2026 E-Rate Project Supplemental

2026 E-Rate Project Supplemental

Network Infrastructure Upgrade

E-Rate Form 470 #260022420

Issued by:
 Mancelona Public Schools
 Mancelona, Michigan

Issue Date: February 25, 2026
Proposal Due Date: March 20, 2026 at 4:00 PM EST

1.0 INTRODUCTION

Mancelona Public Schools (MPS) is soliciting sealed proposals from qualified vendors to provide network switch equipment, firewall appliance replacement, and uninterruptible power supply (UPS) systems. This procurement is contingent upon E-Rate funding approval and District budget authorization.

This project is associated with E-Rate Form 470 #260022420 and will comply with all rules and regulations of the Universal Service Administrative Company (USAC) under the Schools and Libraries (E-Rate) Program.

2.0 PROPOSAL SUBMISSION INSTRUCTIONS

2.1 Submission Requirements

Sealed and email proposals must be delivered no later than:

March 20, 2026 at 4:00 PM EST

Proposals must be clearly labeled:
“E-Rate Network Infrastructure Proposal”

Mail or deliver to:

Mancelona Public Schools
 Attn: Shelly Meeder, Business Manager
 112 St. John Street
 Mancelona, MI 49659

Late submissions will not be accepted. Faxed  proposals will not be considered.

2.2 Questions and Clarifications

All questions must be submitted via email to:

  • ttipton@mancelonaschools.org
  • smeeder@mancelonaschools.org
  • cc: jwykes@phoenixed.com

Subject Line: “2026 E-Rate Project Questions”

Deadline for Questions: March 20, 2026

Responses to vendor questions will be posted within two (2) business days on the District’s E-Rate webpage:
http://www.mancelonaschools.org/erate

Vendors are responsible for monitoring this webpage for updates or addenda.

3.0 E-RATE COMPLIANCE REQUIREMENTS

This procurement is subject to all applicable E-Rate rules and regulations.

Vendors must:

  • Possess a valid E-Rate SPIN (Service Provider Identification Number).
  • Have a current Form 473 (Service Provider Annual Certification) on file with USAC for Funding Year 2026.
  • Provide pricing that reflects Lowest Corresponding Price (LCP) requirements.
  • Separate and clearly itemize any ineligible products or services.
  • Maintain compliance with all applicable competitive bidding rules.

The District will not be responsible for a vendor’s failure to comply with E-Rate program rules.

All contracts are contingent upon:

  1. E-Rate funding approval
  2. District Board approval
  3. Availability of funds

The District reserves the right to cancel the agreement without penalty if funding is not awarded or is reduced.

4.0 CONTRACT PERIOD

The anticipated contract term is:

July 1, 2026 through June 30, 2027

The District reserves the right to extend services if permitted under E-Rate rules.

5.0 GENERAL CONDITIONS

  • The District reserves the right to accept or reject any or all proposals.
  • The District may select multiple vendors.
  • Installation and configuration must be quoted separately.
  • Vendors must provide scalable pricing in the event quantities are reduced.
  • All equipment must be new, unused, unopened, and in original manufacturer packaging.
  • Original manufacturer warranty documentation must be included.

Per E-Rate rules, a manufacturer’s multi-year warranty (up to three years), when included as an integral part of an eligible component without separately identifiable cost, is eligible for funding.

6.0 SWITCH SPECIFICATIONS

(Equipment, Installation, and Configuration)

6.1 General Requirements

All proposed equipment must be fully compatible with the District’s existing network infrastructure.

The District is requesting pricing for:

  • 18 – 48-Port 740W PoE Switches (with SFP+ ports)
  • 15 – 48-Port Non-PoE Switches (with SFP+ ports)
  • 24 – 10G SFP+ LR LC Transceivers
  • 28 – 10G SFP+ DAC Cables

Proposals must include:

  • All necessary software
  • Licensing (up to five years)
  • License renewals

Additional expansion capacity and associated licensing must be itemized separately.

The District reserves the right to reduce quantities based on final project costs and available funding.


7.0 FIREWALL SPECIFICATIONS

The District currently operates a FortiGate 201E firewall appliance.

The District is requesting proposals for:

  • FortiGate 201G or approved equivalent

All required subscriptions, licensing, configuration, migration services, and support must be included in the proposal.

Equivalent solutions must clearly demonstrate equal or greater performance specifications.

8.0 UPS SPECIFICATIONS

The District is seeking to replace the following UPS units or approved equivalents:

  • Qty 2 – APC 3000VA UPS or equivalent
  • Qty 2 – APC 1500VA UPS or equivalent

All UPS units must include manufacturer warranty and battery warranty details.

9.0 EVALUATION CRITERIA

Proposals will be evaluated based on:

  1. Cost of eligible products and services (primary factor)
  2. Compliance with E-Rate requirements
  3. Vendor experience and qualifications
  4. Compatibility with existing infrastructure
  5. Warranty and support offerings
  6. Scalability and future expansion capability

Cost of eligible services will be the most heavily weighted factor, consistent with E-Rate program rules.

10.0 RECORD RETENTION

Vendors must retain all documentation related to this procurement for a minimum of ten (10) years after the last date of service, in compliance with E-Rate record retention requirements.