply," without an accompanying explanation, will suffice. 
Accept and comply with an exception – The vendor must clearly state the difference between the specification and the Vendor's ability to meet the specification's requirement(s). 
Cannot comply - Follow this response with sufficient detail that explains why the specification cannot be met. 
Exceptions and additions to the Standard Terms and Conditions must be submitted with the proposal response. Exceptions, additions, service level agreements, etc., submitted after the date and time for receipt of proposals will not be considered. The Vendor must submit a redline document identifying the proposed exceptions to the RFP terms and conditions with the proposal submission for review and evaluation purposes. The Vendor must provide the name, contact information, and access to the person(s) directly involved in legal negotiations of the terms and conditions in the proposal response.

Proposal Copies.

27.6One original and three duplicate copies of each proposal, plus one separate electronic copy in PDF format, must be included in the package. Electronic copies should be submitted on a clearly labeled flash drive. Only the PDF version is required if the proposal is uploaded to the bidding site. It is the responsibility of the Vendor to make sure all documents are uploaded to the drive and all are readable. All materials submitted in the proposal MUST be included in the electronic copy.

Receipt of Proposals.

27.8The entire RFP must be received at the address specified in this RFP before the Public Bid Opening on December 15, 2023, at 2:00 PM, Central Standard Time, to be considered. Any bids received after the proposal opening time will be returned unopened.

Standards of Quality.

27.10Any product or service proposal shall conform to all applicable federal and state laws and regulations and the specifications contained in the solicitation. Unless otherwise specified in the solicitation, any manufacturer's name, trademark, brand name, or catalog number used in the specifications describes the standard of quality, performance, and characteristics desired and is not intended to limit or restrict competition. Equivalent products will be accepted. Vendors submitting a proposal must specify the brand and model number of the product offered in their plans. Proposals not specifying brand and model number will not be considered as providing the exact products specified in the solicitation. Objections to the specifications or RFP conditions must be filed in writing and received by the Purchasing Department at least five (5) days before the RFP opening date.

Descriptive Information.

27.12Vendors submitting a proposal that offers an equivalent brand or model should provide the RFP information, such as illustrations, descriptive literature, and technical data sufficient for the School Board's Purchasing Department to evaluate quality, suitability, and compliance with the specifications in the RFP. Password-protected documents will not be accepted. Please submit descriptive information to ensure the proposal is accepted. The manufacturer shall validate any change made to the manufacturer's public specifications provided for a product. If an item or items offered do not fully comply with specifications (including brand and product number), Vendors submitting a proposal must state how the item(s) deviate. Failure to note exceptions on the RFP form will not relieve the successful Vendor(s) from supplying the requested products or equivalent.

  Public Bid Opening.

27.14Vendors submitting a proposal may attend the RFP opening. Still, no information or opinions concerning the ultimate contract award will be given at the RFP opening or evaluation process. Whether successful or unsuccessful, vendors submitting a response to the solicitation will be provided with a copy of the tabulated results upon request.

  Awards.

27.16The DISTRICT reserves the right to award items separately, grouped, or on an all-or-none basis, reject proposals, and waive any informalities. The purchase order and contract mailed or delivered to the successful Vendor is the official authorization to provide the materials, supplies, or equipment. The DISTRICT will provide the winning vendor with a Purchase Order for the DISTRICT share of the payment and NOT the total funded amount.

  Deliveries.

27.18Proposals may be rejected if the delivery time indicated is longer than that specified in the RFP. Platform Delivery FOB Destination means the successful Vendor shall deliver and unload purchased items to the dock of the designated point of receipt. All cartage, drayage, packaging, handling, palletizing, etc., shall be included in the proposal price. Include a copy of the invoice as a packaging list with each shipment.

  Taxes.

27.20The Vendor is responsible for including all applicable taxes in the proposal price and MUST explain any fees or taxes. The DISTRICT is exempt from all state and local sales and most use taxes.

  New Products.

27.22Unless specifically called for in the RFP, all purchased products and the current packaging models must be new and never previously used. No remanufactured, demonstrated, used, or irregular product will be considered for purchase unless otherwise specified in the solicitation. The manufacturer's standard support warranty of 3 years and license agreements of up to 5 years should be included in the proposal.

  Contract Renewals.

27.24Upon Agreement of the DISTRICT and the Contractor, a term contract may be extended for two additional twelve-month periods at a price in the contract or the annual validated price and the same terms and conditions in the RFP. In such cases, the total commitment cannot exceed sixty (60) months.

  Contract Cancellation.

27.26The DISTRICT has the right to cancel any contract, by its purchasing rules and regulations, for cause, including but not limited to the following:

Failure to deliver within the time specified in the contract.

Failure of the product or service to meet specifications, conform to sample quality, or to be delivered in good condition.
Misrepresentation by the Contractor.
Fraud, collusion, conspiracy, or other unlawful means of obtaining any contract with the DISTRICT.
Conflict of contract provisions with constitutional or statutory requirements of state or federal law or any other breach of contract.
DISTRICT's lack of funding resources  
 Contract Cancelation.

27.29Failure to deliver within the RFP time will constitute a default and may cancel the contract. Where the DISTRICT has determined that the Contractor is in default, the School Board reserves the right to purchase any products or services covered by the Agreement from the next highest scorer, according to the evaluation matrix.

  Order of Priority.

27.31If there is a conflict between the Instructions for Vendors Submitting a Proposal or Standard Terms and Conditions or Special Terms and Conditions, the Special Terms and Conditions shall govern.

  Applicable Law.

27.33All contracts shall be construed by and governed by the laws of the State of Louisiana.

  Equal Opportunity.

27.35By submitting and signing the proposal, Vendors offering a proposal must agree that the company will not discriminate in the rendering of services to or employment of individuals because of race, religion, sex, age, national origin, handicap, or disability. Vendors submitting a Proposal shall keep informed of and comply with all E-Rate, federal, state, and local laws, ordinances, and regulations that affect Vendor's employees or prospective employees.

   Indemnity.

27.37The Contractor agrees, upon receipt of written notice of a claim or action, to defend the complaint and to take other appropriate measures to indemnify and hold harmless the DISTRICT and its members, its officers, its agents, and its employees from and against all claims and actions for bodily injury, death or property damages caused by the fault of a contractor, its officers, its agents, or its employees.  The Contractor is obligated to repay only to the extent of the responsibility of the Contractor, its officers, its agents, or its employees. However, the Contractor shall have no obligation as set forth above concerning any claim or action from bodily injury, death, or property damages arising from the DISTRICT's fault, its members, its officers, its agents, or its employees.

SPECIAL TERMS AND CONDITIONS (Equipment, materials or supplies)

28.1In November 2019, the FCC released the Supply Chain First Report and Order adopting a rule (47 CFR Section 54.9) that prohibits the use of Universal Service Fund (USF) support to purchase, obtain, maintain, improve, modify, operate, manage, or otherwise support equipment or services produced or provided by companies found to pose a national security threat to the integrity of communications networks or the communications supply chain.
28.2In the Supply Chain Second Report and Order, the FCC adopted a second, additional rule (47 CFR Section 54.10) to implement the Secure and Trusted Communications Networks Act of 2019. This rule prohibits future use of certain federal subsidies, including USF funds or funding appropriated to the COVID-19 Broadband Programs, to purchase, rent, lease, or otherwise obtain any covered communications equipment or service or maintain any covered communications equipment or service previously purchased, rented, leased, or otherwise obtained, identified on the FCC-issued Covered List, released on March 12, 2021 (and updated as needed). All Vendors will be required to sign the certification indicating that a company on the covered list does not manufacture the proposed equipment.

Suspensions and Debarments.

28.4Persons and companies convicted of criminal violations or held civilly liable for individual acts arising from their participation in the Schools and Libraries (E-Rate) Program and other federal programs are subject to suspension and debarment from the program. The Federal Communications Commission (FCC) Suspension and Debarment regulations were announced in the Second Report and Order and Further Notice of Proposed Rulemaking (FCC 03-101  released April 30, 2003).

FCC rules provide that there are two stages to this process.

28.6First, when the FCC becomes aware that a person or company has been convicted of a crime or judged civilly liable for individual acts arising out of that person's participation in the program, the FCC suspends that person or company from activities related to the program. The FCC issues a Public Notice of Suspension and Proposed Debarment. USAC maintains a list of persons and companies (see below) who have been suspended, along with a link to the notice on the FCC's website. The suspension's announcement informs the suspended person or other interested parties that they have 30 days to oppose the proposed debarment.
28.7The second stage of this process is the actual debarment. The FCC will, absent extraordinary circumstances, notice a decision to debar within 90 days of receiving any information from the person proposed for debarment. The notice will specify the duration of the debarment. USAC will maintain a list of persons and companies that have been debarred, along with a link to the announcement on the FCC's website.

Contractual Period.

28.9The DISTRICT intends to award all items for an initial period of at most thirty-six (36) months with two 12-month optional extensions. Delays in awarding beyond the anticipated starting date may change the contract period. If such a situation occurs, an award may be made for less than thirty-six (36) months.

Quantities.

28.11The DISTRICT has provided on Form 470 an estimate of quantities needed over five (5) years. These estimates are based on changing out products during the contract’s life, opening new sites, shifts in enrollments, and adding more end-user devices on the Network. The quantities listed on Form 470 do not exceed amounts for the contract period.

Non-Exclusivity Clause.

28.13This Agreement is non-exclusive. It shall not preclude the DISTRICT from entering into similar agreements or arrangements with other Vendors or from acquiring the same, equal, or like goods or services from other entities or sources, including state contracts.

MANDATORY PRE-BID CONFERENCE

Due to the importance of all bidders clearly understanding the specifications and scope of work requirements in specific solicitations, attendance at the virtual mandatory pre-bid meeting on November 15, 2023, is a prerequisite for submitting a bid. Bids will only be accepted from those represented at the bid conference. The conference bridge will open at 1:45 PM (CST) to allow callers sufficient time to dial in to:https://us06web.zoom.us/j/89530934912?pwd=lQaOPZE0PtDTsGf2xI2B5eHmTZQ9Rw.1
For assistance, please contact [email protected].
Evaluation Process

All responses received due to this RFP are subject to evaluation by the DISTRICT. The Evaluation Committee will select a Vendor(s) to provide services and products as described in this RFP.
A committee with expertise in various areas will evaluate proposals that meet the qualifications described in this RFP. Written or oral discussions may be conducted with Vendors to decide the most cost-effective solution.

30.3Mandatory Administrative Evaluation
30.4An Administrative Evaluation Team will review all proposals to determine compliance with compulsory administrative requirements as specified in the RFP. Bids must be compliant with the specifications to be accepted for further consideration.

Discussions/Presentations

30.6Written or oral discussions will be conducted with Vendors determined qualified to select the award. Written or oral discussions/presentations for clarifications may be undertaken to enhance the DISTRICT's understanding of any or all components of the proposal submitted. The DISTRICT reserves the right to conduct a Round 1 and 2 Evaluation. The same evaluation criteria will be used in both rounds.

The DISTRICT reserves the right to cancel any contract within thirty (30) days for a compelling cause.

Evaluation CriteriaProposals that pass the preliminary screening and mandatory requirements will be evaluated on    
The plan's information. The evaluation of each response will be based on its competence, compliance, format, and organization as it relates to the evaluation criteria below:
         
 
 
Criteria
Maximum Score
1
Qualifications and Experience
20
2
Approach and Methodology
15
3
Proposed Technology/Solution and Perceived Value
15
4
Management Team Capabilities and Qualifications
20
5
Pricing
30
 
Total
100
         
PricING

Lowest Corresponding Price.

32.2Service providers must comply with the FCC rules for the Lowest Corresponding Price (LCP). For this RFP, the Lowest Corresponding Price (LCP) is the lowest price a service provider charges to nonresidential customers similarly situated to a particular applicant (school, library, or consortium) for similar services. See 47 C.F.R. § 54.500.
32.3A similarly situated applicant is in the service provider's geographic area (i.e., the area where the service provider seeks to serve customers with any of its Schools and Libraries (E-Rate) Program services). See First Report and Order [PDF (opens in new window)] , 12 FCC Rcd 8776, 9032, para. 486.
32.4Similar services include those provided under a contract or month-to-month. First Report and Order, 12 FCC Rcd 8776, 9032, para. 485. See also Fourth Order on Reconsideration [PDF (opens in new window)] , Report, and Order 13 FCC Rcd 5318, 5398, para. 133.
32.5Service providers cannot charge applicants a price above the LCP for E-Rate Program services. See 47 C.F.R. § 54.511(b).
32.6Further details on LCP may be obtained at USAC's website: 
32.7http://www.usac.org/sl/service-providers/step02/lowest-corresponding-price.aspx 
Best and Final Offer.

33.1The DISTRICT reserves the right to conduct a BAFO with one or more Proposers determined by the evaluation committee to be susceptible to being selected for an award. If a BAFO is undertaken, the Vendor(s) selected will receive written notification of their selection, with a list of specific items to be addressed in the BAFO along with instructions for submittal. The BAFO negotiation may help clarify the work scope or obtain the most cost-effective pricing from the Proposers. The evaluation criteria for a BAFO will be the same as those used in the first assessment.

Inflation and Manufacturer Suggested Retail Pricing (MSRP).

33.3The DISTRICT seeks unit pricing proposals for Category 2 E-Rate eligible products and services during an uncertain economic climate due to rising costs and supply chain delays. At the same time, the DISTRICT desires a 36-month contract with two optional extensions.
33.4The DISTRICT realizes future increases in costs may lead to increased pricing by manufacturers, and vendors (resellers) may be hesitant to submit quotes for longer than 12-months or, in some cases, may be unable to honor the pricing for the length of the Agreement.
33.5For these reasons, the DISTRICT requires all pricing to include the MSRP. The initial MSRP will set the baseline price in the first year and will be used to evaluate the impact of any rise in the cost of the MSRP. If a manufacturer increases its MSRP during the life of any resulting contract, the Vendor may request an annual review of the unit pricing for the original item approved. The request must be sent in writing to the Director of Information Technology.
33.6The annual review may only be requested if the proposal INCLUDES the original equipment manufacturer verification of the MSRP in the proposal submitted in response to this RFP. If the plan does not include the MSRP, the DISTRICT will deny consideration for the review, and the original contract pricing will be used to apply for E-Rate funding annually. Vendors are encouraged to urge manufacturers to lock in pricing for the length of the contract.
33.7The review team will calculate the original COST and original percentage off the MSRP. The percentage will be used to determine the increase, if any.
33.8The request MUST be made in writing before December of the upcoming E-Rate funding year. If there is an increase in the MSRP after the first year, the DISTRICT may allow a price increase. However, the increase will be based on reviewing the percentage of MSRP originally offered and subtracting that percentage. The increase is not based on merely subtracting the MSRP from the original price and the MSRP of the current year.
33.9If the Vendor is "white labeling" a product listed in a proposal, the MSRP procedure above will NOT apply. 

 

list of eligible entities for Category 2 
Site Name
Entity Type
Address
City
Zip Code
1.  Amite Elementary Magnet School
School
301 Vernon Ave
Amite
70422
2. Amite High Magnet
School
403 S Laurel St
Amite
70422
3. Amite Westside Middle Magnet
School
401 West Oak St
Amite
70422
4. Champ Cooper Elementary School
School
42530 Highway 445
Ponchatoula
70454
5. Chesbrough Elementary School
School
68495 Highway 1054
Kentwood
70444
6. D C Reeves Elementary School
School
18026 Sisters Rd
Ponchatoula
70454
7. Florida Parishes Juvenile Det Ctr
School
28528 Highway 190
Covington
70433
8. Greenville Park Leadership Academy
School
111 J W Davis Dr
Hammond
70403
9. Hammond Eastside Magnet (Pk-5)
School
45050 River Rd
Hammond
70401
10. Hammond High Magnet School
School
45168 River Rd
Hammond
70401
11. Hammond Westside Montessori
School
2600 Pfc Matthew E Wildes Street
Hammond
70403
12. Independence High Magnet
 
School
 
 
270 Tiger Avenue
 
 
Independence
 
 
70443
 

SUBMITTAL INFORMATION
Creator Username: TPSSPT
Bidding Privacy: Bid encryption
Started: 07-Nov-2023 12:00:00 AM CST
Ends: 08-Dec-2023 2:00:00 PM CST ( Expired )
History: 264 Views, 0 Messages
Event Status: Expired since 08-Dec-2023 2:00:00 PM CST
Actions: Sign-In to Bid
Username:

Password:
Visitors: Visitors/Central Bidding Plan Holders
PUBLIC MESSAGE BOARD
Discuss questions with the owner/creator of this Listing.
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::