RFP. - Tyrone Area School District

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:
_____________________________