Amendment #1

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