CHECK POINT FIREWALL



Similar documents
PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

CITY OF LITTLE ROCK TOWING SERVICE CONTRACT

How To Get A Debt Collection Contract In North Little Rock

How To Do Business With Omaha Public Schools

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

HOW TO DO BUSINESS WITH THE STATE OF ALASKA

INVITATION TO BID CITY OF HOPKINSVILLE

TOWN OF GROTON INVITATION TO BID ARCHIVING SYSTEM

REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS

To receive consideration, bids must be submitted in accordance to the following instructions:

State of Ohio Model Bid/Quote Template for General Goods & Services (Non-IT)

PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR March 7 th, 2013

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, Quote Due Date: August 21, 2015 at 5:00 p.m.

BOTTLED WATER/COFFEE SERVICE. Invitation to Bid No Issued: June 3, PURCHASING BUREAU CONTACT: Tammy M. Macon, Purchaser (585)

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

REQUEST FOR PROPOSALS

Request for Proposals. St Charles CUSD 303 ERATE PROGRAM INTERNET SERVICES

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ Phone: , X 215 Fax:

GENERAL SPECIFICATIONS AND PROPOSAL

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

Coosa County School System Request for Proposal Hosted VOIP Solution

Invitation to Bid (ITB) ITB

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

Invitation for Bid Sewer Repair Project

Request for Proposal Hewlett Packard Network Switches and Peripherals

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI INVITATION TO BID

COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR FEBRUARY 19, 2013

Information Description: AG-FFRT-S Bid invitation number: Purchasing Group: AMS-Fruit and Veg

TABLE OF CONTENTS. Prefacej... 1

Information Description: AG-PCHX-S Bid invitation number:

GENERAL TERMS & CONDITIONS OF QUOTE

Solicitation Web Hosting Services for the Disaster Volunteer Network. State of California

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

GENERAL CABLE TERMS AND CONDITIONS OF PURCHASE North America

STATE OF MONTANA INVITATION FOR BID (THIS IS NOT AN ORDER)

DOING BUSINESS WITH CHARLOTTE-MECKLENBURG SCHOOLS A GUIDE FOR VENDORS. March 2007

DISTRICT BOARD OF TRUSTEES PENSACOLA STATE COLLEGE 1000 COLLEGE BOULEVARD PENSACOLA, FL July 3, 2013

BUFFALO FISCAL STABILITY AUTHORITY REQUEST FOR PROPOSALS FOR INVESTMENT ADVISOR. August 6, 2015

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities

TERMS AND CONDITIONS HHC (R Dec 90) NEW YORK CITY HEALTH AND HOSPITALS CORPORATION 125 Worth Street New York, New York 10013

REQUEST FOR PROPOSAL STORAGE AREA NETWORK SOLUTIONS FOR THE PARK CITY SCHOOL DISTRICT RFP #

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

ATLANTA PUBLIC SCHOOLS

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

THE HUDSON COUNTY IMPROVEMENT AUTHORITY AFFIRMATIVE ACTION COMPLIANCE/MANDATORY EEO LANGUAGE N.J.S.A.

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

Purchases from $750 $1,500 requires 3 Verbal Quotes. Purchases from $1,501 $24,999 requires 3 Written Quotes

9 ea. Unit Price Amount

Department of Purchasing & Contract Compliance

INSURANCE AGENT AGREEMENT

Sidewalk Rehabilitation Program

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

RFI Details. READ THE ENTIRE Request for Information (RFI), including the Event Details, Specifications, and Terms and Condit any other attachments.

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING

BID REQUEST AND BID CONDITIONS This Bid Request and Bid is made upon and subject to the following conditions, all of which are accepted by bidder.

Quantity U/M Description Unit Price Quantity U/M Description Unit Price 8 ½ sack concrete with air; no fly ash. section 613 Missouri Standard

EXHIBIT B SOFTWARE SUPPORT SERVICES

WRITTEN QUOTE REQUEST FORM

Purchase Order Terms and Conditions Beloit College

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

Glenview District 34 will accept sealed proposals for:

REQUEST FOR QUOTES (RFQ)

FACILITIES, NEBRASKA STATE COLLEGE SYSTEM. POLICY: 8064 Capital Construction and Information Technology (IT); Bids Page 1 of 6 BOARD POLICY

Company Name Bid Title Bid Number Date and Time of opening

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION

SOLICITATION QUOTATION BLANKET ORDER

SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri Manchester Road. Des Peres, Missouri 63131

PURCHASE ORDER TERMS AND CONDITIONS

Information Description: AG-LBEF-S Bid invitation number: Purchasing Group: AMS-Livestock

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

RFP Request for Proposal Drain and Sewer Line Maintenance Services

MAINE TOWNSHIP DISTRICT 207 REQUEST FOR PROPOSAL: INTERNET ACCESS 1: 1.1 GENERAL

IEC Electronics Terms and Conditions

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No

REQUEST FOR PROPOSAL MIDWESTERN STATE UNIVERSITY PURCHASING & CONTRACT MANAGEMENT DEPARTMENT 3410 Taft Blvd., Daniel Bldg., Rm.

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

TOWN OF STRATFORD PURCHASING DEPARTMENT STRATFORD, CONNECTICUT REQUEST FOR PROPOSAL. Subject: Payroll Processing Services for Stratford Library

How To Get A Job Done

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

TOWNSHIP OF CRANFORD OFFICE OF THE TOWNSHIP CLERK 8 SPRINGFIELD AVENUE CRANFORD, NEW JERSEY Tara Rowley, RMC Municipal Clerk

REQUEST FOR PROPOSAL

PURCHASE ORDER TERMS AND CONDITIONS

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

QSP INFORMATION AT A GLANCE

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

REQUEST FOR PROPOSAL Procurement of Landscaping Services

REQUEST FOR QUOTATION Quote # CAR WASH PUMP REPLACEMENT (This Is Not A Sealed Bid)

MUNICIPALITY OF CENTRE HASTINGS REQUEST FOR QUOTE

PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA REQUEST FOR PROPOSALS

Transcription:

CITY OF LITTLE ROCK, ARKANSAS INVITATION TO BID FOR CHECK POINT FIREWALL BID #15150 ITB Issue Date: 7/9/15 Responses Due By: 2:00 p.m. on July 23 rd, 2015 Pre-Bid Meeting: None

BID NUMBER: 15150 COMMODITY CLASSIFICATION: Check Point Firewall INVITATION TO BID CITY OF LITTLE ROCK ARKANSAS DATE ISSUED: 7/9/15 BUYER: Abdoul Kabaou SUBMIT BIDS TO: City Hall, Suite 300 500 West Markham Little Rock, AR 72201 Phone 501-371-4560 DATE & TIME OF BID OPENING: 7/23/15 @ 2:00 PM DELIVERY REQUIRED: yes F.O.B.: City of Little Rock Little Rock, AR 72201 BUYERS PHONE: 501 371-4560 BIDDERS DELIVERY DATE: It is the intent of this Invitation to Bid to solicit and obtain competitive bids for subscriptions and support services for a Firewall software for the City of Little Rock. AS PER ATTACHED SPECIFICATIONS. For additional information contact Jason Elmore @ 501 371-4696. Total Cost: $ If you are obtaining this bid from our website, please be reminded that addendums may occur. It is therefore advisable that you review our listings for attachments including any changes to the bid. EXECUTION OF BID Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal including specifications, conditions and pertinent information regarding the articles being bid on, and agree to furnish these articles at the price stated. UNSIGNED BIDS WILL BE REJECTED BIDS MUST BE SEALED FAXED BIDS WILL NOT BE ACCEPTED NAME OF FIRM: PHONE NUMBER: FAX NUMBER: BUSINESS ADDRESS: CITY: STATE & ZIP: SIGNATURE OF AUTHORIZED PERSON: TITLE: DATE:

City of Little Rock Check Point Firewall Scope This document is an Invitation to Bid (ITB) issued by the City of Little Rock (CLR) to certified vendors who are authorized to do business in the State of Arkansas and who are qualified to sell, install, and service Check Point equipment and software. This document identifies Firewall software subscriptions and support services the City of Little Rock wishes to purchase. The ITB clearly identifies the make and model of Firewall Equipment that the City of Little Rock wishes to have supported. Furthermore, this document provides specifics on the software subscription and support/maintenance services the City of Little Rock desires to purchase. This ITB will be awarded to a single vendor. Guarantee Bidder certifies by bidding that he/she is fully aware of the purpose for which this equipment and support services are to be purchased and that his/her offering will meet these requirements to the satisfaction of The City of Little Rock. Specifications The City of Little Rock wishes to purchase licenses and support for the following: 1. License and hardware maintenance renewals for all products in Acct# 0005379609 2. Co-term all renewals to August 1, 2016 3. IPS Blade(s) for the 4800 cluster (00:1C:7F:33:75:44, 00:1C:7F:33:67:E4) 4. AntiBot and AntiVirus Blades for the 4800 cluster (00:1C:7F:33:75:44, 00:1C:7F:33:67:E4) extended from 12/5/2015 to 8/1/2016 5. 24X7X365 Technical Support for all products listed, 2 hour call back minimum 6. Smart Workflow blade to cover 100 gateways 7. Threat Emulation Service extended from 12/5/2015 to 8/1/2016 8. Drop the IPS Blade for (00:1C:7F:32:D8:5F) Minimum Qualified Bidder Must be a Platinum Level Check Point Partner with the ability to deliver on the following points: 1.0 Availability and Scheduling a. Hours. Remedial and preventive maintenance services shall be available 24 hours per day, seven days per week, and 365 days per year. b. Response. The successful bidder shall provide a Single Point of Contact with a toll free phone number and shall maintain a two tiered help desk ready and available to respond to the CLR s phone calls. The successful bidder must have a certified Check Point engineer available to respond by telephone within two (2) hours of the call for assistance and capable of diagnosing the problem and dispatching a technician with the correct part(s) to repair the problem. c. Hardware Replacement. Once hardware failure has been determined as the cause of an outage, the winning bidder will initiate an RMA with the manufacturer, and CLR will be notified of the RMA tracking number, shipping information and an estimated time of arrival (ETA). d. On Site Support. The successful bidder shall supply on site support if issues are considered to be beyond phone level support.

e. Training and Additional Services. Bidder shall outline training services available for CLR staff, as well as any additional value added services that are provided with the support contract. f. Check Point Software Certified Service Provider (CSP). The winning bidder will be a Check Point Software Certified Service Provider, with direct access to advanced Check Point Software TAC resources, access to advanced escalation case routing, and expert access to Check Point SecureKnowledge. g. Web Interface. The successful bidder will provide access to an online support portal that will allow CLR to open new cases and update existing cases. h. Firewall Review. The successful bidder will provide as part of the support agreement a pro active firewall review that will include the following: Assure current patch release of connected firewalls Provide any current firewall patch releases for client to install Rule set/object validation: o Efficient rule order o Appropriate services through firewall Check listed objects Assess security risks of existing rules against best practices Firewall self protection Assess efficiency of firewall Assure current patch release of operating system Assess administrative access to firewall Upon completion of this review, a comprehensive report with recommended updates, service packs, and rule case or object changes will be developed and sent to CLR. 2.0 Inspection The successful bidder shall be responsible for the cost of all parts needed to make required repairs, including shipping costs and any other charges incurred to provide the needed parts. In the event that any products provided by the successful bidder are found to be defective, the successful bidder shall repair or replace them, at the CLR s option. 3.0 Warranty The successful bidder must warrant that the services provided under the maintenance agreement will be performed in good workmanlike manner and that any replacement parts will be in good operating condition, shall conform to applicable specifications, and shall be free from all liens and encumbrances.

TERMS AND STANDARD CONDITIONS CITY OF LITTLE ROCK, ARKANSAS PLEASE READ CAREFULLY 1. When submitting an Invitation to Bid, the bidder warrants that the commodities covered by the bid shall be free from defects in material and workmanship under normal use and service. In addition bidder must deliver new commodities of the latest design and model, unless otherwise specified in the Invitation to Bid. 2. Prices quoted are to be net prices, and when an error is made in extending total prices, the City may accept the bid for the lesser amount whether reflected by extension or by the correct multiple of the unit price. 3. Discounts offered will be taken when the City qualifies for such. The beginning date for computing discounts will be the date of invoice or the date of delivery and acceptance, whichever is later. 4. When bidding other than the brand and/or model specified in the Invitation to Bid, the brand and/or model number must be stated by the item in the Invitation to Bid, and descriptive literature be submitted with the bid. 5. The City reserves the right to reject any and all bids. 6. The Purchasing office reserves the right to award items, all or none, or by line items (s). 7. Quality, time and probability of performance may be factors in making an award. 8. Bid quotes submitted will remain firm for 30 calendar days from bid opening date; however, the prices may remain firm for a longer period of time if mutually agreeable between bidder and the City Purchasing Division. 9. Bidder must submit a completed, signed copy of the front page of the Invitation to Bid, and must submit any other information required in the Invitation to Bid. 10. As a condition for doing business with the City of Little Rock, the contractor shall not discriminate on the basis of race, color, creed, religion, sex, national origin, age, disability, marital status, sexual orientation, gender identity, or genetic information and shall require such compliance in agreements with subcontractors and sub-subcontractors. 11. Sales or Use Tax is not to be included in the bid price, but is to be added by the vendor to the invoice billing to the City. Although Use Tax is not to be included in the bid, vendors are to register and pay tax direct to the Arkansas State Revenue Department. 12. Prices quoted shall be Free on Board (F.O.B.) to destination at designated City facility in Little Rock. Charges may not be added after the bid is opened. 13. In the event of two or more identical low bids, the contract may be awarded arbitrarily or for any reason to any of such bidders or split in any proportion between them at the discretion of the Purchasing Division. 14. Specifications furnished with this Invitation are intended to establish a desired quality or performance level, or other minimum dimensions and capacities, which will provide the best product available at the lowest possible price, other than designated brands and/or models approved as equal to designed products shall receive equal consideration. 15. Samples of items when required must be furnished free, and, if not called for within 30 days from date of bid opening, will become property of the City.

16. Bids received after stated time for opening will not be considered. 17. Guarantees and warranties should be submitted with the bid, as they may be a consideration in making an award. 18. CONSTRUCTION A. When noted, the Contractor is to supply the City with evidence of having and maintaining proper and complete insurance, specifically Workman s Compensation Insurance in accordance with the laws of the State of Arkansas, Public Liability and Property Damage. All premiums and cost shall be paid by the Contractor; in no way will the City be responsible in case of accident. B. When noted, a certified check or bid bond in the amount of 5% of total bid shall accompany bid. C. A Performance Bond equaling the total amount of any bid exceeding $20,000 must be provided for any contract for the repair, alteration or erection of any public building, public structure or public improvement (pursuant to Act 351 or 1953 as amended by Act 539 of 1979). 19. Liquidated Damages shall be assessed beginning on the first day following the maximum delivery or completion time entered on the bid form and/or provided for by the plans and specifications. 20. Any ambiguity in any bid as the result of omission, error, lack of clarity or non-compliance by the bidder with specifications, instructions and all conditions of bidding shall be construed in the light most favorable to the City. 21. The bid number should be stated on the face of the sealed bid envelope. If it is not, the envelope will have to be opened to identify. 22. Attention is called to the fact that not less than the minimum prevailing salaries and wages as set forth in the contract documents must be paid on the project if applicable. 23. The City of Little Rock encourages participation of small, minority, and woman own business enterprises in the procurement of goods, services, professional services, and construction, either as a general contractor or sub-contractor. It is further requested that whenever possible, majority contractors who require sub-contractors, seek qualified small, minority, and woman businesses to partner with them.