Purchasing Department 525 Buena Vista SE Albuquerque, NM 87106 (505) 224-4546 AMENDMENT # 1 DATE: May 9, 2011 TO: All Bidders of Record FROM: Gil Rivera, Buyer SUBJECT: Amendment #1 to T-2819 “IT Log Event/Security Event Management System” This amendment becomes part of the Contract Documents and modifies the original bidding documents as noted below: 1. CLARIFICATION: SECTION C: SCOPE OF WORK AND SPECIFICATIONS CLAUSE 5 has been revised per the attached updated Request for Bids document. The specifications provided in the attached document supersede the previous specifications. 2. CLARIFICATION: SECTION D: BID RESPONSE FORM has been updated. Vendors are required to submit their offer on the updated bid response forms as provided in the attached document. Attached: Updated Section C (2 pages) Updated Bid Response Form (3 pages) Section E.1 (1 page) Section E.2 (1 page) BIDDERS ARE REQUIRED TO ACKNOWLEDGE RECEIPT OF ALL AMENDMENT IN THE SPACE PROVIDED IN SECTION E. All other specifications, terms and conditions remain unchanged. The due date and time of Wednesday, May 18, 2011 at 3PM MDT remains unchanged. Page 1 SECTION C: SCOPE OF WORK AND SPECIFICATIONS FOR CNM’S, BID #T-2819 Central New Mexico Community College (CNM) Purchasing Department on behalf of the Information Technology Services (ITS) Department is soliciting bids for a Turn-Key IT Log Event/Security Event Management System. CNM is an educational institution, and as such, qualifies for Educational software products and discounts, and all other types of discounts such as governmental, high volume, etc. CNM intends to award an indefinite quantity Price Agreements to the lowest responsible bidders based on the initial requirement of Hardware, Software, and Monitoring Agents, Deployment Services and Training Services as described below. In addition to this, bidders shall offer pricing for additional monitoring agents, maintenance and support beyond the initial year, and hourly rates for Engineering or other professional services beyond the initial deployment. CNM reserves the right to renew the awarded Price Agreement in one (1) year increments with a total term not to exceed eight (8) years in accordance with NMSA 13-1-150, if such renewal is found to be the best interest of CNM. FUNCTIONAL DESCRIPTION: The supplied IT Log Event/Security Event Management System (“System”) shall comprise a hardware platform with associated software and agents that gathers and stores logging information from a variety of network and server devices. It needs to be capable of processing, storing and archiving approximately 10.4 million logs per day before enabling data management features such as Log Deduplication. Log collection must include licensing for the collection of up to 1,000 log sources. System Monitor Agents must be strategically deployed to perform local and remote Event log collection, listen for incoming Syslog/Netflow streams, make ODBC connections to databases to pull table data, make OPSEC/LEA connections to pull Checkpoint Firewall log data, and read flat-file logs. The System shall possess linear scalability and provide an extensible path for increasing the solution architecture to support high volume (1 million to 2+ billion) log traffic for enterprise wide deployments. As a result, the initial solution can be incorporated and leveraged in scaled deployments providing the ability to take advantage of initial Log and Event Management investment. MINIMUM SYSTEM AND SERVICE REQUIREMENTS (Updated per Amendment # 1): 1) One (1) each Log and Event Manager Appliance, rack mountable not to exceed 2U in height. a) The hardware solution shall be scalable to accommodate future growth requirements. b) The awarded vendor shall work with CNM to configure the appliance to satisfy CNM requirements. 2) Software shall be provided that assists in log collection. a) The supplied software shall reside on CNM’s servers and shall collect the log data in a remote environment. b) Logging Capability including the following functionality: i) Process, store and archive approximately 10.4 million logs per day before enabling data management features such as Log Deduplication. ii) log collection shall include licensing for the collection from up to 1,000 log sources. iii) local and remote event log collection shall be supported. iv) listening for incoming Syslog/Netflow streams. v) Open Data Base Connectivity (ODBC) to databases to pull table data. vi) Operations Security Log Export API (OPSEC/LEA) connections to pull Checkpoint Firewall log data and read flat-file logs. 3) Software Agents shall be provided that assist in Security Event Management and shall include the following functionality: a) The supplied software shall assist in log collection, reside on CNM’s servers, and shall collect data in a remote environment. b) One (1) agent shall be used for local log collection and forwarding from the DMZ. c) Four (4) agents shall be used for discretionary use such as flat-file collection, distributing log collection, etc. d) Additional Software Agents shall be offered as an option 4) The supplied System shall include one (1) Year Support and Maintenance. 5) Deployment Services as necessary to install, configure, and test the Turn-Key System as described below. The following items depict the primary objectives and core deliverables for the required deployment services. These deployment objectives shall be accomplished within CNM’s specified time period without interruption to CNM production servers and network. The contractor shall provide Project Management and Expert Engineers to assist in deployment planning and implementations. Scope of Deployment Services: The Contractor shall provide the following services to the Customer under this Statement of Work (“SOW”) (the “Services”). a) Installation: CNM Staff will install the supplied hardware and power-up the system. The awarded vendor’s qualified Systems Engineer shall review the hardware installation with CNM staff to ensure it is pre-configured per a Deployment Pre-Requisite checklist. b) Configuration (remote): The system shall be configured based on the description of the Solution, its Logging Device recommendations and the subsequent Deployment Plan. Any change or modification to the Deployment Plan shall be evaluated based on agreed upon change control provisions provided herein. Following is a further definition of Logging Device scope as it relates to the initial deployment: BID #T-2819 Advertised Wednesday, May 4, 2011 Copyright CNM, 2011. All rights reserved. Page 6 of 14 i) Log Collection: (1) In Scope log sources are those that were previously identified during pre-deployment planning for collection as part of the deployment. All In Scope log sources must be collectable with the deployed version of the product software. (2) Out of Scope log sources are those that were specifically excluded during pre-deployment planning, or were not identified during pre-deployment planning, or are not collectable with the deployed version of the product software. ii) Log Processing & Normalization: In Scope log sources shall be configured for log processing and normalization based on the capabilities of the deployed version of the product software and currently available Knowledge Base rule set. The development of additional processing & normalization capabilities (rules) shall be submitted for future delivery. This development shall not be included as part of the deployment. c) Performance and Tuning: As the system begins to collect and normalize logs from the environment, some tuning may be required to ensure optimal performance. The Systems Engineer shall evaluate the current deployment scenario and make appropriate recommendations. d) Knowledge Transfer (remote): Throughout the Deployment, the Systems Engineer shall provide basic knowledge transfer for the operation of the system. At the conclusion of the Deployment, the Systems Engineer shall provide additional basic training and knowledge transfer to address any additional questions. e) Quality Assurance (remote): As the final step of the Deployment, a Senior Systems Engineer will do a final, one hour review and QA of the Deployment. 6) Hardware & Software meeting the above specifications shall be LogRythm OR EQUAL PERFORMANCE. Agentless OR Agent Collection Server and/or Application Logs Network Device Logs Database Logs Legend Forwarded Logs BID #T-2819 Advertised Wednesday, May 4, 2011 Copyright CNM, 2011. All rights reserved. Page 7 of 14 • • • • Please return with your Sealed Bid Response: Section D: Bid response Form Section E.1: Signature of Firm’s Authorized Representative Section E.2: Debarment/Suspension Status & Non –Collusion Affidavit Form Vendors wishing to receive the 0.95 multiplier for residential preference as applicable per NMSA 13-1-21.a through 13-121.l.(3) must submit a valid residential preference certificate with their sealed response. SECTION D: BID RESPONSE FORM FOR BID # T-2819 COMPANY NAME: RESIDENTIAL PREFERENCE NUMBER: CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission. If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail. Item Qty Unit 1 Lot No. 1. Part Number and Description Turn-Key IT Log Event/Security Event Management System comprising all hardware, software, software licensing, Agents, Deployment services, Maintenance and Support (1st year) meeting all requirements as described and specified in Section C, MINIMUM SYSTEM AND SERVICE REQUIREMENTS, clauses 1-6. Linear Scalable: Yes Unit Price Extended Price ___________ ________________ No State Estimated Delivery Date:_____________Days ARO. HARDWARE APPLIANCE: State Part Number Offered:________________________ State Brand Offered:______________________________ State Warranty Offered:___________________________ State Manufacturer’s Warranty:_____________________ SOFTWARE: State Part Number Offered:________________________ State Brand Offered:______________________________ MONITORING AGENT: State Part Number Offered:________________________ State Brand Offered:______________________________ Quantity Offered:___________________________ BID #T-2819 Advertised Wednesday, May 4, 2011 Copyright CNM, 2011. All rights reserved. Page 9 of 14 SECTION D: BID RESPONSE FORM FOR BID # T-2819 COMPANY NAME: RESIDENTIAL PREFERENCE NUMBER: CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission. If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail. Item Unit Price Extended Price OPTIONAL: Three (3) Days On-Site Training for two (2) to five (5) persons – End User/Administrator ___________ ________________ Lot OPTIONAL: Three (3) Days Remote (vendor facility) Training for two (2) to five (5) persons – End User/Administrator ___________ ________________ 1 Lot OPTIONAL: Three (3) Days Remote (webinar) Training for two (2) to five (5) persons – End User/Administrator ___________ ________________ 1 Lot OPTIONAL: On-site services in lieu of Remote Services to perform System Configuration, Knowledge Transfer, and Quality Assurance services specified in Section C, MINIMUM SYSTEM AND SERVICE REQUIREMENTS, clauses 5) b), 5) d), and 5) e). ___________ ________________ ___________ ________________ ___________ ________________ Qty Unit 2.a. 1 Lot 2.b. 1 2.c. 3. No. Part Number and Description If On-site services provided are provided free of charge with the ordered hardware, please check here and enter zero “0” in the unit and extended price columns 4. 1 Ea. OPTIONAL: Additional Software System Monitor Agents State Part Number Offered:________________________ State Brand Offered:______________________________ 5. 1 Yr. OPTIONAL: System Maintenance and Support (for Years 2-8) State Part Number Offered:________________________ State Brand Offered:______________________________ Maximum Percent Price Escalation:__________________ BID #T-2819 Advertised Wednesday, May 4, 2011 Copyright CNM, 2011. All rights reserved. Page 10 of 14 SECTION D: BID RESPONSE FORM FOR BID # T-2819 COMPANY NAME: RESIDENTIAL PREFERENCE NUMBER: CNM reserves the right to make multiple awards on this bid. CNM reserves the right to award by lot, individual item or consolidate all or groups of bid items, whatever is in the best interest of CNM. Any services in addition to standard manufacturer’s warranty shall be provided with bid submission. If the bidder makes mistakes in calculating total price where quantities are involved, then the unit price shall prevail. Item Qty Unit Part Number and Description 1 Hr. Vendors are invited to list any related OPTIONAL engineering or other services. CNM may at CNM’s sole discretion, include the proposed service offerings at the rates quoted in the awarded Price Agreements. Unit Price Extended Price No. 6. Type and Description of Service ____________________________________________________________ _____________/HR ____________________________________________________________ _____________/HR ____________________________________________________________ _____________/HR ____________________________________________________________ _____________/HR PAYMENT DISCOUNTS OFFERED: Note: CNM will take advantage of payment discounts offered whenever possible; however, payment discounts will not be used As a means to determine the lowest responsible bidder GRAND TOTAL, FOB Destination (Item 1): • • • • ________________ ________________ Please return with your Sealed Bid Response: Section D: Bid response Form Section E.1: Signature of Firm’s Authorized Representative Section E.2: Debarment/Suspension Status & Non –Collusion Affidavit Form Vendors wishing to receive the 0.95 multiplier for residential preference as applicable per NMSA 13-1-21.a through 13-1-21.l.(3) must submit a valid residential preference certificate with their sealed response. BID #T-2819 Advertised Wednesday, May 4, 2011 Copyright CNM, 2011. All rights reserved. Page 11 of 14 SECTION E.1: SIGNATURE OF FIRM'S AUTHORIZED REPRESENTATIVE By signing below, contractor acknowledges that it is a competent firm capable of providing the items and/or services requested, is properly licensed for providing the items or services specified, has read this Invitation to Bid, understands it, and agrees to be bound by its terms and conditions. Contractor hereby agrees to furnish items and/or services, at the prices quoted, pursuant to all requirements and specifications contained in this document, upon receipt of an authorized purchase order from the purchasing department, and further agree that the language of this document shall govern in the event of a conflict with its bid. The undersigned, being duly authorized to sign bidding documents and act on behalf of the contractor in an official capacity, certifies that the items and/or services offered on this Invitation to Bid meets or exceeds all specifications, terms and conditions as described in this Invitation to Bid without exceptions. I understand that items and/or services not meeting all specifications, terms and conditions will be rejected and all costs shall be borne by the contractor. Please fill in all spaces below: Company Name Address City, State, Zip Phone Number FAX Number Email Contact Person for Clarification of Bid Response Residential Preference Number (Applies to BIDS over $20,000 only) NOTE: BIDDERS WISHING TO RECEIVE THE 0.95 MULTIPLIER FOR RESIDENTIAL PREFERENCE AS APPLICABLE PER NMSA 13-1-21.A THROUGH 13-1-21.L.(3) MUST SUBMIT A VALID RESIDENTIAL PREFERENCE CERTIFICATE WITH THEIR SEALED RESPONSE. NM Tax ID Federal Tax ID Applicable NM License Numbers Is your firm a "New York state business enterprise"? Yes No If yes, provides supporting documentation. ACKNOWLEDGMENT OF AMENDMENT/ADDENDUM (Specify Number(s) and Date(s) in the spaces provided below): #1 5/9/2011 # date # date # date # date # date # date # date Signature of Member Authorized to Sign for Firm Printed/Typed Name and Title of Individual Signing BID #T-2819 Advertised Wednesday, May 4, 2011 Copyright CNM, 2011. All rights reserved. Page 12 of 14 SECTION E.2: DEBARMENT/SUSPENSION STATUS & NON-COLLUSION AFFIDAVIT FORM DEBARMENT/SUSPENSION STATUS 1. The vendor/contractor certifies that it is not suspended, debarred or ineligible from entering into contracts with the Executive Branch of the Federal Government, or in receipt of a notice of proposed debarment from any State agency or local public body. 2. The vendor/contractor agrees to provide immediate notice to CNM's Purchasing Department in the event of being suspended, debarred or declared ineligible by any State or Federal department or agency, or upon receipt of a notice of proposed debarment that is received after the submission of this bid but prior to the award of the purchase order/contract. NON-COLLUSION AFFIDAVIT The undersigned, duly authorized to represent the persons, firm and/or corporation joining and participating in the submission of the foregoing bid (such persons, firm and/or corporation hereinafter being referred to as the vendor/contractor), being duly sworn, on his/her oath, states that to the best of his/her belief and knowledge no person, firm, or corporation, nor any person duly representing the same joining and participating in the submission or the foregoing bid/proposal, has directly or indirectly entered into any agreement or arrangement with any other vendor/contractors, or with any employee of CNM, or any person, firm or corporation under contract with CNM whereby the contractor, in order to induce the acceptance of the foregoing bid by CNM has paid or is to pay any other vendor/contractor or to the aforementioned persons anything of value whatsoever, and that the vendor/contractor has not directly or indirectly entered into any agreement or arrangement with any other vendor/contractor which tends to or does lessen or destroy free competition in the letting of the contract sought for by the foregoing bid. CERTIFICATION The undersigned hereby certifies that he/she has read the above Non-Collusion Affidavit and Debarment/Suspension Disclosure Statement and that he/she understands and will comply with these requirements. The undersigned further certifies that he/she have the authority to certify compliance for the vendor/contractor named below. Signature Printed/Typed Name Title Date Company Address City/State/Zip BID #T-2819 Advertised Wednesday, May 4, 2011 Copyright CNM, 2011. All rights reserved. Page 13 of 14
© Copyright 2026 Paperzz