TYRONE AREA SCHOOL DISTRICT COMPUTER EQUIPMENT REQUEST FOR PROPOSAL STATEMENT OF INTENT: The Tyrone Area School District is soliciting competitive, sealed proposal from IT Solutions providers for replacement of our exiting virtualization server and storage area network (SAN) complying with the terms and conditions described in this document. SECTION 1: PROPOSAL INSTRUCTIONS 1.1 Proposal Process Instructions 1.1.1 Due Date: Proposals are due by Tuesday, June 6th, 2017 by 2:00pm prevailing time. 1.1.2 Delivery of Proposals will be to the address below via one of the following: Certified mail US Mail. UPS/Fedex with delivery verification. Vendor delivery to Administrative Suite Receptionist at 701 Clay Ave, Tyrone, PA 16686. Proposals shall be placed in a sealed envelope clearly marked: “RFP Hyper-Converged Sever Equipment” Delivery Address: Tyrone Area School District RE: RFP Response: Hyper-Converged Server Equipment 701 Clay Avenue Tyrone, PA 16686 All bids must be complete and properly signed to be considered valid. All bids received after the hour and/or date established above will be returned to the sender unopened. No oral or electronically transmitted proposals will be accepted. The Tyrone Area School District reserves the right to accept or reject any or all proposals, to waive any technicality in any proposal submitted, and to accept any part of a proposal deemed to be in the best interest of the District. 1.1.3 Important Dates RFP Issue Date 5/17/2017 Proposals Due 6/6/2017 by 2:00pm Proposal Opening 6/6/2017 at 2:00pm Selection of Vendor On or Before 6/13/2017 Award of Contract On or Before 6/13/2017 Delivery On or Before 8/7/2017 TYRONE AREA SCHOOL DISTRICT COMPUTER EQUIPMENT REQUEST FOR PROPOSAL 1.1.4 Proposer Questions & Communications During the period from receiving the RPF until a vendor is selected, you must direct all written and verbal communications with the Tyrone Area School District to: Glen Drager Network Administrator Tyrone Area School District 814-684-0710 x3314 [email protected] John Clark Business Manager Tyrone Area School District 814-684-0710 x [email protected] Any person contemplating submitting a proposal in doubt as to the true meaning of any part of the specifications or other proposed contract documents may submit a written request for an interpretation thereof. The Tyrone Area School District will not be responsible for any other explanations or interpretations of the proposed documents. In case of any doubt or difference of opinion as the true intent of the specifications and in case any dispute between the parties under the contract to be entered into, the decision of the Tyrone Area School District shall be final and binding. Under no circumstances will a request for clarification alter the submission deadline. 1.1.5 Proposal Costs Proposing vendors are responsible for all costs and expenses that they incur responding to this RFP. 1.1.6 Registered Proposers Proposers may register by contacting the district’s Network Administrator or Business Manager via phone or e-mail. 1.1.7 Proprietary Information Proposals will be held in confidence and will not be revealed or discussed with competitors unless required by law. Proposals submitted to the district may be reviewed and evaluated by any person other than competing Proposers at the discretion of the district. Proposers shall identify the areas that are trade secrets of confidential/proprietary in nature by including a written statement signed by a representative of the company/firm identifying specific portions of the proposal that contains the trade secret or confidential proprietary information. TYRONE AREA SCHOOL DISTRICT COMPUTER EQUIPMENT REQUEST FOR PROPOSAL 1.2 Response Format 1.2.1 Each proposal must contain the following items for consideration: Brochures/Literature of all equipment, Request for Proposal Response, Non-Collusion Statement. Respond in-line using bold text to sections 2 & 3 of this document and attach your proposed design and pricing information. 1.3 Terms and Conditions 1.3.1 Term of Agreement The equipment specified is being purchased for the 2017-18 school year. Invoicing shall not occur prior to 7/1/2017. Pricing specified for equipment shall be valid for sixty (60) days from the date of opening. 1.3.2 Proposed Pricing Pricing specified shall be inclusive of all delivery charges or other supplemental charges. 1.3.3 Payment Terms The payment terms shall be net 30 days. 1.3.4 Tax Exemption The Tyrone Area School district is a tax-exempt organization. Certification of such shall be provided upon request. 1.3.5 Governing Law The agreement will be governed by the laws of the State of Pennsylvania. 1.3.6 Additional Terms: a) The Board reserves the right to reject any and all proposals and to waive any technicalities or informalities that are determined to be in the best interest of the District. b) All proposals must include a signed and notarized affidavit of non-collusion (Section 10). c) Proposals shall be irrevocable for a period of sixty (60) days from the date of opening. d) More than one (1) proposal for on (1) contract from any individual, partnership, corporation, or association under the same of different names will be grounds for the rejection of all proposals in which such proposer is interested. Any or all proposals will be rejected if there is reason for believing that collusion exists among any of the proposers. Participants in such collusion will not be considered in future proposals. Each bidder will be required to submit with this proposal a properly executed non-collusion affidavit in the form attached together with the bid. e) The individual, partnership, corporation or association submitting the proposal must be registered to do business within the Commonwealth of Pennsylvania. Proof of the same shall be provided only if so requested. TYRONE AREA SCHOOL DISTRICT COMPUTER EQUIPMENT REQUEST FOR PROPOSAL 1.4 Evaluation and Award Process 1.4.1 An evaluation committee comprised of key district stakeholders will evaluate each proposal for compliance with the submission requirements described in this document. The award shall be made to the best value proposal that meets submission requirements. Only proposals from financially responsible organizations or individuals, as determined by the Tyrone Area School District shall be considered. Cost will be the most heavily weighted factor in selecting the awarded vendor. The proposals shall be scored on a 1-5 scale, with 5 being the highest. The weighted scores will be added and the highest total score will be selected. The District will evaluate proposals as follows: 50% 25% 15% 5% 5% Overall Proposal Cost Manufacturer’s relevant experience, capabilities, and success in providing hyperconverged infrastructure solutions. Vendor’s relevant experience, qualifications, and success in providing hyperconverged infrastructure solutions. Prior district experience with the manufacturer. Prior district experience with the vendor. 1.4.2 Oral or written questions for further clarification may be required of proposing vendors. 1.4.3 Tyrone Area School District is interested in receiving the proposer’s best offer from the outset. 1.4.4 The Tyrone Area School District Board of Education will accept a recommended vendor or reject all proposals at its meeting currently scheduled on June 13, 2017 at 7:00 p.m. SECTION 2: Vendor Criteria The following are the minimum criteria to propose a solution to Tyrone Area School District. 2.1 Manufacturer Authorizations and Certifications 2.1.1 Merchant must be a current authorized distributor of the proposed system components in good standing. 2.1.2 Vendor shall provide customer references for (3) K-12 school districts which they have done business within the past 3 years. ALL criteria above MUST be addressed with either the applicable information and/or concurrence to be considered eligible to provide a solution for the District. If you meet or exceed the above Vendor Qualifications, then please proceed with the remaining RFP. TYRONE AREA SCHOOL DISTRICT COMPUTER EQUIPMENT REQUEST FOR PROPOSAL SECTION 3: Procurement Specifications 3.1 Overview The Tyrone Area School District is seeking a vendor to provide a replacement for it virtualization environment. 3.1.1 Current Environment For vendor to propose the most functional and cost effective solution for the district, it is important that the vendor understands our current environment. The district operates its virtualization environment what is generally referred to as a “stable inverted pyramid” design. A three-node MS cluster of HP DL385 G7 servers provides the hypervisor platform (MS Hyper-V) for 40 guest machines. Those are in turn connected via 10GB iScsi to a software based SAN solution (Starwind) providing approximately 15TB (used)/19TB (available) of storage to the cluster. The SAN is a 2-node, fully redundant storage platform. All components of this system are in turn connected to (2) dual-isolation UPSs, which are supported by generator power in the case of power events. All systems/switches have redundant power supplies, so each side is connected to a different UPS. Multiple external backup hosts (MS Data Protection Manager) provide guest backup to disk and cloud. Triple redundant A/C provides a minimum of 15000 BTU of cooling. Because of the redundant design of this environment, most hardware failures within our virtualization environment are survivable. 3.1.2 Goals The district’s goal is to replace the aging server hardware components of our environment while simplifying the overall structure. When we implemented our environment, the inverted pyramid structure was best practice. New technologies developed in recent years now allow us to collapse these layers into a hyper-converged environment. We are firmly committed to a hyperconverged infrastructure. Hyper-convergence will allow us to maintain an environment where most hardware failures are survivable while reducing complexity and cost. We will not consider proposals that are not hyperconverged on the minimal number of nodes to provide full redundancy. Due to the limited scale of our environment, we expect that will entail a 2 to 4 node solution depending on the specific technology proposed. 3.1.3 Existing Infrastructure We intend to maintain existing HP Procurve(Aruba) switching infrastructure. We have sufficient 10Gbe SFP+ ports to support the project. Current connectivity is with DAC cables; however, we will provide 10GbE optics for the existing infrastructure if required. We intend to maintain the existing power infrastructure. Power is provided to rack by dual 3000W UPS systems. TYRONE AREA SCHOOL DISTRICT COMPUTER EQUIPMENT REQUEST FOR PROPOSAL 3.1.4 Existing Licenses We currently license Microsoft products through state contract. Our license includes an unlimited number of Microsoft Server licenses. While we would consider another virtualization environment, there is a significant cost advantage for us to maintain a Hyper-V environment. No costs should be included in your bid any required for Microsoft licensing. We also currently license Starwind Virtual SAN Enterprise (2 –node, unlimited storage). If proposing a StarWind based solution, please propose as “bring your own license” with just uplift to the number of nodes if required and renewal costs to be included in the proposal. 3.1.5 Specifications Vendors hardware specifications will vary significantly depending on the number of nodes proposed. Therefore, except where indicated the specifications listed below relate to overall capacity of the proposed solution. a) b) c) d) e) f) g) h) i) Minimum 20 TB usable, fully redundant, all flash storage, expandable to 25TB usable. Minimum of 48 Intel 2.2 GHz or better Xeon processor cores. Minimum of 1 TB of memory, expandable to 2TB. Minimum of 80Gb capacity of SFP+ SR optic 10GbE connectivity.* Minimum 120GB mirrored boot drives for Hypervisor. Nodes shall have redundant power supplies. Support for Microsoft Hyper-V. 5 year next business day hardware/software support. Installation and configuration services *DAC cables may be proposed if interoperability with HP Procurve switching is available. Please refer to existing architecture diagram for model specifics. Option A: a) 5 year 24/7/365 4-hour response time hardware/software support. TYRONE AREA SCHOOL DISTRICT COMPUTER EQUIPMENT REQUEST FOR PROPOSAL Existing Architecture: All No des Id entical Hard ware HP DL386G7 (Opteron 6128)x2 64GB RAM (2) 300GB SAS Drives (boot) 522SFP 10GbE Adapter P812 Controller 1GB FBWC 24TB Physic al/19 TB Usable Mixed SAS (12x 500GB SAS, 5x 1TB SAS,15x900GB SAS) 1 6 11 16 21 1 6 11 16 21 2 7 12 17 22 2 7 12 17 22 3 8 13 18 23 3 8 13 18 23 4 9 14 19 24 4 9 14 19 24 5 10 15 20 25 5 10 15 20 25 1 5 1 5 2 6 2 6 3 7 3 7 4 8 4 8 1 NIC PS1 POWER CAP PS2 2 3 OVER TEMP UID D3700 Disk Enclosure Data Sync (10GbE) 4 AMP STATUS UID DIMMS 2 4 1 3 2 PROCS 6 5 8 7 10 9 1 FANS 12 1 2 11 1 2 3 4 3 6 5 4 8 7 10 9 5 1 5 1 5 2 6 2 6 3 7 3 7 4 8 4 8 POWER CAP PS2 1 2 3 OVER TEMP D3700 Disk Enclosure 4 AMP STATUS UID 2 1 4 3 5 FANS ProLiant DL385p Gen8 NIC PS1 DIMMS 12 11 6 UID 2 PROCS 6 8 7 10 9 1 12 1 2 11 1 2 3 4 3 6 5 4 8 7 5 10 9 12 11 6 ProLiant DL385p Gen8 Heartbeat(1GbE) San Fabric: Networking: ProCurve Link 1 3 Mode 5 7 9 11 13 Link 15 Mode 17 19 21 T 23 T Link 21s 23s Mode Use only one (T or S) for each Port * Spd Mode: Off = 10 Mbps, Flash = 100 Mbps, On = 1 or 10Gbps 10/100/1000Base-T Ports ( 1 - 24T ) – Ports are Auto-MDIX HP ProCurve 6600-24G-4XG Switch J9264A PS Power Tmp Link 1 Mode 3 5 7 9 11 Link 13 Mode 15 17 19 21 T 23 T Link 21s Mode 23s FDx Fan Fault Spd Test * Usr Status Locator Reset Clear Console Auxiliary Port Link 2 Mode 4 6 8 10 12 Link 14 Mode 16 18 20 22 T 24 T Link 22s Mode 24s Act FDx Spd Test Use only one (T or S) for each Port Act LED Mode Tmp Use only HP ProCurve SFP+ 10-GbE (Ports 25-28) Dual-Personality Ports: 10/100/1000-T (T) or SFP (S) * Spd Mode: Off = 10 Mbps, Flash = 100 Mbps, On = 1 or 10Gbps 10/100/1000Base-T Ports ( 1 - 24T ) – Ports are Auto-MDIX HP ProCurve 6600-24G-4XG Switch J9264A PS Power LED Mode Fan Fault ProCurve Locator 25 Link Mode 26 Link Mode 27 Link Mode * Usr Status Reset Auxiliary Port Console Clear Link 2 4 Mode 6 8 10 12 14 Link 16 Mode 18 20 22 T 24 T Link 22s 24s Mode Use only HP ProCurve SFP+ 10-GbE (Ports 25-28) Dual-Personality Ports: 10/100/1000-T (T) or SFP (S) HP 6600-24G-4XG Clus ter Co nnec tio ns: 1 GBE Management 1 GBE CSV 1 GBE Live Migratio n 4 GBE Hyper-V Gu est SAN Con nection: 1GBE Management 25 Link 26 Mode Link 27 Mode Link 28 Mode Link Mode 28 Link Mode ProCurve HP ProCurve Management 6600ml-24XG Link Switch Fault LED Mode PS Console 5 1 5 2 6 2 6 3 7 3 7 4 8 4 8 NIC PS1 POWER CAP PS2 1 2 3 OVER TEMP 2 4 3 5 FANS 2 PROCS 6 8 7 10 9 1 12 4 1 2 3 1 5 1 5 2 6 2 6 3 7 3 7 4 8 4 8 Auxiliary Port 4 3 6 5 4 8 7 5 10 9 2 6 1 4 3 5 FANS ProLiant DL385p Gen8 POWER CAP All No des Id entical Hard ware HP DL386G7 (Opteron 6212)x2 128GB RAM (2) 300GB SAS Drives (boot) NC522SFP 10GbE Adapter (2)NC375T Quad 1GbE Port Server Adapter 1 2 Link Mode 2 3 OVER TEMP 3 Link Mode 4 2 PROCS 6 8 7 10 9 1 12 4 1 2 3 Mode 5 Link Mode 6 Link Mode 7 Link Mode 8 Link Mode 9 Link Mode 10 Link Mode 11 Link Mode 12 Link Mode 13 Link Mode 14 Link Mode 15 Link Mode 16 Link Mode Link 17 Mode 18 Link Mode 19 Link Mode 20 Link Mode 21 Link Mode 22 Link Mode 23 Link Mode 24 1 5 1 5 2 6 2 6 3 7 3 7 4 8 4 8 4 3 6 5 4 8 7 5 10 9 NIC PS1 POWER CAP PS2 1 2 11 Link AMP STATUS UID DIMMS 12 11 Mode 1 NIC PS1 PS2 1 2 11 Clear AMP STATUS UID DIMMS 1 Link Usr Reset 1 Mode Act Fan Test 10-GbE (Ports 1-24) Link Tmp Status Use Only ProCurve SFP+ Locator Act J9265A Power HP 6600-24XG 10GbE SFP+ Switch. HP 6600-24G-4XG Clus ter Co nnec tio ns: 10 GbE SAN1 Con nection 10 GbE SAN2 Con nection 2 GB SAN1 Con nection Guests 2 GB SAN 2 Con nection Guests SAN Con nection 10GbE 2 1 4 3 5 FANS ProLiant DL385p Gen8 1 2 3 OVER TEMP 4 AMP STATUS UID DIMMS 12 11 6 2 PROCS 6 8 7 10 9 1 12 1 2 11 1 2 3 4 3 6 5 4 8 7 5 10 9 12 11 6 ProLiant DL385p Gen8 TYRONE AREA SCHOOL DISTRICT COMPUTER EQUIPMENT REQUEST FOR PROPOSAL Exhibit A: Non-Collusion Affidavit INSTRUCTIONS FOR NON-COLLUSION AFFIDAVIT 1. This Non-Collusion Affidavit is material to any contract awarded pursuant to this bid. According to the Pennsylvania Antibid-Rigging Act, 73 P.S. ss 1161 Et. Seq., governmental agencies may require Non-Collusion Affidavits to be submitted together with bids. 2. This Non-Collusion Affidavit must be executed by the member, officer or employee of the bidder who makes the final decision on prices and the amount quoted in the bid. 3. Bid rigging and other efforts to restrain competition, and the making of false sworn statements in connections with the prosecution. The person who signs the Affidavit should examine it carefully before signing and assure himself or herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the bidder with responsibilities for the preparation, approval or submission of the bid. 4. In the case of a bid submitted by a joint venture, each party to the venture must be identified in the bid documents, and an Affidavit must be submitted separately on behalf of each party. 5. The term “complementary bid” as used in the Affidavit has the meaning commonly associated with that term in the bidding process, and includes the knowing submission of bids higher than the bid of another firm, any intentionally high or noncompetitive bid, and any other form of bid submitted for the purpose of giving a false appearance of completion. 6. Failure to file an Affidavit it in c compliance with these instructions will result in disqualification of the bid. TYRONE AREA SCHOOL DISTRICT COMPUTER EQUIPMENT REQUEST FOR PROPOSAL NON-COLLUSION AFFIDAVIT State of ____________________________ County of: ________________________ Contract/Bid No. ______________________ I state that I am ___________________ of __________________________________ and that I am authorized to make this affidavit {Title} {Name of firm} on behalf of my firm, and its owners, directors, and officers. I am the person responsible in my firm for the price(s) and the amount of this bid. I state that: (1) The price(s) and amount of this bid have been arrived at independently and without consultation, communication or agreement with any other contractor. Bidder or potential bidder. (2) Neither the price(s) nor the amount of this bid, and neither the approximate price(s) not approximate amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder, and they will not be disclosed before bid opening. (3) No attempt has been made or will be made to induce any firm or person to refrain from bidding on this contract, or to submit a bid higher than this bid, or to submit any intentionally high or noncompetitive bid or other form of complementary bid. (4) The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive bid. (5) ______________________________________, it affiliates, subsidiaries, officers, directors and employees are not {Name of firm} currently under investigation by any governmental agency and have not in the last four years been convicted or found liable for any act prohibited by State or Federal law on any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract, except as follows: I state that __________________________________________ understands and acknowledges that the above {Name of firm} representation are material and important, and will be relied on by Tyrone Area School District in awarding the contract(s) for which this bid is submitted. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from Tyrone Area School District of the true facts relating to the submission of bids for this contract. _______________________________________________ (Official Signature and Company Position} Sworn to and subscribed before me This_________day of _____________, ________. _________________________________________ Notary Public My commission expires: _____________________________
© Copyright 2026 Paperzz